Loading...
Agenda 05/26/2020 Item #16D 5 (Awarding Contract #20-7676)16.D.5 05/26/2020 EXECUTIVE SUMMARY Recommendation to award Invitation for Qualifications ("IFQ") No. 20-7676, "Parks Landscape Maintenance," to Mainscape, Inc., P&T Lawn & Tractor Service, Inc., R&N Lawn Maintenance, Inc., Superior Landscaping & Lawn Service, Inc., and A&M Property Maintenance, LLC, and authorize the Chairman to sign the attached agreements. OBJECTIVE: To qualify multiple contractors to provide for landscape maintenance services throughout all Parks and Recreation locations. CONSIDERATIONS: On November 4, 2019, the Procurement Services Division released IFQ No. 20- 7676, "Parks Landscape Maintenance," to four thousand nine hundred and thirty-three (4,933) vendors. Interested vendors reviewed seventy-eight (78) bid packages, and the County received six (6) proposals by the December 3, 2019 deadline. The County determined five (5) vendors responsive, required paperwork. Staff contacted three of the paperwork. with one (1) vendor non -responsive due to missing vendors to resolve minor irregularities in their A selection committee met on February 25, 2020, scored each of the proposals and ranked the vendors based on the criteria outlined in the solicitation, and recommended selection of the top five (5) vendors shown in the below table. Respondents: Company Name City County State Final Rank Responsive/Responsible Mainscape, Inc. Naples Collier FL 1 Yes/Yes P&T Lawn & Tractor Service, Inc. Alva Lee FL 2 Yes/Yes R&N Lawn Maintenance Inc. Naples Collier FL 3 Yes/Yes Superior Landscaping & Lawn Service, Inc. Fort Myers Lee FL 4 Yes/Yes A&M Property Maintenance LLC Ave Maria Collier FL 5 Yes/Yes Walkers Service Inc. Punta Gorda Charlotte FL N/A i No/Yes Staff recommends entering into an agreement with the top five (5) ranked vendors: Mainscape, Inc., P&T Lawn & Tractor Service, Inc., R&N Lawn Maintenance Inc., Superior Landscaping & Lawn Service, Inc., and A&M Property Maintenance LLC. Competitive quotes for each project will be obtained from all awarded vendors and the low bid quote will be awarded the work. FISCAL IMPACT: The base annual amount of the contract is estimated to be $125,000 plus any additional and unanticipated services. Individual orders are to be consistent with current budget allocations. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. Packet Pg. 904 16.D.5 05/26/2020 LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award IFQ No. 20-7676, "Parks Landscape Maintenance," to Mainscape, Inc., P&T Lawn & Tractor Service, Inc., R&N Lawn Maintenance Inc., Superior Landscaping & Lawn Service, Inc., and A&M Property Maintenance LLC, and authorize the Chairman to sign the attached agreements. Prepared By: Matthew Catoe, Operations Analyst, Park and Recreation Division ATTACHMENT(S) 1.20-7676_ Solicitation (PDF) 2.20-7676_Final Ranking (PDF) 3.20-7676 NORA (PDF) 4.20-7676 A&MProperty_VendorSigned (PDF) 5.20-7676 A&MProperty_Insurance (PDF) 6.20-7676 A&MProperty_Proposal (PDF) 7. (linked) 20-7676 Mainscape_Proposal (PDF) 8.20-7676 Mainscape_VendorSigned (PDF) 9.20-7676 Mainscape_Insurance (PDF) 10. (linked) 20-7676 P&TLawn&Tractor Proposal(PDF) 11. 20-7676 P&TLawn&Tractor VendorSigned (PDF) 12. 20-7676 P&TLawn&Tractor Insurance (PDF) 13. (linked) 20-7676 R&NLawnMaintenance Proposal 14. 20-7676 R&NLawnMaintenance VendorSigned 15. 20-7676 R&NLawnMaintenance_Insurance (PDF) 16. (linked) 20-7676 SuperiorLandscaping_Proposal 17. 20-7676 SuperiorLandscaping_VendorSigned (PDF) 18. 20-7676 SuperiorLandscaping_Insurance (PDF) (PDF) (PDF) (PDF) Packet Pg. 905 16.D.5 05/26/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.13.5 Doe ID: 12314 Item Summary: Recommendation to award Invitation for Qualifications (IFQ) No. 20-7676, "Parks Landscape Maintenance," to Mainscape, Inc., P&T Lawn & Tractor Service, Inc., R&N Lawn Maintenance, Inc., Superior Landscaping & Lawn Service, Inc., and A&M Property Maintenance, LLC, and authorize the Chairman to sign the attached agreements. Meeting Date: 05/26/2020 Prepared by: Title: Operations Analyst — Parks & Recreation Name: Matthew Catoe 04/30/2020 4:30 PM Submitted by: Title: Division Director - Parks & Recreation — Parks & Recreation Name: Barry Williams 04/30/2020 4:30 PM Approved By: Review: Parks & Recreation Ilonka Washburn Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Parks & Recreation Barry Williams Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Operations & Veteran Services Kimberley Grant Level 1 Reviewer Public Services Department Todd Henry Level 1 Division 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 Board of County Commissioners MaryJo Brock Meeting Pending Completed 04/30/2020 5:09 PM Completed 05/01/2020 7:57 AM Completed 05/01/2020 1:27 PM Completed 05/01/2020 5:08 PM Completed 05/05/2020 12:25 PM Completed 05/05/2020 3:15 PM Completed 05/05/2020 5:11 PM Completed 05/07/2020 12:03 PM Completed 05/13/2020 8:15 AM Completed 05/13/2020 9:03 AM Completed 05/13/2020 9:13 AM Completed 05/13/2020 11:42 AM Completed 05/13/2020 2:26 PM Completed 05/18/2020 9:28 AM 05/26/2020 9:00 AM Packet Pg. 906 16.D.5.a Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION FOR QUALIFICATION (IFQ) FOR PARKS LANDSCAPE MAINTENANCE SOLICITATION NO.: 20-7676 SUE ZIMMERMAN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8034 Sue.Zimmerman@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor 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. 907 16.D.5.a SOLICITATION PUBLIC NOTICE INVITATION FOR QUALIFICATION (IFQ) NUMBER: 20-7676 PROJECT: PARKS LANDSCAPE MAINTENANCE PRE -PROPOSAL CONFERENCE: NO PRE -PROPOSAL MEETING LOCATION: N/A IFQ OPENING DAY/DATE/TIME: December 3, 2019 at 3:00pm PLACE OF RFP 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: httDs://www.bidsvnc.com/bidsvnc-cas/ INTRODUCTION As requested by the Parks and Recreation Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation for Qualification (hereinafter, "IFQ") with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Parks and Recreation does not currently have a fixed -term contract for annual landscape maintenance, but has bid out projects through the fiscal year, as needed. Historically, County departments have spent approximately $125,000; however, this may not be indicative of future buying patterns. BACKGROUND Collier County Parks and Recreation is responsible for various County -owned Regional, Community, & Neighborhood Parks throughout Collier County. In order to maintain operations of these facilities, the County intends to qualify a pool of vendors to complete various landscape maintenance projects. Service Intervals Services shall be performed on an as -needed basis for service locations unless otherwise specified by the Division Project Manager or designee. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure The intent of this solicitation is to qualify between three (3) and five (5) vendors to complete various landscape maintenance projects in Regional, Community, & Neighborhood Parks. All projects will be quoted to the qualified vendors using lump sum pricing. Quotes must be received within ten (10) business days or within timeframe dictated by project manager for non -urgent work requests. 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. DETAILED SCOPE OF WORK Technical Specifications d c ea c m .r c d a ea c cc J N L to a co ti to 1- 6 N T M N c 0 0 Cn to ti cc ti 0 N c m E s M Q The below specification is to include, but not limited to, Park mowing, edging, blowing/street cleaning, weed' Packet Pg. 908 16.D.5.a trimming, and trash removal at Regional, Community, & Neighborhood Parks. Mowing and Edging Prior to mowing, Contractor shall be responsible in the removal and disposing of all trash and debris which includes, but not limited to, palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, shrubbery, and other miscellaneous objects on the ground in the service area to include the right-of-way. The number of mowing services may be modified by the County's Field Supervisor or designee depending upon seasonal conditions. • Mowing and edging shall include park medians and areas along the outside edge of the sidewalks of adjacent properties, if existing, which are not currently maintained by the property owners. Contractor shall ensure all trash and debris is disposed of the same day and areas with pavement and curbing shall be clear of all grass clippings from mowing. • Swale areas must be mowed throughout the entire year. If mowing is not possible and the swales are full of water, the swales must be addressed at every service to reduce the height of the weeds to 12" above the water. • Grass shall be cut at the height of 3 '/2" for Bahia and 4" for St. Augustine. Q • Edging is required in all turf areas around isolated trees, valve boxes, shrubs, signposts, utility holes, etc. where they exist. m All debris on streets, sidewalks, or other areas, resulting from edging, shall be removed. No herbicide shall be used for c edging. • Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all CD a plant beds, utility service boxes, street light bases, signposts, headwalls, guardrails, timer pedestals, posts, and trees. 0 • Swales and dry retention areas must be mowed and weed trimmed. A full singular mowing service shall include trash J removal, mowing, and edging of the entire project. W L • Side of the road, a full mowing service shall include: side of the roadway mowing and edging, all Swale areas, and side of a right-of-way trash removal. W to • Mowing ahead signs are required when mowing is being completed. c N Trash Removal r Before mowing turf areas, the Contractor shall remove all debris trash from the service site. N • Park trash removal for each service for all site areas shall be cleaned by removing all trash or debris which shall include, but not limited to the following: paper, bottles, cans, other trash, and horticultural debris. _ 0 • Disposing of trash and debris must be at a proper landfill or disposal site. 0 Street Cleaning 0 C� Sidewalks, curbing, and gutters to include the four (4') foot area from the face of the gutters and curbs, turn lanes, medians, and ti sidewalk areas shall be cleaned the same day as the mowing service to remove any accumulation of debris or objectionable growth to maintain a neat and safe condition. c N Sidewalks shall be blown clean. Grass clippings or other debris shall not be blown on other adjacent property or accumulate on right- m of -way areas, paved areas, traffic, or roadways. Blowing shall be directed toward the existing landscape median or grass. E s Weeding w Weeding of plant beds, sidewalks (asphalt, concrete paver), guardrail bases, curb joints and other mulched areas by chemical and/or Q hand removal and must be performed weekly or as necessary to provide a weed -free and well -maintained area. Blue tracker is required when spraying non -selective herbicide (Glyphosate). ➢ Must be a Florida Pesticide Licensed Applicator. General Site Trimming/Pruning General site pruning shall be defined as the pruning of any plant's foliage height that is ten feet (10') and below. • Shrub pruning should be done at a minimum of every 6-weeks throughout each Park for all shrub types that require pruning so that landscape gives the appearance of continuity throughout that Park project area. Groundcovers and shrubs shall be maintained at the required height as specified by the County's Project Manager or designee up to a maximum height of thirty-six inches (36"), with the exceptions of sight windows when the height needs to be maintained at a maximum of eighteen thru twenty-four inches (18"- 24"). Packet Pg. 909 16.D.5.a • Shrubs and plant material shall not grow over the curbing and into the roadway or parking area. • Shrubs and trimming, as described above must be completed in order to submit an invoice for payment. Miscellaneous and Landscape Maintenance Responsibilities If plants, shrubs, trees, grass or foliage die due to neglect or damaged by the Contractor as determined by the County's Project Manager and/or designee, they shall be replaced at the Contractor's expense. The Contractor shall provide ramps or other devices to gain access over the curb in all parks. The curb or turf areas shall not be damaged due to gaining access, or they will be furnished and replaced at the Contractor's expense. It shall be the Contractor's responsibility to notify the County's Project Manager or designee of any maintenance problems or additional maintenance needs. The Contractor shall perform inspections on all plants, shrubs, trees, and grassy areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the County's Project Manager or designee should a disease or infestation be found. c m • If a harmful pest is identified and needs treatment, quotes are required to be approved by Parks Field Supervisor or Project c %V Manager before any treatments. 2 d a The Contractor shall have a singular point of contact with cellular phone and e-mail for on -site and offsite communication to 0 communicate with the County's Project Manager or designee. The Field Supervisor or designee must be able to meet on -site when requested and must be able to answer any questions regarding the landscape maintenance for the specifications herein. If the Contractor is unavailable there must be a secondary person who can be available to answer questions and/or make decisions. J N L Utilities a Contractor shall be responsible for exercising caution while in the vicinity of utilities. Any damage to utilities will be the Contractor's W responsibility. It is the contractor's responsibility to call Sunshine8l l (811 or 1-800-432-4770) before starting any digging project. � Maintenance of Traffic (MOT) 0 �! MOT may be requested on an "as -needed basis." Contractor shall comply with the requirements of the County's Maintenance of 14 Traffic (MOT) Policy. N • Upon approval of a MOT Plan and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc., the lane may be restricted from traffic. C Equipment Requirements The equipment utilized shall be in good working condition, properly maintained, and designed and manufactured for the work C W required in the specifications. It shall be equipped with all safety devices available and must be properly maintained. The crews cal must be trained to safely use the equipment. ti • Equipment List: Provide a list of all company -owned and leased equipment for this contract. N Crew Communication c Contractor shall provide a qualified English-speaking crew leader/supervisor which shall be present and readily available to Division personnel and during business hours of operation at the worksite. c�a Q • Contractor Project Manager or designee shall be a singular point of contact with cellular phone and e-mail for on -site and off -site communication. • They must be able to meet on -site when requested and must be able to answer any questions regarding the work. Uniforms and Identification Badges: The Contractor's employees shall be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The uniform shall consist of a logo shirt and matching long pants. The contractor's employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. Any employee found without a badge and full uniform will be sent home and the Contractor shall be fined $100 per day per incident. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. Packet Pg. 910 16.D.5.a The front of the employee identification badge shall have the employee's photo, the employee's name and the Contractor's company name. INVITATION FOR QUALIFICATION (IFQ) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short -listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the INVITATION FOR Qualification selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, d 0 staffing and organizational structure. c 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct m discussions with the Selection Committee to clarify questions and concerns before providing a final rank. M 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and a clarifying questions, and recommend multiple firms in a library for quoting services. EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: c 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY'S Selection Committee to score y each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing L materials. Proposals must address the following criteria: a Evaluation Criteria Maximum Points �O ti to Pr 1. Cover Letter / Management Summary 5 Points N 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 25 Points r 4. Experience and Capacity of the Firm 30 Points N 5. Specialized Expertise of Team Members 25 Points v 6. Local Vendor Preference 10 Points 0 TOTAL POSSIBLE POINTS 100 Points 2 Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work 0 previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four W� (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system ti of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the W Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on N random selection by the Procurement Services Director before at least three (3) witnesses. }; c m ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. Q EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the SUE ZIMMERMAN(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (25 Total Points) In this tab, include but not limited to: Packet Pg. 911 16.D.5.a • Detailed plan of approach (including major tasks and sub -tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points) In this tab, include but not limited to: Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous projects. The County requires that the vendor submits five (5) completed reference forms from governmental or commercial clients during the past three (3) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope 0 and complexity of this project using Reference Form provided. Vendors may include two (2) additional pages for each c project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points) Q. In this tab, include but not limited to: 0 • Description of the proposed contract team and the role to be played by each member of the team. c • Attach brief resumes of all proposed project team members who will be involved in the management of the total _J package of services, as well as the delivery of specific services. • Attach evidence of Pesticide applicator license held by a member of proposed contract team c`v • Attach evidence of Florida Green Industries Best Management Practices (GI-BMPs) held by a member of a proposed contract team to • Attach resumes of any sub -vendors and attach letters of intent from stated sub -vendors must be included with proposal submission. N EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE (10 Total Points) M Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to 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 or Lee County from which the vendor's staff operates and 0 performs business in an area zoned for the conduct of such business. cc 0 VENDOR CHECKLIST CO co ti co ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check c List): N C The Solicitation Submittal has been signed. m E s All applicable forms have been signed and included, along with licenses to complete the requirements of the project. 0 Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State — htip://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Company Profile or Memorandum of Understanding). Q Packet Pg. 912 Co er County Administrative Sef kes Division Promement Services #20-7676 Parks Landscape Maintenance Selection Committee Scoring Sheet Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the proposals. Step 2: The procurement professional will review the mathematically tabulated scores. Step 3: The Committee will determine the number of proposers to move forward for a pool of vendors. Name of Firm Jeff Beal Matthew Hector Sanchez- Ann Simpson Liz Soriano TotaLScores Final Fortune Ranking Mainscape, Inc. 88 87 80 88 75 418.00 1 P&T Lawn & Tractor Service, Inc. 82 79 76 84 73 394.00 2 R&N Lawn Maintenance Inc. 84 69 85 82 58 378.00 3 Superior Landscaping & Lawn Service, Inc. 80 59 77 83 66 365.00 4 A&M Property Maintenance, LLC I Sol 54 78 701 701 352.00 5 Procurement Professional K90 Sue Zimmer , Procurement Strategist Packet Pg. 913 DocuSign Envelope ID: 4705008E-3AEE-40E2-8D3C-386EF8BECAA5 ',, 16.D.5.c 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7676 Title: Parks Landscape Maintenance Due Date and Time: 12/4/2019; 3:00 PM Respondents: Company Name City County State Final Rank Responsive/Responsible Mainscape, Inc. Naples Collier FL 1 Yes/Yes P&T Lawn & Tractor Service, Inc. Alva Lee FL 2 Yes/Yes R&N Lawn Maintenance Inc. Naples Collier FL 3 Yes/Yes Superior Landscaping & Lawn Service, Inc. Fort Myers Lee FL 4 Yes/Yes A&M Property Maintenance LLC Ave Maria Collier FL 5 Yes/Yes Walkers Service Inc. Punta Gorda Charlotte FL N/A No/Yes Utilized Local Vendor Preference: Yes - No 0 Recommended Vendors) For Award: On November 4, 2019, the Procurement Services Division released Invitation for Qualifications #20-7676 to Four Thousand Nine Hundred and Thirty -Three (4,933) vendors for the "Parks Landscape Maintenance" project. Seventy -Eight (78) bid packages were reviewed, and Six (6) proposals were received by the December 4, 2019 deadline. Five (5) vendors were found to be responsive and One (1) vendor was found non -responsive due to missing required paperwork. Three of the vendors were contacted to resolve Minor Irregularities in their paperwork. The Selection Committee met on February 25, 2020 and as described in the solicitation documents, the Committee scored each of the proposals and ranked the vendors based on the criteria outlined in the solicitation and recommended selection of the top five (5) vendors. Staff is recommending entering into agreement with the top Five (5) ranked vendors: Mainscape, Inc., P&T Lawn & Tractor Service, Inc., R&N Lawn Maintenance Inc., Superior Landscaping & Lawn Service, Inc. and A&M Property Maintenance LLC. Required Signatures by: Project Manager: Matthew Caton JkAffl" [d6t, by: Procurement Strategist: Sue Zimmermao EB98B3B2B065449... Mcgernent Services Director: ocu igne y: anc�ra'F errera 3/5/2020 Date Packet Pg. 914 16.D.5.d PROFESSIONAL SERVICE AGREEMENT # 20-7676 for PARKS LANDSCAPE MAINTENANCE THIS AGREEMENT, made and entered into on this day of 20 20 , by and between A&M Property Maintenance J LC , 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: The Agreement shall be for a three (3 ) year period, commencing date of Board approval E or on and terminating three year(s) from that date or until all outstanding Purchase Order(s) issued expiration of the Agreement period have been completed or terminated. upon the (3 ) prior to the 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 Fm_1 Purchase Order ❑ Netiee to PFeeee d ❑ VVe of 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions ❑ ❑ Invitation to Bid (ITB) 0 Other Invitation for Qualifications ( IFQ ) # 20-7676 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page I of 14 Professional Service Agreement 02019-01 1 Packet Pg. 915 16. D.5.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 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 ■❑ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ocedure ment is outlined Gthe I�'xTT1VTV7'tLLG-Y-T-i F�7 3 5 ❑■ The County reserves the right to specify in each Request for Quotations: the period of completion-, collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM, The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology 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): ■❑ 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. ❑ Time -any' M :als: Th,= CoupA"-dr e +�y the oentrae-toOo time spent by the%RtMeter's employ es -..d sub6entFaetars to perfeFFn the WeFk (nu er k�eurs tomes hOUFIY Fate) , -1 fIeF mateFials and equipment used in the pFejeets (eost of materials plus theGORtFa6teF's mark1up), This methedelegy is generally used iR projeets iR which it is Ret possible to aee rately estimate the siz-e of the proleGt, eF when 4�s expected that the picoje6t Feqt4ferpents would most likel"hqnge-. As a __ReFal business PF GtiGe, oF payroll reGGFds), material or equipment invoiGer,, and other FeiMbUFsable ee foF the -prefect - Page 2 of 14 Professional Service Agreement !12019-011 Packet Pg. 916 16. D.5.d MMM 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. rA­ Bi:eak#asf ems# $44-99 der $4-9 W Awe Rental-e Aetuat sent of !edging aA e Iai . ...... 5. SALES TAX. Contractor shall pay all safes, 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 Page 3 of 14 Professional Service Agreement #2019-01 1 Packet Pg. 917 16.D.5.d 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: A&M Property Maintenance LLC Address: 4396 Owens Way Ave Maria. FL 34142 Authorized Agent: Armando B. Yzaguirre Attention Name & Title: Owner Telephone: (239) 503-0303 E-Mail(s): anadmtotal@yahoo.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: Barry Wiliams _ Division Name: Parks and Recreation Address: 15000 Livingston Rd Naoles. FL 34109 Administrative Agent/PM: Matt Catoe Telephone: Operations Analyst E-Mail(s): matt.catoe(a@colIiercountyfl.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 Page 4 of 14 Processional Service Agreement #2019-011 Packet Pg. 918 16.D.5.d all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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. 0 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. 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. ■# 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 $ 500,000 for each accident. Page Sofld Profcssional Service Agreement #2019-011 Packet Pg. 919 16.D.5.d D. ❑ we and -a - i- ❑ e666ii:Fenee. F- ❑ 4r ❑ 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 Page 6 of 14 Professional Service Agreement#2019-011 4„ , Packet Pg. 920 16.D.5.d rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Parks and Recreation 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), ❑■ Exhibit A Scope of Services, ❑ PFR❑ ITB/❑■ Other Invitation for Qualifications #20-7676 , including Exhibits, Attachments and Addenda/Addendum, ❑■ subsequent quotes, and ❑ Other Exhibit/Attachment: 17, APPLICABILITY. Sections corresponding to any checked box will 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. PaQc 7 of 14 Professional Service Agreement 02019-01 1 Packet Pg. 921 16. D.5.d 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 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. Pace 8 of 14 Professional Service Agreement N2019-011 Packet Pg. 922 16. D.5.d 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. 22. 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. 23. 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 24. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permittedby 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. 25. 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. 26. ❑ KEY PERSONNEL, The GE)RtFaGteF'6 peFsennel and maRagemeRt to be utilized feF this pFejeE;t shall be knowledgeable iR theiF aFeas of expeFtise, The GEHARty reserves the Fight te peffeRn investigations as may be deemed RecessaFy to enGUFe that Gempetent peFSORS will ble utilized in the per-feFmanGe of the Agreement. The Gentfaete� shall assign as maRy peeple as- neGessaFy to Gemplete the services on a timely basis, and each peF d shall b available fOF aR amount of time adequate to meet the Fequired eFYiee —, T]iie Gontraiste shall not }�., fep4iacerrielillts have substantially the same OF betteF ,., �^ 'fri + inns and10r experience. (44hat advance as possible. The G0ntFaGtGP shall Make the Page 9 of 14 Professional Service A.,reemant #2019-011 Packet Pg. 923 16. D.5.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. 27. ❑■ 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. MW ■ - - - OWN - 1 aw Ws 28. 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. 29. 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 Page 10 of 14 Professional Service Agreement #2019-011 Packet Pg. 924 16.D.5.d 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 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. (Intentionally left blank -signature page to follow) Page 11 of 14 Professional Servicc Agreement #2019-011 Packet Pg. 925 16.D.5.d IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal Kinzel, Clerk of Courts of the Circuit Court & Comptroller M Dated: (SEAL) Contractor's Witnesses: Contractor's First Witness B.yzac�uiA2c- Type/print witness name C tractor's Second Witness TAMES I"1. Sr41Nl0ERS "Type/print witness name' Approved as to Form and Legality. - County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY. FLORIDA Ma Burt L. Saunders , Chairman A&M Property Maintenance LLC Contractor -31 �1l] S1 %UIRKE I 0 W N(ER TType/print signature and title"' 1'a,c 12 of 14 ProleNsiomal lien Ice Agreement 42 ,11 Packet Pg. 926 16.D.5.d Exhibit A Scope of Services ❑Q following this page (pages 1 through ❑ this exhibit is not applicable Page 13 of 14 Professional Service Agreement N2019-011 Packet Pg. 927 16.D.5.d IFQ## 20-7676 "Parks Landscape Maintenance" EXHIBIT A SCOPE OF SERVICES WORK ASSIGNMENTS i All projects will be quoted to the qualified vendors using lump sum pricing. Quotes must be received within ten (10) business days or within timeframe dictated by project manager for non -urgent work requests. TECHNICAL SPECIFICATIONS The award is to include, but not limited to, mowing, edging. blowing/street cleaning, weeding, general site trimming, and trash removal at Collier County Regional, Community, & Neighborhood Parks. 1. Mowinz and Edaini! Prior to mowing, Contractor shall be responsible in the removal and disposing of all trash and debris which includes, but not limited to, palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, shrubbery, and other miscellaneous objects on the ground in the service area to include the right-of-way. The number of mowing services may be modified by the County's Field Supervisor or designee depending upon seasonal conditions. • Mowing and edging shall include park medians and areas along the outside edge of the sidewalks of ,t adjacent properties, if existing, which are not currently maintained by the property owners. Contractor N shall ensure all trash and debris is disposed of the same day and areas with pavement and curbing shall be clear of all grass clippings from mowing. 2 • Swale areas must be mowed throughout the entire year. If mowing is not possible and the swales are full T_ of water, the swales must be addressed at every service to reduce the height of the weeds to 12" above c the water. • Grass shall be cut at the height of 3 %" for Bahia and 4" for St. Augustine. a 0 L • Edging is required in all turf areas around isolated trees, valve boxes, shrubs, signposts, utility holes, etc. a where they exist. All debris on streets, sidewalks, or other areas, resulting from edging, shall be removed. a No herbicide shall be used for edging. ti • Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back of concrete N curbs, around all plant beds, utility service boxes, street light bases, signposts, headwalls, guardrails, timer pedestals, posts, and trees. a E • Swales and dry retention areas must be mowed and weed trimmed. A full singular mowing service shall s r include trash removal, mowing, and edging of the entire project. a Side of the road, a full mowing service shall include: side of the roadway mowing and edging, all swale areas, and side of right-of-way trash removal. Exhibit A Page 1 of 4 Packet Pg. 928 16.D.5.d • Mowing ahead signs are required when mowing is being completed. 2. Trash Removal Before mowing turf areas, the Contractor shall remove all debris trash from the service site. • Park trash removal for each service for all site areas shall be cleaned by removing all trash or debris which shall include, but not limited to the following: paper, bottles, cans, other trash, and horticultural debris. • Disposing of trash and debris must be at a proper landfill or disposal site. 3. Street Cleaning Sidewalks, curbing, and gutters to include the four (4') foot area from the face of the gutters and curbs, turn lanes, medians, and sidewalk areas shall be cleaned the same day as the mowing service to remove any accumulation of debris or objectionable growth to maintain a neat and safe condition. Sidewalks shall be blown clean. Grass clippings or other debris shall not be blown on other adjacent property or accumulate on right-of-way areas, paved areas, traffic, or roadways. Blowing shall be directed toward the existing landscape median or grass. 4. Weeding Weeding of plant beds, sidewalks (asphalt, concrete paver), guardrail bases, curb joints and other mulched areas by chemical and/or hand removal and must be performed weekly or as necessary to provide a weed -free and well -maintained area. Blue tracker is required when spraying non -selective herbicide (Glyphosate). ➢ Must be a Florida Pesticide Licensed Applicator. 5. General Site Trimmine/Pruning General site pruning shall be defined as the pruning of any plant's foliage height that is ten feet (10') and below. a) Shrub pruning should be done at a minimum of every 6-weeks throughout each Park for all shrub types that require pruning so that landscape gives the appearance of continuity throughout that Park project area. b) Groundcovers and shrubs shall be maintained at the required height as specified by the County's Project Manager or designee up to a maximum height of thirty-six inches (36"), with the exceptions of sight windows when the height needs to be maintained at a maximum of eighteen thru twenty-four inches (1 S"- 24"). c) Shrubs and plant material shall not grow over the curbing and into the roadway or parking area. d) Shrubs and trimming, as described above must be completed in order to submit an invoice for payment. 6. Miscellaneous and Landscape Maintenance Res onsihilities a) If plants, shrubs, trees, grass or foliage die due to neglect or damaged by the Contractor as determined by the County's Project Manager and/or designee, they shall be replaced at the Contractor's expense. b) The Contractor shall provide ramps or other devices to gain access over the curb in all parks. The curb or turf areas shall not be damaged due to gaining access, or they will be furnished and replaced at the Contractor's expense. Exhibit A Page 2 of 4 Packet Pg. 929 16.D.5.d c) It shall be the Contractor's responsibility to notify the County's Project Manager or designee of any maintenance problems or additional maintenance needs. d) The Contractor shall perform inspections on all plants, shrubs, trees, and grassy areas for disease or insect infestation during each week's service to the site, The Contractor shall immediately notify the County's Project Manager or designee should a disease or infestation be found. e) If a harmful pest is identified and needs treatment, quotes are required to be approved by Parks Field Supervisor or Project Manager before any treatments. i7 The Contractor shall have a singular point of contact with cellular phone and e-mail for on -site and offsite communication to communicate with the County's Project Manager or designee. The Field Supervisor or designee must be able to meet on -site when requested and must be able to answer any questions regarding the landscape maintenance for the specifications herein. If the Contractor is unavailable there must be a secondary person who can be available to answer questions and/or make decisions. 7. Utilities Contractor shall be responsible for exercising caution while in the vicinity of utilities. Any damage to utilities will be the Contractor's responsibility. It is the contractor's responsibility to call Sunshine8l l (811 or 1-800- 432-4770) before starting any digging project. 8. Maintenance of Traffic MOT MOT may be requested on an "as -needed basis." Contractor shall comply with the requirements of the County's Maintenance of Traffic (MOT) Policy. • Upon approval of a MOT Plan and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc., the lane may be restricted from traffic. 9. Equipment Requirements The equipment utilized shall be in good working condition, properly maintained, and designed and manufactured for the work required in the specifications. It shall be equipped with all safety devices available and must be properly maintained. The crews must be trained to safely use the equipment. • Equipment List: Provide a list of all company -owned and leased equipment for this contract. 10. Crew Communication Contractor shall provide a qualified English-speaking crew leader/supervisor which shall be present and readily available to Division personnel and during business hours of operation at the worksite. • Contractor Project Manager or designee shall be a singular point of contact with cellular phone and e- mail for on -site and off -site communication. • They must be able to meet on -site when requested and must be able to answer any questions regarding the work. Exhibit A Page 3 of 4 Packet Pg. 930 16.D.5.d 11. Uniforms and Identification Badges: The Contractor's employees shall be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The uniform shall consist of a logo shirt and matching long pants. The contractor's employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. Any employee found without a badge and full uniform will be sent home and the Contractor shall be fined $100 per day per incident. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. The front of the employee identification badge shall have the employee's photo, the employee's name and the Contractor's company name. Exhibit A Page 4 of 4 Packet Pg. 931 16.D.5.d Other Exhibit/Attachment Description: ❑ following this page (pages through ) ■❑ this exhibit is not applicable Page 14 of 14 Professional Scrvicc Agreement #2019-011 Packet Pg. 932 116.D.5.e I ACC)Ro® CERTIFICATE OF LIABILITY INSURANCE 114� 1 03/24/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. T CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLIC BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORL 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, subjec the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Russell 6. Reaves YCO & Associates, Inc. PN_fACNN E:t :239-574-3100 x 204 A C No :239-574-2710 2323 Del Prado Blvd, S - Suite B1 E-MAIL : mreaves@ycoffice.com Cape Coral, FL 33990 ADDRESSINSURERS AFFORDING COVERAGE NAIL INSURER A: Normandy Insurance Company 129803 INSURED INSURER B : 3J & Associates, 11, LLC INSURER C : 2323 Del Prado Blvd S - Suite B 1 Cape Coral, FL 33990 INSURER D : INSURER E : COVERAGES CFRTIFICGTF NIIMRFR• ccvrcrnr.r kuua000. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH T CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TER EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE ADDL INSD SUBRI WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYY 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 RJECT AGGREGATE LIMIT APPLIES PER POLICY ❑PRO- ❑ LOC GENERAL AGGREGATE S PRODUCTS - COMP/OPAGG $ S OTHER- AUTOMOBILE LIABILITY COMBINED SINGLE LIMB Ea accident S BODILY INJURY (Per person) S ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY Per accident ( ) $ HIRED AUTOS AUTOS NEO AUTOS PROPERTY DAMAGE Per ac ,dZ $ $ UMBRELLA LIAR HCLAIMS-MADE OCCUR EACH OCCURRENCE g AGGREGATE $ EXCESS LIAR DIED I I RETENTIONS S A WORKERS COMPENSATION AND EMPLOYERS* LIHBIUTY Y / N ANY PROPRIETOR/PARTNER,'EXECUTIVE OFFICERPAEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under N / A x NHFL0084872019 03/01/2019 03/01/2020 PER OTH- STATUTE I I ER E.L. EACH ACCIDENT S 1,00 E.L. DISEASE - EA EMPLOYE $ 1,00 E.L. DISEASE - POLICY LIMIT 1 $ 1,00 DESCRIPTION OF OPERATIONS below A Workers Compensation and Employers Liability (2020 - 2021 Renewal) x NHFL0084872020 03/01/2020 03/012021 EL Each Accident 1,001 EL Disease Employee 1,001 EL Disease Policy Limit 1,001 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached if 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 BEFOF Naples, FL 34112 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED ACCORDANCE WITH THE POLICY PROVISIONS. .r Q A 0IMM P S TATN ✓Q�� R.B. Reaves © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Packet Pg. 933 L CERTIFICATE OF LIABILITY INSURANCE I 16.D.5.e I 12/19/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TI CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICI BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZ 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 endors If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Brown & Brown Of Florida, Inc. PHONE Karin Staruch FAx 1421 Pine Ridge Road c No Ext : 239-261-5143 A/c No Suite 2300 ADDRESS: certs@bbswfla.com Naples FL 34109 INSURERISI AFFORDING COVERAGE NAIC INSURER A: Southern -Owners Insurance Company 101E INSURED 148443 INSURER B: Owners Insurance Company 327C A&M Property Maintenance LLC 4396 Owens Way INSURER C : Westchester Fire Insurance Company Ave Maria FL 34142 INSURER D : INSURER E : 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 PERI INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TI CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERI EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS B X COMMERCIAL GENERAL LIABILITY Y 5209508201 12/16/2019 12/16/2020 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR TO DAMAGES( RENTED PREMISES Ea occurrence) $ 300,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ 2,000,000 X POLICY F71PRO- ❑ JECT LOC PRODUCTS -COMP/OP AGG $ 2,000,000 $ OTHER: B AUTOMOBILE LIABILITY 5209508201 12/16/2019 12/16/2020 COMBINED SINGLE LIMIT Ea accident $ 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 I X I RETENTION $ in nnn $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? N/A PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) 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 / 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) whe 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 writt contract per form 58583 (01-15). Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR, Collier County included as additional insured per forms above when required by a written contract. For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Q ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 934 16.D.5.f A&M Property Maintenance, LLC Executive Summary Our Mission A&M offers commercial landscaping services throughout Southwest Florida, with a concentration in Immokalee. The goal is to capture the market within the community and provide sustainable jobs to residents, therefore providing an economic boost with the community. The Company and Management A&M Property Maintenance, LLC, is a minority -owned company that began operations in July 2007. Based out of Ave Maria & Immokalee, FL, services are directed by owner and manager, Armando B. Yzaguirre along with his wife Sylvia B. Yzaguirre. Armando holds licenses in Commercial Landscape Maintenance and Irrigation as well as MOT (Maintenance of Traffic -Intermediate) and Fertilizer Applicator. Sylvia holds a Bachelor's in Business Administration in Finance and handles all administrative responsibilities. Our Services We offer comprehensive landscape services to our clients. Our clients vary in types such as an energy company, public schools, and government projects. Our current contracts are specific in nature, and we aim to maintain long-standing relationships by providing exceptional services. Our Competitive Advantage While there are many landscaping companies in Southwest Florida, there are minimal companies that are officed and have a preference to operate in Immokalee. Therefore, this allows us to scale our pricing to meet the budgetary needs of the companies we serve as well as provide employment for the community. Armando B. Yzaguirre Owner and Manager (239)503-0303 Armando.Lzaguirre u,aandmproperty.com aandmtotal&,yahoo.com Packet Pg. 935 16.D.5.f r M N r fC N O O_ O L. Q. L Q O L CL G Ga Q N C d E t V R a+ a+ Q Packet Pg. 936 E XA I - I PLL REPOIZ71 16.D.5.f A&M PROPERTY MAINTENANCE- GENERAL MAINTENANCE REPORT Immokalee MSTU/ MSTD Landscape Maintenance Month of November2019 Work Area 1-Hwy 29 to Hancock (1) Side ROW Mowing (2) Median Mowing (3) Median Mowing (4) Turf Mowing & Edging (5) Weeding (6) General Site Pruning (7) Irrigation Systems (27) Street Cleaning (28) Trash Removal (29) Air Blow (30) Stamped Concrete Bulbouts (Pressure) (31) Street Sweeping (32) Bulbouts and Gutter Channel Drain Cleaning (33) Pressure Water Flush (34)Tree Grates (35) Pressure Cleaning btw 9th & 1st Service #1 Service #2 Service #3 Service #4 Service #5 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 11/1/19 11/8/19 11/15/19 11/22/19 1 11/29/19 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 11/1/19 n/a n/a n/a n/a 11/2/19 11/9/19 11/16/19 11/23/19 11/30/19 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 n/a n/a n/a n/a n/a n/a 11/5/19 11/12/19 11/19/19 11/26/19 11/1/19 11/4/19 11/11/19 11/22/19 11/29/19 n/a 11/4/19 n/a 11/18/19 n/a 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 n/a n/a n/a 11/23/19 11/30/19 Work Area 2-1st to Carver & Triangle (8)Side ROW Mowing (9) Side ROW Mowing (10) Median Mowing (11) Weeding (12) General Site Pruning (13) Irrigation Systems (27) Street Cleaning (36) Pressure Cleaning -Brick Pavers (37) Street Sweeping (38) Tree Grates Work Areas 1 &2-Other Items (14-17) Canopy Tree Pruning (18-19) Palm Pruning (20) Ornamental- Insecticides & Fungicides (21) Ornamental -Herbicides (22) Fertilization (25-26) Mulching (39) Banner Installation (40) Decorations with brackets Service #1 Service #2 Service #3 Service #4 Service #5 11/1/19 11/8/19 11/15/19 11/22/19 11/29/19 1]/1/19 11/8/19 11/15/19 11/22/19 11/29/19 1]/1/19 11/8/19 11/15/19 11/22/19 11/29/19 1]/1/19 11/8/19 11/15/19 11/22/19 11/29/19 11/1/19 n/a n/a n/a n/a 11/2/19 11/9/19 11/16/19 11/23/19 11/30/19 1]/]/19 11/8/19 11/15/19 11/22/19 11/29/19 n/a n/a n/a n/a 11/30/19 n/a 11/5/19 11/12/19 11/19/19 11/26/19 11/]/19 11/8/19 11/15/19 11/22/19 11/29/19 Service #1 Service #2 Service #3 Service #4 Service #5 n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a 11/15/19 n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a ADDITIONAL INFORMATIOPgCOMMENTS (plant/pest problems, site issues, recent traffic accidents, etc.) WORK COMPLETED THIS MONTH WORK IN PROGRESS INV#IMMINC-119 / ES1#1087- 1st St Plants 5100 INV#IMMINC-120 / EST#1095- Axalo Pressure CleaningS300 OPEN ESTIMATES; PENDING APPROVAL . INV#IMMINC-121 / EST#1096- Prep WorkChristmasDecorations S100 -- �� ....................... ..-.. - - _,_= w__ - ..... ... ................................................................................................................................................................................... EST#1007-1st Street irrigation; waiting on electrical-52750 ESt#100jR_Sheriff'sstation irrigation; waiting on electrical-54000 EST#1070-Trim Bouganvillea @ Zocalo; wait until bloomingseason per board $400 ..... _................ ....... _.. EST#1074-Ist Street plants $1750 ...................................................................... J*ST#'175-Main Ss5950EST#1076-Triangl$1550 d v c crs c d c tv rL M U to c c� J N Y a W ti co ti 0 N Cl) N El Packet Pg. 937 16.D.5.f Administrative Services Department Procurement Services Division A � MTROPEM MA 1AJTQL)ANCCju& 3 MWs Waa ve McWa, C 3q) 503 0303 m Packet Pg. 938 16.D.5.f cOIT couVIty tr 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 affiliate with this solicitation does not pose an organizational conflict as described b} one of the three categories below: Biased ground rules — The tine has not set the "ground rules" for affiliated past or current Collier County project identitif above (e.g., writing a procurements statement of work. specification%. or performing systems engineering and technic direction for the procurement) %shich appears to ske%s the competition in favor of my firm. Impaired objectivity — The Linn has not performed work on an affiliated past or current Collier County project identitif above to evaluate proposals past pert'onnance of itself or a competitor, which calls into question the contractor's abilit} render impartial advice to the government. Unequal access to information — The tirn has not had access to nonpublic information as part of its performance of Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitil advantage in current or future solicitations and contracts. In addition to this signed affidavit. the contractor vendor must provide the following: I. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentions proiect; and. ?. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not 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" mz result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (ernployees, officers and or agents) certifies, and hereby discloses, that, to the best of their knowled) and belief. all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizationz or otherwise) which relates to the proiect identified above has been fully disclosed and does not pose an organizational conflict. Signature and Date:��=1� IN 11 Print Name: a liZAGUIRF103E Title of Signatory: m c c m c m a m 0 N C J 0 Y L c� tL ti m ti 0 N M N 0 am L IL a� a 0 L tL 2 06 Q to ti co 0 N C N E t V cC Q Packet Pg. 939 16. D.5.f Corer County Admm+strabve Seances Deparvnent Prowrenwnt Ser�,res D,,isiori Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: 0 U The undersigned, as Vendor declares that this response is made without connection or arrangement �� ith any other person and thi CM proposal is in every respect fair and made in good faith, without collusion or fraud. r c The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the so]icitatioi pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, th vendor agrees that if awarded a contract for these goods and/or services, the %endor will not be eligible to compete, submit : N proposal, be awarded, or perform as a sub -vendor for anv future associated with work that is a result of this awarded contract c� [� Wf'�SS WHEREOF, WE hav ereunto subscribed our names on this 1� day of J , 20*in the County of Y CD.r ER in the State of fjDRgA IL Firm's Legal Name: Atm N MA19rMANCE. LLL tO ti 1 , to Address: 4MIn (�lf=j�(S VWgv N City, State. Zip Code: ACE MAR IA. EL N142 M _ N Florida Certificate of Authority Document N 0 Number c Federal Tax - a Identification Number *CCR # or CAGE Code nici *Only if Grant Funded 0 L. C �J•��Q7j' a.Telephone: 2 v 06 a _ to ti Signature by: �RMA#1M & UurR116 o (Typed and written) N Title: ., -- E t 0 a Packet Pg. 940 16.D.5.f Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City. State, ZIP Telephone: a� �a c m .r c Email: a �a Office servicing Collier County to place orders (required if different from CU above) Contact name: a IL Title: c~o ti Address: 0 `~ City, State, ZIP N Telephone: N 0 a Email: 0 L IL t Q 0 L L -2 W a ti ti 0 N a+ a Packet Pg. 441 Cier County Adnntstrative Services Department Procurement Ser :ces DF,*Ior. Form a: Immigration .Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitatioi submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, a the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Veri f Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to includ this Affidavit and acceptable evidence of enrollment in the E-Verifv pros!Mm msly deem the Vendor's proposal as non responsive ! m Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers c constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigratioi and Nationality Act ("INA"). m a Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Sucl N Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilatera termination of the contract by Collier County. J fn Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act ant subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and t7 a provide proofof enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homelant 12 Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. ti 0 Company Name ARuERN MAIMS AN& `V Print Name I'itic N &MAMM B. 1J1A AE -01u Signature �� Date of Packet Pg. 442 16.D.5.f 1 r -CO faiaty ArtrrwisrwQ SSrvcn DmxnTem C..._?e«ert Sw_ [)'_� 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 1 (as shown on income tax return) Business a e (i�,c�iffer t' 14 tax pgvername) Address [) State FL Zip 1417 Order Information (Must be filled out) Remit / Payme //nt Information (Must be filled out) Addres7J9�0s U%J4� Address �W E.._WiW Cih A State VL /ip CAWMAIRIA State >��. Zi 2. Company Status (check only one) _IndiN idual / Sole Proprietor Corporation `Partnership Tax Exempt (Federal income tax-exempt entity _Limited liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification 3. Taxpayer Identification Number (Jor tax reporling pur poses only) Federal Tax Identification Number (TIN) Vendors who do not have a TIN, will be required to a. Sign and Date Form: Certification: Unde 3rovide a social security number prior to an enalltes 0,1 pelylirY, l certr , that the rnjor►natron shown on this orm is correct to mi- knowledge. Signature �� �` Date IZloitDta Title�w� Pone u� •0305 Packet Pg. 443 16.D.5.f Co ler County Admr stratroe Services Department Procurement Ser,4ces O ws"i Form 7: Vendor Submittal — Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State f 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 Count}, 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 Collier County or ❑Lee County: 12— Number of Employees (Including Owner(s) or Corporate Officers):_14� Number of Employees Living in�R Collier County or ❑ Lee ( Including Owner(s) or Corporate Officers): 14 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: A M OIaE Y MAIM N CE1� Date: 1;4U 12011 Address in Cal r Lee County: w4 Ais Mmi& FL 3*12— Signature: Title: Packet Pg. 944 16. D.5.f Coiner County Administrative Servioes Department Procurement Services Division Memorandum Date: November 14, 2019 Email: Sue.Zimmerman(cDcolliercountVgov.net Telephone: 239-252-8034 ADDENDUM # 1 From: Sue Zimmerman, Procurement Strategist To: Interested Parties Subject: Addendum # 1 — 20-7676 — Parks Landscape Maintenance This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. LIST OF COLLIER COUNTY PARKS FACILITIES — Attached is a list of various Collier County Park Facilities but is not exhaustive of all of the facilities that may be included in the future. o 20-7676 —Addendum #1 — List of Parks Facilities CC: Matthew Catoe, Parks Operations Analyst receipt of this Addendum and include with your bid. Date -im (Name 6f Firm) If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Q Packet Pg. 945 16.D.5.f COW County OU k + L trrrrrI r Reference Questionnaur m Solicitation: v Reltrc ce Questionnaire lor- c c (Name of Cumprm Requesting Reference lntonnation) flame of Individuals Requesting Reference Information) tU m R J rs C'umpam : U Name: 4-z^ o ..�Cj: (Evaluator completing reference questionnaire) tGvaluatur's Compan) completing rcfcrcn,-c) J Lmail:/C J • l�o J Q LCeC. rAx: Z ILI Telcphuuc. z �7 _ Z l�l -- act `7 Y Collier County has implemented a process that collects reference information on firms and )heir key pcn unnel to he a used in the selection of firms to perform this project. The name of the Compun) listed in the Subject abort has listed ti you as a cheru for vtihich nccy have previously performed work. Please complete the sury e) . Please rate each criteria to the hat of your knowledg:: on a scale of I to lo, with 10 representing that )ou %%ere vet) satisifed land %suuid hire the c lirm'individual again) and ) representing that you were ver) unsatisfied Land could nvw•ar hire the firm/indivdival N again). If you do not have sufficient knowledge of past performance in a particular area. leave it blank and the item or 'i form will be scored "i).- // . /Zl 3t Lot `� M r Project Description,,�"rt. � �7if•e.1�.�A�[.� Completion Date' _ � Project Budget: '�)lCiii ncac+ a� _ Project Numbtcr of flays 3� _ - -.- -- _ o ` — - - Citeria -- - - -- — - - Scorr tem I t2 o I Ability to manage the project costs tminimiir change orders, to scope) ! (L .r 2 Ability to maintain project schedule (eompicte on -time or early) 0 i 3 Quality of work. t / J t1 4 Quatit) of cunsuitative advice provided tin the project. / Q S Professionalism and abilit) to manage personnel �T � /a d Project administration (completed documents, final invoice. finai produu turnover; o invoices: manuals or going forward documentation. etc.) t� N Ability to verbally corttmunioale and document information clearly and su"incil) E i 7 E 8 Abiltiq to manage risks and unexpected project circumstances /O r Q 9 Ability to follow contract document& policies, procedures. rules, regulations, etc- / i lu I Overall cominrt ley el with hiring the company in the future (customer .raIi.1 action?. OF ALL tMlMO 10 9AG AM MS G ;� Packet Pg. 946 16.D.5.f t rc for. tIIC►' CruKns► -�-*r-titan � �- �� ;r,.-.- • - . Reference Questionnaire (Name of Compan\ Requestims Reference Inforntatirnr (Name of Individuals Requesting Reference Information) \ame: Bibiana Mendez -Barrett Company Collier Count) Public Schools (Evaluator completing reference questiunnuirel (E+aluator's Compan} completing refercncet Email: mendezbi(u cullierschoois.com FAX: 239- 377-0640 Telephone: 239-377-0634 Collier Count) has implemented a prucess that collects reference information on firms and their kce personnel to be used in the selection of Grmt, to perform this project. 'rbc \ame of the Compan\ listed in the .Subject abo%a has listed you as a client for %hich the\ have prc%iousl) performed %%Ork. Please complete the sur%e\. Please rate each criteria to the best of)our knowledge on a scale of 1 to 10. with I representing that \ou Here ►er\ satisifed (and would hire the firm individual again) and I representing that you were ►en unsatisfied (and would never hire the firm indi%dival again). If)ou do not have sufficient knowledge of past performance in a particular area, lease it hlank and the item or form will be scored "0 " Project Description: — Completion Date. Project Budget: Project lumber of'Da)s: Item Citeris Score I Abilit) to manage the project costs I minimize change orders to scope), 9 Abilit\ to maintain project schedule (complete on -time or earl\ ). 9 Quulil} of work. 9 Qualit) of consultative ads ice provided on the project. 9 5 Professionalism and abilit) to manage personnel. 9 6 Project administration Iwmpleted documents. final insoice. final product turnover: invoices: manuals or going forward documentation. etc.) 9 7 Ability to verbally communicate and document information clearl) and succinctl%- 9 3 Abiitit) to manage risks and unc%pected project circumstances. 9 9 Abilit) to follow contract documents. policies, procedures. rules, regulations, etc. 9 10 (A-erall comfort level %ith hiring the compare in the future (customer satisfaction 1. n TOTAL SCORE OF ALL ITEMS 90 Packet Pg. 947 per Cctrlta.+t► Reference Quiesbomtaire Solicitation: AR'lence Questionnaire for (\amc ofCompam Requesting Rcfcrcnc�ttaficns Collier Count} Community Redc%elopment Agenc) - Immokalee Communm Rede%clopmeni Area (\ante of Individuals Requesting Reference Information) \ame: Armand} ) zaquirre 1 F valuator completing reference questionnaire) [:mail. Armando a aandntrropem .com F Compan.: AKNt Proper1% Maintenance (Baluator's Company completing reference s 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 \ame of the Company listed in the Subject aboNe has listed you as a client for which the} ha►e pre%iouslr pertbrmed work. Please complete the surrey. Please rate each criteria to the best of%our knowledge on a scale of I to 10. with 10 representing that you were %cry sausil'ed land would hire the firm indi,idual again) and 1 represeming that wu were vet unsatisfied land would nerer hire the firm indivdival again). If you do not hase sufficient knt)wledge of past performance in a particular area. leave it blank and the item or tbrm w ill be scored "0" =I'•'19" - Imn� keMc \f�I I kuad%a-. I andscape Atatnterrance ProE cDrwr} I_. _u_1 Project Description: C ompletion Date. T _T Pro ject Budget: S200.000 per+tar 416110.u(M IN + •car N"`df'roject \umber of Da%s. 365 days per+ewO year renewal; Item Citeria Soothe I Ability to manage the project costs )minimize change orders to scope). i ID 3 Abilit% to maintain project schedule (complete on -time or early 1. 10 I Quality of work. 10 4 5 Quality of consultative ad% ice provided on the project. Professionalism and abilitt t„ manage personnel. 10 I 10 6 Project administration (completed documents. final invoice. final product tumowr. invoices: manuals or going fomard documentation. etc. ► it) 7 Abilit} to verballj communicate and document information clearly and succinctl%. ID 8 Abiltit% to manage risks and uncvpectrd prof<tit circumstances. I U 9 Ability to follow contract documents. policies. procedures. rules. regulations. etc. ID 10 1 Cherall comfort level with hiring the company in the future (customer satisfactions. IO TOTAL SCORE OF AI.L ITEMS IN Packet Pg. 948 16.D.5.f S'IA]EOF FLOW DA atpartmmir of ligm urr anb CJmsumtr hffb ms KI R AI OF LICENSING AND ENFORCEMENT Daic Fik No. Expires Jul* 10.2019 LCI60680 Juse 30,2020 THE COMMERCIAL LANDSCAPE MAINT. HOLDER NAMED BELOW HAS REGISTERED LNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: June 38, 2420 ARMANDO BENITO YZAGIIIRRE 4396OWENS W'AY AVE MARIA. FL A143 S1C01-1:'SIKKFF ILD.00MMISSl0%F"R S1 ATE OF FLORIDA �lepartmtnt Bf Uu time anD Cmnsunitr Alt"Urs BL REAL OF LICENSING AND ENFORCEMENT Da1c File No. Expim April 4. 2019 LC257092 March 31. 20I0 THE COMMERCIAL LANDSCAPE MAINT. BOLDER NA_ IED BELOu HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: March 31, 2020 ARMANDO BEN'= YZAGL'IRRE JR 4396 OWENS WAY AVE MARIA. FL 34142 1 e. S'ICOLE-NIK'NIKiCI' COAAAaSS:OS"FR STATE OF FI.ORIDA BI'polTmttlt of agtttulturt anti Camiumv tint its 13LRLAL OF LICENSING AND ENFORCL Nit, % I Date Filc No Explres AprU 4, 2019 LC257091 March 31, 2420 THE COMMERCIAL LANDSCAPE MAINT. HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: March 31, 2020 JAMES MICHAEL SANDERS 4396OWEKS WAY AVE MARIA, FL 34142 n I talc. NICOLE "NIKJU" FM F.D. CO.Y.StISS1U\ER ]TATE OF FLORIDA y;rplf meat of Agnmau rt anb Catl9umcr UL RLA_ Of LK ENSISG AND ENFORLT 1IF\ 1 ARMANDO BENITO YZAGUIRRE COMMERCIAL LANDSCAPE MM%T. HOLDER LC 1606" HAS PAID THE FEE REQUIRED BY CHAPTER 1112 FOR THE PER= EXPIRING Jrr�a1026 n I eat.e -'4-U Signauuc c Ommissir,vFa Walicl Card - Foal Harr RL'REAL OF LICENSING &ENFORCENILN'T 3125 CONNER BLVD, BLDG- N TALLAHASWE. FLORIDA 12199L16M 5 T A TF. OF FLORIDA Mep&tmtm at 1ftmi mtt nh Cant LRK &mmLtS BUREAL OF L1C'ENTING AND DiFORCEw-, ARMANDO HENTTO YZAGUIRRE JR COMMERCIAL LANDSCAPE AWNT. HOLDEER 1,C25709I HAS PAID THE FEE REQUIRED BY CHAPTFR 4V FOR THE PERIO1I EXPIRING AtwCh 31. 2m n i t I-t. 4-7-; W" Card - Fo1d fiat RUREAL OF UCETSING & ENTORCEMENT 3123 CONNER BLVD, RLDG 6 TALLAHASSEE, FLORIDA 32399..650 STATE OF FLORIDA apuTtisu of ftmilturr ad Consumes AptTLltts BUREAL OF LICE SSLVG AND ENFORCEMLN 1 JAMES MICHAEL SANDERS COMMERCIAL LANDSCAPE NWNT. HOLDER LC257091 HAS PAID THE FEE REQUIRED BY CHAPTER 4a2 foR THE PI7CIOD EXPtRIHG %lam* 31. NN ,n'.11iti1U,%i R aV -c: Card - Foid ilm BUREAU OF LICENSING & ENFORCEMENT 3123 CONNER BLVD. BLDG B T.ALLAHASSEE,FiORIDA 32399•1650 Packet Pg. 949 16. D.5.f ��o�,Q�o���z�QH Department of � Environmental Protection 2600 Blair Stone Road, M.S. 3570 A FLOR A Tallahassee, Florida 32399-2400 May 11, 2009 UNIVERSITY O FLORID) IFAS EXTENSIO Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program. We greatly appreciate your participation in and successful completion of this course. We hope that it has helped you to better understand Florida's nonpoint source pollution problems and the importance of proper design, construction, irrigation, fertilization, pest control, and maintenance of lawns and landscapes, in order to assure minimal adverse environmental effects while achieving customer expectations. Attached you will find your numbered certificate and wallet card. Please let me know if there are any errors in the certificate or card, or in the grading of your exam. If we can be of further assistance, please do not hesitate to contact Dr. Trenholm at 352/392-1831x374 or via email: letr@ufl.edu. Armando Yzaguirre A&M Property Maintenance 3240 Everglades Blvd N ��N9nCI�PN t • • R Certificate of Training GV5003-1 Best Management Practices Certificate # Florida Green Industries GV 5003 Trainee ID # The undersigned hereby acknowledges that Armando Yza $rre UNIVERSITY OF FLORIDA IFAS EXTENSION has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by the Florida Department of Environmental Protection with the University of Florida Institute of Food and Agricultural Sciences. n Tyr_ 1._F_ Tmnholm Brown 4/23/2009--_ o Issuer Instructor Date of Class EP Program Administrator Not valid without seal as c c as c m a M V v c J Y L a to ti 0 N r M N Packet Pg. 950 16.D.5.f 2012 FLORIDA UMITED LkARIUTY COMPANY ANNUAL REPO DOCUMENTAL LOS000046795 Entity Name: A&M PROPERTY MAINTENANCE LLC Current Principal Place of Business: 4396OWENS WAY AVE MARIA R 34142 Current Mailing Address: 4396 OWENS WAY AVE MARIA, FL 34142 US FEI Number: 26.2564413 Name and Address of Current Registered Agent: YZAGUIRRE SYLVIA B 4396OWENS WAY AVE MARIA FL 34142 US FILED Apr 24, 2019 Secretary of State 9336183213CC Certificate of Status Desired: No The a4av naresa enr ry or WM..n me Srare Or From SIGNATURE: Electronic Signature of Regrstared Agent Date Authorized Person(s) Detall : Titre AUTHORIZED MEMBER AUTHORIZEC REPRESENTATIVE MANAGER Name YZAGUIRRE. SYLVIA BETANCOURT Address 4396OWENS WAY Gary-Slate-Zrp AVE MARIA FL 34142 Tile MANAGER AUTHORIZED REPRESENTATIVE- AUTHORIZED MEMBER Name YZAGUIRRE ARMANDO B Address 4396OWENS WAY --ity•State-Zip AVE MARIA FL 34142 1 M•PDr le ev I!w P! /bwmef- ALFA .tl - M. r. i,. " •" ev "j"r a I",J., - r ► d— 11-11 "'. --.F. ma- 1'. r*..y., N6."' ea" :rry .^ "- Com Owl d am a mw w v m4�w l.i w .b!•K �T wlM1s!r .l wr"'.:,- 1M PJe. Io r—, .Htv! •F e.M�_.V �r C'w— ace F.q w mq mrrrenr 4pl�aays rhwr .v .r ar artrPlml.r b�•Rl e + � a ,e ,.« �,.ry. nor mr SIGNATURE: SYLVIA S. YZAGUIRRE MANAGER 04/24/2019 Electronic Signature of Signing Authonled Personlsl Detail .--.—_. Date Packet Pg. 951 16.D.5.f E-Verify,..- Company ID Number: 14353' 3 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the ABM Property Maintenance, LLC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify E-Verify is a program that electronically confirms an employee's eligibility to -Mork in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9) This Memorardum 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 Title IV Subtitle A of the Illegal immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA). Pub L 104-208, 110 Stat- 3009 as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22 18, "Employment Eligibility Verification" and Executive Order 12989, as amended provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts ARTICLE it RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 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 E-Verify Participation b. Notice of Right to Work 2 The Employer agrees to provide to the SSA and DHS the names, titles addresses. and telephone numbers of the Employer representatives to be contacted about E-Verify The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives contact information changes 3. The Employer agrees to grant E-Verify access only to current employees who need E-verify access Employers must promptly terminate an employee s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify Page 1 of 17 E•Venfy MOU for Employers I Revision case 06 01,13 Packet Pg. 952 16.D.5.f E Verify Company to Number: 14353'3 4 The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual 5 The Employer agrees that any Employer Representative who wilt create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify 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 If an employee presents a "List B" identity document the Employer agrees to only accept "List B" documents that contain a photo (List 8 documents identified in 8 C F R § 274a 2(b)(1 )(B)) can be presented during the Form 1-9 process to establish identity t If an employee objects to the photo requirement for religious reasons the Employer should contact E-Verify at 888-464-4218 b If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document). or U S Passport or Passport Card to complete Form -9 the Employer agrees to make a photocopy of the document and to retain the photocopy with the employees Form 1-9 The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest DHS may in the future designate other documents that activate the photo screening tool. Note Subject only to the exceptions noted previously in this paragraph employees still retain the right to present any List A or List B and Last C document(s) to complete the Form 1-9. 7 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 8 The Employer agrees that although it participates in E-Verify the Employer has a 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 a The following modified requirements are the only exceptions to an Employer s obligation to not employ unauthorized workers and comply with the anti -discrimination 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 of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(agll)(Ai of the Immigration and Nationality Act (INA) with respect to the hiring of that employee (3) If the Employer receives a final nonconfirmation for an employee but continues to employ that person the Employer must notify DHS and the Employer is subject to a civil money penalty between S550 and 51 100 for each failure to notify DHS of continued employment following a final nonconfirmatton (4) If the Employer continues to employ an employee after receiving a final nonconfirmation. then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-venh PACE lo• _mo{ove-� �­. %1. , -a!r ",_ ' . Packet Pg. 953 16.D.5.f E-Vbrifv ow 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 faun 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 F-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 Empioyer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual If E-Verify is temporarily unavailable. the three-day time period will be 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. 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 ILB of this MOU 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employees E-Verify case The Employer 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 Further when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article Ili 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 Empioyer 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 resotve 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 -ver,N MOu for Empioyers Revrsron C-ate m5 o i it Packet Pg. 954 16.D.5.f E-Verif Company ID Number: 1435313 (including denying reducing or extending work hours delaying or preventing training requiring an employee to work in poorer conditions withholding pay refusing to assign the employee to a Federal contract or other assignment or otherwise assuming that he or she is unauthorized to work) 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 mismatch or if a secondary verification is completer and a final nonconfirmation is issued then the Employer can find the employee is not work authorized and terminate the employees employment Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline) 14 The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring. firing employment eligibility verification or recruitment or referral practices because of his or her national origin or citizenship status or by committing discriminatory documentary practices 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 immigration -related unfa;r employment 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 2746 of the INA or Title VI 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 1-800.255-8155 or 1-800-237-2515 JDD) 15 The Employer agrees that it will use the information it receives from E-Verify 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 Empioyer's responsibilities under this MOU except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes 16 The Employer agrees to notify DHS immediately in the 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 E-Verify�a1dhs.gov Please use 'Privacy Incident - Password in the subject line of your email when sending a breach report to E-Verify 17 The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act l5 U S.C. § 552a(i)(1) and 13)1 and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties 18 The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify which includes permitting DHS SSA their contractors and other agents upon Page c of 17 E-verily MOU for Empiayers I Revision Date W01 13 Packet Pg. 955 16.D.5.f E-Verify--- z - - Company ID Number: 1435313 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 prompt and accurate manner to DHS requests for information relating to their participation in E-Verify 19, The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU 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 DHS 21, The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such 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 USCIS, 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 in E-Verify according to this MOU B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1 If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual 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 terms in Subpart 22 18 of the FAR it must verity the employment eligibility of any "employee assigned to the 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. 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 in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify The Employer must verify those employees who are working in the United States whether or not they are assigned to the contrac: 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 to the contract, whichever date is later Page 5 of 17 E-Verity Mou for Empioyem i Revision bate O&01 Packet Pg. 956 16.D.5.f E-Verify-__ Company ID Number: 1435313 b 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 begin verification of employment eligibility for new hires of the Employer who are working it 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 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 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 contract whichever is later c Federal contractors that are institutions of higher education ias defined at 20 U S C 1001iail state or local governments governments of Federally recognized Indian tribes or sureties performing under 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 Such Federal contractors may however. elect to verify all new hires. andlor all existing employees hired after November 6 1986 Employers in this category 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 contract whichever date is later d Upon enrollment Employers who are Federal contractors 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 those employees assigned to a covered Federal contract After enrollment Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of ali existing employees within 180 days after the election. e The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as i That Form 1-9 is complete (including the SSN) and complies with Article 11 A.6. ii The employees work authorization has not expired and iii The Employer has reviewed the Form 1-9 information either in person or in 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 a naturalized U S citizen). f The Employer shall complete a new Form 1-9 consistent with Article 11 A 6 or update the previous Form 1-9 to provide the necessary information if The Employer cannot determine that Form 1-9 complies with Article II A 6 u The employees basis for work authorization as attested in Section 1 has expired or changed or iii The Form I-9 contains no SSN or is otherwise incomplete Note If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwse complies with Page 6 of 17 E-verily MOU for Employer's I Pevisror Date 06,01 13 Packet Pg. 957 16.D.5.f h-Verify— Company M Number: 1435313 Article II_C 5, but reflects 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 11 A 5. subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User 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 employee by any Employer that is not a Federal contractor based on this 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 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 Employers compliance with Federal contracting requirements C. RESPONSIBILITIES 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 database 2. SSA agrees to safeguard the 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 or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a) the Social Security Act 142 U.S.0 1306(a)) and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry E-Verify provides the information to the Employer 4 SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits ar SSA field office and provides the required evidence If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records if appropriate. within the eight -day period unless SSA determines that more than eight days may be necessary In such cases. SSA will provide additional instructions to the employee If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question the employer should contact E-Verify at 1-888-464A218 D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU. a. Automated verification checks on alien employees by electronic means. and Page 7 of 17 E Venty Mou for Employers i Rev,sron Date 06;01 13 Packet Pg. 958 16.D.5.f E-Verify,___ Company ID Number 14_15"' 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 tc E-Verify DHS reserves the right to require employers to take mandatory refresher tutorials S DHS agrees to provide to the Employer a notice which indicates the Employer's participation in E-Verify DNS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices IOSC). Civil Rights Division. U S Department of Justice 6 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-Verify 7 DHS agrees to safeguaro 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 8 DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation 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 nonconfirmations 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 employees E-Verify page 8 of 17 E-Verity MOU for Employers 1 Revision aa'e 06'01 .13 Packet Pg. 959 16.D.5.f E-Verify....... Company JD 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 affectea 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 employees 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-Verity. The Employer 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 6. 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. REFERRAL 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 them with the notice and letter containing information specific to the employees 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 case is still pending 2. The Employer agrees to obtain the employees 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. 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 5 of 17 E-Venfy MOU for Employers Re�s,oi irate Go 16.D.5.f E-Verify---, Company 10 Number. 1435313 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days 5 If the Employer finds a photo mismatch the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlrned in paragraph 1 of this section for tentative nonconfirmations generally 6 The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employees Form 1-551 Form 1-766 U S Passport, or passport card to DHS for review by a Scanning and uploading the document or b Sending a photocopy of the document by express mail (furnished and paid for by the employer) 7 The Employer understands that if it cannot determine whether there is a photo match'mismatch the Employer must forward the employees documentation to DHS as described in the preceding paragraph The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch 8 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 10 days is necessary 9 While waiting for case results the Employer agrees to check the E-Verify system regularly for case updates ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 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 a personal computer with Internet access ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 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 and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 ENerrty MOU for Employers! Rews,on Date 06r0i ' Packet Pg. 961 16.D.5.f y Company ID Number: 14353" 3 B. TERMINATION 1 The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties 2. Notwithstanding Article V part A of this MOU DHS may terminate this MOU and thereby 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 a breach of system integrity or security by the Employer. or a failure on the part of the 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 of its contractual responsibilities Similarly the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employers 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 notice then that Employer will remain an E-Verify participant will remain bound by the terms of this MOU that apply to non -Federal contractor participants. and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees 4 The Employer agrees that E `Jerify is not liable for any losses financial or otherwise, if the Employer is terminated from E-Verify ARTICLE VI PARTIES A Some or ail SSA and DHS responsibilities under this MOU may be performed by contractonsl 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 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 Employer its agents officers or employees C The Employer may not assign directly or indirectly whether by operaticn 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 be unreasonably withheld or delayed Any attempt to sublicense assign or transfer any of the rights duties or obligations herein is voio D 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 Lability wherefrom including (but not limited to) any dispute between 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 Employer E. The Employer understands that its 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 Page 11 of 17 E Vi iy MOU for Employers I Reinsion Dale W01 r t 3 Packet Pg. 962 16.D.5.f E-VeriFy Company !D Number: 1435313 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) 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 statement, representation data or other information provided to DHS may subject the Employer, its subcontractors. its employees. or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or: (2) immediate termination of its MOU and/or: (3) possible debarment or suspension, & The foregoing constitutes the full agreement on this subject between DHS and the Employer To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page t2 of 17 E Verrty PAOU for Empoyers Rev.sion Dale 05,C 1 :3 Packet Pg. 963 16.D.5.f E-Verifw �� _ _ •►� Company ID Number: 1435313 Approved by: A&M Property Maintenance LLC Name (Please Type or Print) Sylvia Yzaquirre Title i Signature Electronically Signed Date 07/2912f)19 i apartment of Homeland Security - Verification Division Name (Please Type or Print) Title i I i i ionsture p t ae Electronically Signed Pape 13 of 17 E•verKV MOU for Employers 3 Rewsw Date 06r01 M Packet Pg. 964 16.D.5.f E-Veri Tw-� Company ID Number: 1435313 Information Required for the E-Verity Program Information relating to your Company: A&M Property Maintenance LLC Company Name 4396 Owens Way Ave Marta FL 34142 Company Facility Address Company Alternate Address County or Parish Employer identification Number North American Industry Parent Company Number of tmDIDVeeS !Number of Sites Verified for Page N of 17 E-Venfy MOU for Employers Reason pate 06'G t 't 3 m c c d w c d 0_ rn c J y L a I,- ti 0 N M N rn 0 Iz 0 L a i L d f2 O a 06 Q r` cD ti 0 N C 41 E S V f>3 a Packet Pg. 965 16.D.5.f E-Verifw � Company ID Number: 1435313 Are you verifying for more than 1 site? if yes, piease provide the number of sites verified for in each State: FLORIDA 1 Wels) Page 15 of 17 E-Verify MOU for Employers i Revtson date 06'01: 1 Packet Pg. 9li6 16. D.5.f E-Verify------ ' Company ID Number; Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Sylvia B Yzagwrre Phone Number (2391 503 - 1897 Fax NurnDer 1239) 842 - 3192 Email Aedress sytvia@aandmprop" Conn Page 16 of 17 E•Venly MOU for EmpKrlws I Rews*n Dale OW103 Packet Pg. 967 16.D.5.f E-VeriftL---, Company ID Number: 1435313 Page intentionally left blank Page 17 of 17 E-Venfy MOU for Employers I Revision Date 0&,01r13 : ,k vs a+ Q Packet Pg. 968 Mv A44INSCAPE. Sue Zimmerman Procurement Strategist Procurement Service Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 To Collier County Procurement Division, Thank you for the opportunity to qualify our company to participate in Parks and Recreation Division RFPs in the future. Our teams enjoy these public treasures and it would be a great honor to take part in making them welcoming environments for us and our neighbors. We hope the information below will lead to more conversations and an eventual partnership. Mainscape is an experienced landscape management firm serving clients of all types, sizes and needs. The attached file "20-7676 Qualifications" outlines our core values and history. It also provides information regarding our approach to services, how we keep our community and team safe, and how we communicate to keep our clients informed. Regarding Criteria No. 2, Mainscape is not a Minority Business Enterprise. Regarding Criteria No. 3, without defined knowledge of projects Mainscape would service, it is difficult to outline a plan. Our teams manage to the specific needs of a client and/or the project. You can see reports on work product in the attached presentation. Irrigation, Agronomic Services and Maintenance projects have their own reports, transmitted electronically on a daily, weekly and/or monthly basis. Reviews of work product are done with our clients using a separate form. In the attached file, there is also a service schedule sample. Mainscape customizes this report for our operations team and client upon contract finalization. This provides a quick check guide to contracted services and frequency's. I can assure you, that upon discussion of actual projects, our teams plan will far exceed the detail of our competitors. Criteria No. 4 is answered in the attached documents. Mainscape services contracts from tens of thousands of dollars to multi -million dollar projects. Our safety record is incredible. Driven by our experience on Military Installations and Pharmaceutical Manufacturing plants, Mainscape has driven Safety BMPs down through the organization, protecting not only our team, but you as well. As indicated in the attached file, Mainscape is privately owned, with no private equity involved. We make our decisions on how to serve our clients based on what's good for both of us. You will also see in the resumes that experience of our key leaders is vast and we have built a team second to none. We can't wait for you to work with our incredible team. 13418 Britton Park Road 0 Fishers, IN 46038 Phone: (317) 577-3155 # Fax: (317) 577-3161 You will see our license and certification information attached. Not knowing the full extent of the projects to be proposed, our team resumes are hard to provide. We have provided our leadership team for the interim. I am the GI-BMP instructor for our Florida team. All crew leader and above leadership are required to take the OSHA 10 or 30 hour course, every driver is safely trained, and our Irrigation and Agronomic teams have more certifications than any other national competitor per capita. We believe in education and training, and as we move forward in this process, you can get to know your local team of landscape professionals. See Local Vendor Preference form attached. We thank you for the opportunity to be considered. We would very much prefer to have the opportunity for an oral presentation. Our company is built on relationships, and those are built much better in person. My contact info is below, and I hope to see you soon. Cheers, Brandon Whaley Account Executive 407-508-0540 bwhaley@mainscape.com 13418 Britton Park Road 0 Fishers, IN 46038 Phone: (317) 577-3155 # Fax: (317) 577-3161 Collier County Solicitation #20-7676 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. References: Customer Agency Name: Gateway CDD/Stoneybrook CDD Contact Name: Elle Harris Title: Manager Phone Number: 239.898.6312 Contract Length: 10 years Value: $800,000/$100,000 Type: Community Development District Customer Agency Name: Workspace Contact Name: Lori Hardin Title: General Manager Phone Number: 813.839.3713 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 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 FEl 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 06/1312019 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 1 am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 6p7 Florida Statutes, and that my name appears above. or on an attachment with a!I otherlike empowered. SIGNATURE: BRUCE H TORRANCE CFO 06/13/2019 Electronic Signature of Signing Officer/Director Detail Date 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 #19-7662 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 I❑ card must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter, 482.091 F.S. Lawn Nutrient Team Marcelino Guzman- LF281685 Exp 2/15/2023 Carlos Vasquez- LF280256 Exp 1/7/2023 Victor Sanchez- LF279909 Exp 12/18/2022 Pedro Mata- LF257225 Exp 3/27/2021 Tree & Shrub Nutrient Team Hugo Sanchez- LF239643 Exp 11/17/2019 Andres Guzman- LF257224 Exp 3/27/2021 IPM Team Members Jeffery ❑avis-Olander- JE269866 Exp 12/31/2019 Christian Buckle- JE172554 Exp 12/31/2019 Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.1562, F.S. LF279147 Green Industries, Best Management Practices, Certificate (or must be obtained within 6 months) 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 STATE OF FLORID& Mepartment of Surtcutture anb Consumer berbtcen BUREAU OF LICENSING AND CoNFORCF,MiNT Date File No. Expires November 28, 2018 JB I47535 Deeember 3l, 2019 THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTFR 482 FOR THE PERIOD EXPIRING: December 31, 20-19 AT 3080 RAVENNA WAY NAPLES, FL 34120 MAINSCAPE INC I OWn and Ornarnerkhd 3000 RAVENNA WAY NAPLES,FL 34120 ADAM N_ PUTNAM, COMMISSIONER STATE OF FLORLDA Alepartlllent of Syltulture aub Ca"Itmer berblcts; BURIKAU OF LICENSING AND EINFORCF&ONT Date Pile No, Expires December 11, 2019 JE142614 December 31, 2019 THE ID CARD HOLDER NAMED BF?LOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD E7fPHU NG: December 31, 2019 AT MAINSCAPE INC iNAI' M, FL 34120 JAY RICHARD ARiHURS Certified Operator MAINSCAPE INC 3090 RAVENNA WAY NAPLES, FL 34120 ADAM If. PUTNAM, COMMISSIONER STATE OF FLORIDA $9e;lrte;tnellt of swictilture (10 c01roultitl atrblctls BUREAU OP LICENSING AND BNFORCEMBNT MAINSCAPE INC 3080 RAVENNA WAY PEST CONTROL COMPANY FIRM JB147535 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD. ECPniING December 31, 2019 v Signature COMMISSIONFR BUREAU OF LICENSING & ENFORCEMENT 3125 CO"ER BLVD, BLDG. 8 TAf i.AHAS3EEs, FLORIDA 12399-1650 STATE OF FLOitIi1 A Ilepartlllent of sgrirulture aRb commer oerbicto BURRkI1 OF LIC-7145ING AND LRNF0 ucr,, FNT IJate File No. Expires December7,2618 JE142614 December 31, 2019 THE ID CARD HOLDERNAMED BELOW I4AS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD FIRING: December 31, 2019 AT MATNSCAPB INC NAPLES, FL 34120 JAY AICHARD ARlHMS Regular MAINSCAPB INC 3WORAVENNA WAY NAPLES, FL 34120 ADAM H. PUTI+IAM, COMMISSIONER Collier County Solicitation #20-7676 Pesticide Employee Identification (-ard for nori-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 11/17/2019 Andres Guzman- LF257224 Exp 3/27/2021 IPM Team Members Jeffery Davis-Olander- JE269866 Exp 12/31/2019 Christian Buckle- JE172554 Exp 12/31/2019 Limited Urban Commercial Fertilizer Applicator Certification, Chapter 482.3.562, F.S. IF279147 Green Industries, Best Management Practices, Certificate `or must be obtained within 6 months) FP13-1544-BOS Staff Instructor: Robert B. Whaley GV28130-1 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. FDOTtj This Certifies that -*-�• _ Osvaldo R. Calderon Has Completed a Florida Department of Transportation Approved Maintenance of Traffic (MOT) Intermediate Course. Date Expirdts 09/29/2020 Certificate# 21720 Instructor Michael Chodakowsk FOOT Provider# 36 T2 CenterfUniversity of Florida Phone: 352-273-1fi85 00 HE Waldo Road ice',-llnRershof Floi4Ax Gainesville, FL I Tran3padxtiep tastimEe dkpage@ufi.edu tilM1xRlTTYo FL(WDk 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://Mj2s.fldfs.com/bocexempt/ 2. ® Employer's Liability $_500,000 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 ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the 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 $ 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 Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 10/30/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Mainscape Inc. The Florists' Mutual Insurance Co. Kathy Hoyer T).fP 11 /27/2019 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 # Spite 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 A AGE ToCLAIMS-MADE PREM MISEa occurrence) $ 100,000 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 A44INSCAPE. We Listen. We Act. We Care. THE MAINSCAPE STORY From humble ministry project to award -winning national landscape company in only a few decades, this is our story P) '14 ORir Mission Building Relationships and Empowering People Our Values .Build Partnerships- Create mutually beneficial partnerships with ideal customers and employees .Empower People- Recruit and then develop the unique talents of our team members .Embrace Growth- Continuously improving personally, organizationally and numerically .Promote Stewardship- Conduct business in a responsible and profitable manner focused on the future 3 ABOUT US Our mission, vision and values move us forward HOW WE STARTED Mainscape started out as a humble campus ministry project in OIL%1980 when a couple of Ball State University students in Muncie, Indiana got together to mow lawns over summer break. Today, after 37 years of hard work and tremendous growth, Mainscape has evolved into a national company with highly -talented and dedicated employees. WHO WE ARE Mainscape is one of the United States' largest, privately owned landscape companies with over 1,000 dedicated employees. We maintain corporate campuses, commercial real estate, HOA and CDD properties, as well as housing for our service men and women on the nation's largest military bases. WHAT WE DO Mainscape exceeds expectations in the delivery of landscape maintenance, water management, irrigation maintenance, agronomic programs, property enhancements and snow services. Our talented collection of experts work to stay on the cutting edge of scientific advancement in landscaping, water management, agronomic and communication service. WHERE YOU'LL FIND US With over thirty branches in thirteen states, from coast to coast you'll find us in every growing zone and weather condition. For over 15 of our 30 plus years, we have been ranked in the Top 100 Companies by Lawn and Landscape magazine.. You won't find us competing with other landscape companies. Our only competition is ourselves, being better than we were yesterday. WHY WE'VE BEEN SO SUCCESSFUL It's because we live our core values every day. Our strength and success is centered on creating mutually beneficial partnerships with customers and employees possessing similar values and goals. To deliver the highest quality landscape services, Mainscape recruits and develops the unique talents of leaders in our field. Lastly, we conduct business in an economic and ecologically responsible manner for all of us. El MAI N CAPE SERVICES We have a solution for every challenge SERVICES OVERVIEW A service for every season and reason d?41� LANDSCAPE MAINTENANCE Most of the property owners and managers we partner with require some level of landscape management, including everything from cutting grass to pruning, weeding, treating the turf and other basic needs. IRRIGATION MANAGEMENT Mainscape's professional irrigation management services consist of routine inspections and repairs of a system's efficiency and uniformity along with long-range planning. Research has shown that our water management program can reduce irrigation consumption by up to 60%. AGRONOMIC SERVICES Mainscape agronomy experts use sustainable practices that protect streams, lakes and ground water by customizing pesticide and fertilizer usage based on your property's unique needs. We can provide your property with the leading edge in scientific and environmental research. SNOW AND ICE MANAGEMENT Not all of our customers need snow and ice management, but those who do rely on this service. Whether your snow accumulation is in inches or feet, we have the teams and equipment to clear your property and make it safer. PROPERTY ENHANCEMENTS Sometimes property owners and managers need to enhance their property with services that go beyond basic landscape management. From light arbor care to flower bed maintenance, and redesigning and refreshing entryways, we offer many solutions for property improvement. In addition, our team is able to provide special services for your community's unique needs, such as maintenance for bocce courts, rooftop gardens and even butterfly gardens. 101 LANDSCAPE MAINTENANCE Year-round planning for your unique needs You'll find our clients nationwide. From residential HOAs to commercial properties, military facilities and more, we work hard every day to meet their unique needs and budgets. Whether it's turf care, seasonal plantings, or property detailing, we develop customized programs to exceed your expectations. First impressions are everything. And visitors form theirs when they see your landscape. That's why the highest quality of care is so vital to making your lawn and plants beautiful and soil healthy. Our experts use the latest in lawn care science and technology to keep your landscaping looking its best all year round. At Mainscape we believe it is our responsibility to reduce our carbon footprint by exploring and focusing on different technologies, energy sources and equipment. We are working to reduce our carbon footprint by converting to alternative fuel sources, including U.S. produced propane. It's just one more way Mainscape continues to be a leader in environmental stewardship. INA IRRIGATION MANAGEMENT A deep dive into conservation and savings Mainscape's professional irrigation management services consist of routine inspections, repairs and long-range planning. Our highly trained irrigation technicians can analyze and increase the efficiency and uniformity of your system's water distribution to save resources and money as well as reduce hot spots. Long-range planning is imperative in irrigation management. Our irrigation team can provide you with a cost -benefit analysis to determine if and when the time is right to replace your system. An aggressive water management program is vital to water conservation and savings. Our program has the capability to analyze weather data from the past 30 years to determine a landscape's average monthly irrigation needs. To ensure current conditions are in line with historical averages, our Director of Agronomy monitors environmental conditions weekly. Technicians can then be dispatched to adjust distribution levels and run times based on current conditions and your landscape's requirements. Research has shown that Mainscape's water management program can reduce irrigation consumption by up to 60%. AGRONOMIC SERVICES Where beauty and healthy come together Mainscape is on the leading edge in scientific and environmental research, working closely with universities nationwide. Pesticides and fertilizers can have a high environmental impact on streams, lakes and ground water. At Mainscape we take our responsibility seriously, following Best Management Practices maintaining your landscape. Upon request, Mainscape can provide you with a customized fertilization program based on your landscape's soil samples. The soil data is analyzed to tailor the amount of pesticides, fertilizers and water applied to your landscape. With a customized program, your soil receives the right amount of treatment it needs to minimize unneeded chemicals. Testing may be continued periodically to make any necessary adjustments. Due to the nature of Mainscape's services, an environmental commitment is standard. Mainscape strives to conserve, promote and enhance the present and future availability of the property's resources. We recognize the importance of sustainable practices for the environment through water conservation, water quality and resource conservation. To align expectations with a sustainable landscape, Mainscape embraces employee education and training for sound fundamental principles. 0'1 PROPERTY ENHANCEMENTS Special services, from unique to every day Customers often partner with Mainscape for our core services — landscape management, snow and ice management, irrigation and agronomy — and the solutions they provide. Often, though, they also need something more — something special. That's where the special services of Property Enhancements come in to play. E Property Enhancement is a catch-all term we use for anything outside our core services, but is still within the framework of keeping your property beautiful, healthy and safe. Typically, property enhancement involves light arbor care, flower bed maintenance, as well as paver installations walks, patios and walls. But, occasionally, property enhancement includes unique solutions. For example, our specialists currently care for bocce courts, butterfly gardens, rooftop gardens, lawn bowling lanes, corporate gardens and more. You name it and we are probably mowing, tilling, watering and feeding it. For us, providing special services is a way for our enthusiastic teams to flex their skills and capabilities in unique situations. And help property managers meet and exceed the unique needs of their residents. MAI N APE APPROACH Proactive, not reactive, we deliver solutions for your needs SOLUTIONS A proactive partner makes your life easier SOLUTION PROVIDER Being proactive and not reactive is one of our strengths as a company. With a dedicated management team we're able to provide quicker response times and not miss issues when they arise. • Weekly Service Reports and Monthly Site Quality Inspections • Flexible Contracting • Ongoing Education/Consultation EXPERIENCE To provide you and your stakeholders with the proper solutions and excellent outcomes you deserve, we rely on outstanding leaders. So we extensively train our crews, promote senior staff from within and recruit industry leaders. Nationwide we have dozens of certified specialists contributing to a network of shared knowledge and experience. That means you have the full expertise of Mainscape behind you, offering the best long-term solutions available. COMMUNICATIONS We believe in open communication. An informed partner is a happy partner and just makes your job easier. That's why we provide: 90 • Dedicated Management Team Constant Connectivity through web and phone • Regular Reporting • Customer Service Request (CSR) system online TRANSPARENCY Knowing and understanding what you are paying for is not only important to you, but your stakeholders as well. Which is why we b0uild our estimates utilizing: ` • Fact Based Estimating C • Historical Data and Real -Time Product/Labor Costs • A Collaborative Approach to Reach Agreement SOLUTIONS (Continued from previous page) TEAM BUILDING Great employees lead to great teams and environments. That's why as a People FirstTM company we recruit and retain the best talent possible. To insure you get the best possible service team, we implement the following: • E-Verify (legal status verification) • Initial and Ongoing Background and Drug Screening • Initial and Ongoing Safety Training • Initial and Ongoing Education • Engaged Leadership on every level SAFETY Safety is foremost in every property manager's mind — you'll be ' glad to know it is in ours. We begin with the initial screening to determine compatibility with our culture, but continually monitor employee behaviors, trends in incident reporting, on and implement an exceptional safety program to keep all of us safe. A more detailed look follows in this section. PLANNING Every long-lasting partnership starts early with proper upfront planning when it's important for us to understand your needs, goals and expectations. After developing a customized program, 930 we kick off our "Start It Right" Transition Plan. This begins a 960 countdown clock with a checklist of specific milestones for 90 appropriate personnel. Then after work starts, we begin an intensive client site review process with planned check -ins and corrections every 30, 60 and 90 days. Our goal is that after 90 days, everything is moving forward smoothly. PARTNERSHIPS Ultimately, The Mainscape Way is about forming long-lasting partnerships built on aligned values, such as loyalty, honesty and trust. Why? • We bring the right people to your site • We are transparent with you so you can trust us • We strive to improve, always • We value nature, and that's why we work so hard to take care of it 13 EXPERIENCE 30+ years of experience is evident every day Florida Certifications Florida Certified Horticultural Professionals - 12 Florida Certified Pest Control Operators - 8 Certified Irrigation Contractors - 3 Certified Landscape Irrigation Auditors - 9 Certified Irrigation Technicians - 17 Industry Trade Organizations Florida Nursery, Growers & Landscape Association Florida Turfgrass Association Irrigation Association American Society of Irrigation Consultants Florida Irrigation Society Landscape Industry Council of Hawaii Carolina Irrigation Association American Society of Safety Engineers Licenses Licensed and Insured to serve you Hillsborough County Business License - 240467 Hillsborough County Irrigation License - SP14293 Florida Nursery Stock License - 48001388-127557 Insurance - McGowan Insurance Group, Inc. 110,41 CUSTOMER SERVICE It's what sets us apart ,771 --aw We value your time. Keeping the customer informed during the service process helps set Mainscape apart from the competition. The communication process may include emails, text messages, phone calls, property inspection reports, site meetings, and photo documentation. Mainscape's efficient customer service process provides industry -leading service: CUSTOMER SERVICE REQUESTS (CSR) Our customer service staff is available to process all your service requests. Whether it's an online request or a phone call, a CSR is entered into the system to begin the process. PROMPT ACTION Within a few minutes of the CSR being entered, an alert is sent to the appropriate Mainscape representative. The Mainscape representative will resolve the issue in a timely fashion. High -priority requests will be handled within 1-2 business days. General requests will be handled within 3-5 business days, unless other arrangements are made with you. SWIFT RESOLUTION Once the request has been completed, you'll be notified of the resolution. All service records are then stored electronically, allowing for accurate tracking and documentation of your service requests. Providing you with the most up-to-date information about the status of your property is paramount. KEEPING YOU UPDATED At Mainscape, we like to keep our customers, potential customers, family and friends informed about what's going on here. Through our Mainscape social media networks, we work hard to provide you with relevant information. • Join us on Facebook to see what's happening at Mainscape • Connect with the Mainscape team via our company LinkedIn Page 15 CUSTOMER SERVICE It's what sets us apart Detailed CSR Report Our proprietary platform tracks every request made and Mainscape can set up an automatic weekly, bi-weekly, or monthly report sent directly to your relevant staff member. Ops Mgr: KNIGHT, TREY Account Executive: DELLINGER, PRESTON Acct Mgr: KNIGHT, TREY Start Date: End Date: 8122/2017 8/22/2017 CSR ID Created Date Caller Name Status Category Priority Due Date Reason Code Accountable as 316641 8122/2017 Gordon Odelli New None Medium 812412017 Flag - green(no trim) KNIGHT,TREY Description: 4900 Woodruff Circle - Lot 1912 - Special instructions please donl Prune 316844 8122I2017 Katie Crouch New None Medium 812412017 Agronomy - Turf Weeds Description: 1703 Heatherglen, Lot 1299 - She Has weeds in her grass and weeds in the gravel down the side of her house KNIGHT,TREY 316851 8122f2017 Gerald Gorsegner New None Medium 8124l2017 Sod Issues KNIGHT, TREY Descriptiom 1629 Wendel Drive - Please call. Fixing a timer is not the answer. I need new sod (grass) CSR ID Created Date Caller Name Statue Category priority Due Date Reason Code Accountable Ciosed W 316839 1 Kettle Crouch Closed None Medium 812412017 Irrigation — Other KING, NATHAN DALE (612212017( Description: 1682 Warm River, Lot 214 - Requesting usage to 3 times a week for 30 Min Action: Clock set correctly. 316916 812212017 Elise Tuttle Closed None Medium 812412017 Irrigation— Broken Sprinkler Head KING, NATHAN DALE (812212017( Description: 2059 Sunstar - Broken Sprinkler Head in the front yard. Action: Replaced broken head_ CSR Stats by Reason & by Status You'll know exactly what is happening on your property and we share transparently how we are responding to every question, concern or seasonal challenge. 162 Agronomy - TIS Di ..... 3 1 97 % Agronomy - TIS Fen 1 0 68 % Agronomy - T/s Pest 3 1-97 % Agronomy - Tuff Disease 2 1.22 % Agronomy - Turf Fen 2 1 32 % Agronomy - Turf Pest 4 2-63 % Agronomy - Turf Weed. 3 1.97 % Cleanup Clippings 2 1,32 % Dead Tree 1 0-65 % Flolas 1 O.ee % Irrigation - Broken Sprinkler Head 9 5.92 % Irrigation - Emergency Line 1 0-65 % Irrigation - Leak a 3.95 % Irrigation - Other 18 11 .84 % Irrigation - PropgsalfEnhanoement 2 1-32 % Irrigation - Repair 5 3-29 % Landscape Maintenance 1 0.66 % M—1 - Turf Damage 1 0 66 % Mulching 3 1-97 % Plant ReplaeemeM Proposal for Ill Serviees 6 2 3-95 % 1.32 % RepalrslDamage 7 4-61 % Sod Issues 2 1-32 % Stake Trea 7 4.e1 % Trimming - missedlunfinished 4 2.63 % Trimming Requests 45 29.61 % Wood Issues —seas 9 5-92 % Weed Issues - Pavere/D,I—y o—cina 2 Total 162 yo ral 4,118 a 1-32 % s-es &P Ns.+ 43e 82'84 lu-btoesaa I G'ex \- Dlo..q Je AC, 1d 16 4118 E-VERIFY & BACKGROUND CHECKS Never worry about who's on your property again We understand that your primary concern is the safety and security of your organization and the people you represent. To settle for anything less is out of the question. That's why we put every potential employee through a rigorous background check and E-verify certification process. BACKGROUND CHECKS We perform drug screening and criminal background checks on all prospective employees. Only after they clear our in-depth process do they join the Mainscape team and gain permission to enter your property. We also continually monitor employee behavior making sure issues such as substance abuse don't arise. If we can help an employee, we do. If we can't, they are no longer employed with us. WHAT IS E-VERIFY? E-Verify is an internet-based service provided by the Department of Homeland Security. This service allows businesses to log on and electronically verify if a potential employee is eligible to legally work in the United States. This service is the fastest and best way a company can check eligibility. WHAT ARE THE RESULTS? 'dr-p-nsRra­7 IE-Verify,, Your property is safe and secure! Mainscape expects the best from their employees and knows that by adopting this set of strict hiring practices, we've separated ourselves from the competition. Mainscape has these strict standards in place so that each property is safe and secure. And you can rest assured we have your best interests at heart. IVA SAFETY & BEST PRACTICES A commitment to your stakeholders and our employees At Mainscape, we are passionate about safety and following best safety practices. In every Mainscape employee, we instill the 4 Keys to Safety, which we expect them to not only practice but live daily. • S- Be aware of your surroundings A- Personal accountability F- Watch out for your family/others E- Know your equipment DRIVING Before any of our employees may get behind the wheel of a company vehicle, they receive safety instruction and training through Smith System@), the leading provider of collision avoidance driver training. UP-TO-DATE INFORMATION Each week, we send a detailed 'Safety News" newsletter to our teams. We discuss current operations, any safety topics we feel need to be covered and keep a running total of days without an injury (Sample in following pages). Mainscape also requires OSHA 10 and 40 hour training for crew leaders, operations and branch managers. This aides leaders in promoting a culture of safety and accountability within the team. LS TRAINING SYSTEM@ Each new employee starts with this program, designed specifically for landscape professionals. This video- and quiz -based program teaches landscaping best practices in proper equipment care and use as well as how to reduce injuries and improve quality. We believe the LS System provides our employees with a strong foundation on which we can continually build. HANDS-ON TRAINING New employees are also given a training guide. Branch Mangers or Operations Managers then use the guide for hands-on training with the employees. Only after they work through the guide and prove they know how to operate the equipment safely, does a manager sign off on their ability. This allows us to make sure that all employees have been properly trained prior to using the equipment on your property. SAFETY RODEO Each spring, we hold a large training event for all the employees, which we call "Safety Rodeo." This hands-on training brings new and seasoned team members together, creating an open environment where they can interact in the field, work together, mentor, learn and grow as landscaping professionals. We cover every piece of equipment they may use, cross train between divisions, and cover cultural topics as well. SAFETY & BEST PRACTICES (Continued from previous page) Weekly Safety News Letter (English, Spanish and Creole) 4 MIN CAPE. SPRAINS AND STRAINS Sprains and strains are two of the most common injuries, and can happen at any age, and they continue to be the number type of inju ry with in our company. They can happen during sports, at school, on the job, walking the dog, or even getting into the bathtub. By following a few simple rulas, many of these injuries can be avoid- ed or their severitygreatly red uoad. MedicaIevidence has shown that performing warm- upexercisas before wL,rkand after breaks red uoas strain and sprain type injuries. SPRAINS AND STRAINS: WHAT IS THE DIF FERENCE9 The wordssprain and strain are often used interchangeably, butare verydifferentailments. Sprainsare an injurytothe ligaments, while Arainsare a problem of the muscle ortendon. • Sprain: Asprain referstothe over stretching andor tearing ofa ligament. A ligament isthe fibrous band of connective tissue pining one end ofa bone with another. They are important for supporting the body's joints. For example, a ligament connects the knee with the lower leg, alowing people to walk and jag. • Straim Astrain is an injurytoa muscle or tendon. The tendonsare fibrous cords of tissue that attach the m use les to the bones. They provide the body sta bilrty a nd a range of motion. Cne of the most corn coon ly mentioned is backArain. CAUSES OF SPRAINS AND STRAINS: Spra ins are caused by direct or indirecttrauma that ove rstretches the supporting Igaments. In some rases, the Igament may even rupture. Spra ins can cocur when a team member jumps from a truck bed, ste ps off an uneven surfaoa, or falls from a mower. Symptoms of a wra.Pn may include: Pain Swelling Br Ising Inability to move joint Strains resuItfrom an overuse of musc12sand tendons. Prolonged, repetitive movement, wrthouta break, can precipitate a strain. This injury may Occur when lifting a heavy object or using powered hand equipme nt a 11 day. Symptoms ofa Strain MayinoWp: Pain • Muscle spasms • Muscle weakness Swelling Cramping • ❑ Ric ulty moving muscle TREATING SPRAINSAND STRAINS' Cverall, therapyfor both sprainsand strains is similar. There are a variety of treatments that can relieve pain, swelling, and inflammation. Your jobentails manual laborand thereforethere will be times that your body aches a nd is sore, but these are considered minor a nd do not require a visitto a med ica I facil ity. Spra ins a nd strains can take anywhere from 2-6weeks to fully recover. There are ways totreatat home and thatconsists d RICE therapy, R — Rest — Ice • C — Compression • E — Elevation A common error made in treating sprains or strains is to prescribe anti-inflammatory med icatbns for pain relief of steroldsfor the inflammation. Muscles, tendonsand ligaments —like bones —heal with an initial and necessary inflammatory reaction in the tissues. The inflammation removes any localized blaedingor bruising and attracts healing factorsfrom the bloodstream to repair the tissue damage. Reducing or inhibiting the inflammation early on will compromise the ability for the damaged tissue to heal. Time heals sprainsand Ara ins, as far too often our team members are taken to med ice I treatme nt facil rty, prescribed medications and released back towork. Pain medication does not heal injuries, 1:only helps deal with the pain. The rasa very well could have been managed utilizing the home care methods mentioned above along with additional light duty work. Contlnuean Paget KIEYS tci SAFIETY groundings �-#atountabilaty 'Faa milt' E iprrs�nt �p1CID� 2 GOAL* ZERO y Ntl v�upk� SAFETY sTARTsvrlTH YOU SAFETY UPDATES Safety Counts Record- Camp Lejeune, NC = 1481 Days DAYS WRHCUT A BRANCH RECORDABLE INJURY LOS Vegas {Ed—dsAFB] 1818 Ft. Leonard Wood, MID 1418 Tri-Command, SC 1114 Michigan (N) 1026 Ft. Myers Central 1023 Central FL Fert (N) 966 South FL Irrigation 910 Central FL Irrigation 860 Ft. Benning, GA 842 Hickam, Hi 737 IPC North, HI 737 Ft. Campbell, KY 661 Bonita Springs 434 Tampa South 418 Naples South 414 Uta h 350 Ft. Myers East 329 South FL Fert 321 Camp Lejeu no, NC 291 Naples North 262 Ft. Bliss, TX (N) 34 Ft. Hood, TX 70 Myrtle Beach North 67 Myrtle Beach South 65 Ft. Myers West 65 Wilmington, INC 64 Tampa North 58 Indy North 51 North Port, FL 46 Tampa East 35 Marco 35 IPC South, HI 24 Ft. Drum, NY 11 Naples East 10 Alas ka 9 Indy Downtown 0 PICTURE OF THE WEEK 01FA6to] 010 `t t � , g! �� _.gym+ �; _ 5 ti 1 ��Y +^ • •Y V �€ F DIAMOND MAPS (Continued from previous page) [--i01®1xYJAI 101®JAA=� Close j Search More erovrse�� � O Display Settings Line Color 0 classiw Line Opacity I;C % Line Width 3 Line Style Fill Color I i Fill Opacity Symbol ❑ Auto Label Enable Slja%e Dispp�a Settinos `' HrArank �1 :e:ar O.8 Csgg-p! cger,&nIS. 0psa!E1obe USDA Fen*. S—Agent) ,?e—o'useIRepotamap — Customizable: Mainscape operation teams are able to manipulate layers and data within the DM system to create a historical record of both property assets (using GPS coordinates), operational rotations, safety documentation, and property changes. CUSTOMER REPORTS An informed partner is a happy partner To keep you up to date on everything happening at your property, the local operations team sends out a weekly overview of services performed. Mainscape is also able to provide a monthly Quality Inspection with Mainscape and Property representatives creating the report together. MAINSCAPEr INC WEEKLY SEVICE REPORT WEEK DF:5/21/2018 David Wellman PROPERTY: Toroweap PRE -EMERGENT: Spring application complete. Fall application planned to begin in September. LAWN CUTTING: (MOVONG/ EDGING) Mow without edgi rig completed last week. Mow with edging sched u led thi s week. FERTIUZATION/ PEST: 2" fertilization complete. Insecticide application complete_ 51d fertilization sched u led for Ju n e. BED CARE: (PRUNING/ WEEDS/ BLOWING): Late spring pruning completed. Early summer pruning scheduled mid -June. Post emergent scheduled to pull and spray weeds every Friday_ We will send workers more or less frequently as needed. Blow/dean-up crew will begin in November. IRRIGATION; Late spring program mingiscomplete_ Settings = Turf irrigation is being set to 4 days per week.* Run times will have 3 start tirnes anywhere between 4 tc 7 minutes. Drip will be 3 day a week.* Run times will have 1 start time and run anywhere between 30 to 45 mins. 'Each home and even specific home areas are unique_ No climate is the same! IRRIGATION CUSTOMER SERVICE REQUESTS: Week of 5/14118— 5/18118 Closed-1 Inrprocess- 0 New- a overdue- 0 MAINTENANCE CUSTOMER SERVICE REQUESTS: Week of 5/14/18 — 5/18/18 ClDsed:2 In-process:a New:0 overdue:o Please, if you have any other concerns feel free to contact me. Have a great day, I]aAd Wellman! CUSTOMER REPORTS (Continued from previous page) JL "INSCAPEt Property Inspection L-ion:-th Fb,ide Fedilizetipn Completed B, STEPHANIE PARKER Address: -72 Treellne Am,Fpd Slened On: 41232012443:12 PM Myers, FL E-3 Completed On4231201864415 PM Points: 1H1255 Score: 71% Answer Points Possible Points Property Inspection pe P,ody N.- V.nderbllt Country club T.rF Mowln g lines are ' trail B present. 5-Predominate 5.0 5.0 d lwpe�rlx:� Thegrass is cut at the a pp,oprint, heighl 4 40 5.0 The sid-lki, a nd boarders a re properly 4 4.0 50 Tree edged Thegrass exemplifies good color. 3 3.0 5.0 �mou t Colorof.rf is wlform with no fehlllrer 5-Uniform 50 50 striping Thegrass is think with no bare areas. 3 3.0 50 C"in"t, some bear area tad baaksida tervls baaksieaof clan, eagle pie aem Monthly or Quarterly Quality Inspection 40 5.0 20 5.0 50 5.0 30 5.0 50 5.0 ,0 50 11 5.0 ,0 50 50 5.0 so s.o 40 0 11 5.1 00 00 50 5.0 00 00 00 00 pppem'm:9 4D 5.0 Excess leaves are removed 6om the lawn- 5-N.Leaves 50 50 Are there any lnsecls or disease present? 3-Some Present 30 50 Comments' Some take all roof It but not as bad as In the past Arethere nuritio..1 defldenclesp 4 40 50 rwpemlx:z-1. � . . P. A-h- 'insect peat, or diseases present9 3 &0 5.0 Comments. Many palms still --ring from hurricane and may have bud It Arethere nutritional J f,llenalea7 4 40 5.0 Comments, Most look pretty good but there ere some queen palms yellowing a little pppeMlx:T N2YM1a 940.00 PM C S.R bed edges era even S crlsp. 2 20 5 0 pppeMlx:a Thera is. p,.p., amount of mulch In the 2 20 50 beds and It looks fresh Comments: Spurge end them berbitter germinating 50 5.0 30 5.0 40 5.0 50 5.0 40 5.1 5.0 5.0 30 5.0 invi ea and Jatmpha 40 5.0 40 5.0 some k and P deficienq IeH over Fe dad fl- ere removed where appllceble NIA Beds .,.full&look co mplete. 4 40 50 Comments: N.,.11 beds look full end complete Arethere any in ... 1, or disease present' 4 4.0 50 C pmme i A fern cases of in, -and disease but overall pretty good. W hiteflles In viburnum end downy mildew gpperdlx:ra Are ell plants receiving the propera....1 5-P,ope,Amount 5.0 5.0 and frequency of Irrlgetlon9 23 CUSTOMER REPORTS (Continued from previous page) Kings Point Weekly Irrigation Report Week of September 18th, 2017 Monthly Inspection ( Minor Repairs Week Date 5ectionA SectionB sect-C 1 September Completed Completed Completed 4-8 2 September Completed Completed Completed 1I-IS 3 September In Process In Process Completed 19-22 4 September In Process In Process In Process 25-29 Here is a setweekly Inspection scheduleto better keep everyone informed ofwhen and where irrigation inspections are being performed. Areas are as follows: Section A Week 1-Andover, Cambridge, Knolls I, II, III, Bedford, Fairfield and Dorchester. Week 2— Idlewood, Gloucester and Quail Pass. Week 3 - Highgate I, Lancaster L II, III. Week 4— Highgate II, III, IV, Lancaster IV. Section B Week 1- Nantucket I, II, III, IV, V. Week 2- Worthington, Oxford I, II, Radlson I, II, Yorkshire. Week 3-Princeton, Tremont I, II, Southampton I, II, Vil leroy. Week 4 - Manchester I, II, III, IV, Somerset. Section C Week 1-Prockfield, Acadia I, Edinburgh, Huntington, Falrbourne. Week 2 - Jameson, Maplewood, Acadia II, Lyndhurst. Week 3- Grantham, Kensington, Devonshire, Inverness. Week 4— Richmond, Oakley Green, Corinth, Portsmith. Weekly Irrigation Report al Irrigation Inspection inn It hack on. In zones operatingwith rerforming a monthly oatewlth the Previous Reported items None to report AthIs time. is attachment. Additional Repairs Outside Of Contract :a when a person None for last week he waai aca mng Irrigation Lanai Upgrades byme streahing Completed MP work at Andover F to helpwlth spray and run off, spoken POC, all good. (Completed 912V17) Enhancement o r—g unsafe Associations that have not had their enhancement done, will have It resent to them for approval. Associations that have approve their enhancement and are on the schedule are: Ifurr o[[un-ning. Forthe latest update on current restorations and assessment project scheduling, this may bevlewed on Restoration and Evaluation Requests attachment. area heaai�g m Irrigation Lanai Upgrades 2213 Oakley Greens Dr. completed adding drip to plant bed, requested by homeowner. (Completed 9121/17) Enhancements Associatirthat have not had their enhancement done, will have It resentto them for approval. nee your - Associations that have approved their enhancement and are cnthe schedule are: For the latest update on current restoration and assessment project scheduling, this may beviewed on Restoration and Evaluation Requests attachment. in, Kin helps to MI CUSTOMER REPORTS (Continued from previous page) Service Schedules & Scope of Work /MI NSC APE 2017 overview Schedule for: Kings Point ���0000000��0 ®®®0000000®®0 Hardline Edging Shrub Pruning 000000000000® Irrigation ln5peition 000000000000® Lawn Nutrient App Palm Nutrient App Shrub Nutrient App Palm, Shrub & Turf Pest Control App �00000000�� 'Approximate SEhedule5l 25 PROPOSED SOLUTIONS We believe that we can meet any requirements necessary to meet your needs, and are prepared to go to work with the following plan THE MAINSCAPE TRANSITION PLAN With "Start it Right" we do it right The Mainscape "Start it Right" Transition Plan is a proven and time -tested system. We've successfully launched projects in the 45-60 most challenging and remote environments DAYS PRIOR PRE -START MEETINGS in America, including Alaska and Hawaii, the desert conditions in California, Utah and Las Vegas, snow regions in upstate New York and Michigan, and several large, site -based projects in sub -tropical Florida. Our Transition Plan works like this: As soon as the contract is signed, we kick off our 60- day countdown with a checklist of action START ONSITE TRANSITION TEAM items. Your dedicated management team L DATE begins formulating plans for operational success. Once we hit 30 days, we begin ramping up our operation by giving employees specific checklists to accomplish, making sure personnel have the proper 3O 13T OPERATIONAL REVIEW expectations and understanding of the site, DAYS i I and matching up specialized employee skills with your property's needs. On the official start date, we start a new clock. This begins our 30, 60 and 90-day 2ND OPERATIONAL REVIEW intensive client reviews. These mandatory check -ins are used to determine if we're meeting your expectations and that XDAYIS everything is proceeding as planned. This allows us to make changes as needed. The Mainscape goal is that after 90 days, 3 RD OPERATIONAL REVIEW everything is moving forward smoothly and you're happy with the results. Company Profile Company Legal Name: Street Address: City, State, Zip: Tax I.D. Number: Main Ph. Number: Main Fax Number: Parent Company: Public or Private Company: Years in Business: Number of Employees: Number of Current Clients: Mainscape, Inc 13418 Britton Park Road Fishers, IN 46038 35-1633580 317.577.3155 317.577.3161 No Parent Company Privately Owned 33 years 1,000 EE's 2500 W References Regardless of size or need, we can help Customer Agency Name: Eli Lilly & Co. Contact Name: Jeff McClain Contact Title: Supplier Relationship Manager Email Address: McClain Jeffery@lilly.com Phone Number: 800.545.5979 Length of current contract: 5 years (contracted through 2021) Value: $2.3 milliion Property Type: Commercial Campus Customer Agency Name: Reflection Isles Contact Name: Craig Allenbaugh Contact Title: Board Member/LC Liaison Email Address: craigibodl@gmail.com Phone Number: 239.691.2818 Length of current contract: 2+ years (contracted through 2021 Value: $640,000 with 500 homes Property Type: HOA Customer Agency Name: JLL Contact Name: Jonathan Harrell Contact Title: General Manager Email Address: jonathan.Harrell@am.jll.com Phone Number: 813.802.8177 Length of current contract: 3+years (contracted annually) Value: $150,000 Property Type: Commercial Properties(multiple) 30 CONTACT US Mainscape, Inc. Corporate Office 13418 Britton Park Road Fishers, IN 46038 Phone: 1-800-481-0096 E-mail: customerservice@mainscape.com Brandon Whaley Orlando/Tampa Manager Direct: 1-317-517-9483 Cell Ph: 1-407-508-0540 E-mail: bwhaley@mainscape.com G 31 Collier C014-nty Administrative Services Department 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 24th 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: ❑X The Solicitation Submittal has been signed. RI 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. XI Any addenda have been signed and included. ❑X 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) - http://dos.myflorida. com/sunbiz/. X❑ 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. X❑ Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Inc. Address: 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 12/2/2019 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: Print Name: Brandon Whaley Title of Signatory: Account Executive 12/3/2019 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 29th day of November 2019 in the County of Osceola , in the State of Florida Firm's Legal Name: Mainscape, Inc. Address: 13418 Britton Park Road City, State, Zip Code: Fishers, IN 46038 Florida Certificate of F05000007055 Authority Document Number Federal Tax 35-1633580 Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: 317-577-3155 407-508-0540 Signature by: (Typed and written) Title: L-1GGVU 1L DXUUULIVC 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: Loren Garner Title: Director of Operations Address: 3080 Ravena Ave. City, State, ZIP Naples, FL 34120 Telephone: 239-597-8136 Email: LGamer@mainscape.com 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 httns://www.e-verifv.Lrov/. 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 Signature Robert Brandon Whaley Title Account Executive 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 collierr 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 Ravena Ave. City Naples State FL Zip 34120 Email CVolk@mainscape.com 2. Company Status (check only one) City Fishers Zip 46038 Remit / Payment Information (Must be filled out) Address 13418 Britton Park Road City Fishers State IN Zip 46038 Email AR@mainscape.com Individual / Sole Proprietor X 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 = Disre arded Entity, = Coryoration. P = Partnershi 3. Taxpayer Identification Number (for tax reporting purposes 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 ofperiurv. I certifv that the information shown on this form is correct to my knowledge. Signature Date 12/3/2019 Title Account Executive Phone Number 407-508-0540 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) X❑ 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: 11/29/2019 Address in Collier or Lee County: 3080 Ravena Ave, Naples, FL 34120 Signature: Title: Account Executive 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. Stat. 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, f r o 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. Equipment Available in Collier County for Projects Proposed 49142 MAINSCAPE, INC monthly cost of equipment FYE: 12/31 /2019 Mth: 3/31 /2019 d Date t Asset Truck # Property Description Acquired Memo 1 Location: Naples east 1265 406 hunt bo 07 chevy 2500 125975 12/01/09 1GCHC29U97E125975 1514 502 2010 GMC SIERRA 267763 7/23/10 1GT5CZBG2AZ267763 1885 538 2011 GMC SIERRA3500 240112 6/30/11 1GD412CG5BF240112 1887 533 2011 GMC SIERRA2500 138426 6/30/11 1GT11ZCGOBF138426 1639 nat city bo ingersol rand 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 49142 MAINSCAPE, INC monthly cost of equipment FYE: 12/31 /2019 Mth: 3/31 /2019 d Date t Asset Truck # Property Description Acquired Memo 1 Location: Naples east 1265 406 hunt bo 07 chevy 2500 125975 12/01/09 1GCHC29U97E125975 1514 502 2010 GMC SIERRA 267763 7/23/10 1GT5CZBG2AZ267763 1885 538 2011 GMC SIERRA3500 240112 6/30/11 1GD412CG5BF240112 1887 533 2011 GMC SIERRA2500 138426 6/30/11 1GT11ZCGOBF138426 1639 nat city bo ingersol rand laoder 12151 12/07/10 2196 JD GATOR 1M04X2SJLCM080503 11/03/12 2207 AVE MAR ]A GAS TANK 12/01/12 2316 exmark turf tracer 36" 313629077 4/01/13 2568 jd gator 1M0550FBCCM013423 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 3/31/15 2996 61" JD 1TC661RMJDT020020 3/31/15 3129 walk behind cage 1176066 9/14/15 3130 walk behind cage 1175963 9/14/15 3137 ave maria CCTV system 10/01/15 3216 belt grinder 12/15/15 3344 13 HP BLOWER 100515259 7/06/16 3599 61" BOBCAT 91261000617 6/06/17 3763 vantage 52"402330435 6/12/18 propane 3909 36" WRIGHT STANDER 109841YA 2/20/19 3910 72" WRIGHT STANDER 113741RS 2/20/19 1304 M&I 08 CARGO 24' TRAILER 024611 3/16/10 4D6EB24278AO24611 2107 M102 EXPRESS 24' TRAILER 000303 8/01/12 5GLBE2429CC000303 2873 24'TRAILER 000309 5/15/14 5GLBE2426ECO00309 3641 2017 BIG TEX 5075040 7/11/17 16VDX1429H5075040 3933 6X12 UTILITY TRAILER 1037605 3/01/19 57BAG6121K1037605 Location: Naples north 1276 443 M&I 2009 GMC Sierra 150 155776 1/29/10 1GTEC19029Z155776 1814 520 2011 GMC SIERRA 3500 197537 4101111 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 MMINSCAPE® Team Resumes Jeff Snyder, Vice President Jeff has 28 years' experience in the landscaping industry with ten of those at Mainscape. An Ohio State University graduate, Jeff owned his own landscape company for 15 years. Under Jeff's leadership, Mainscape has adopted the Irrigation Association's Best Management Practices assuring that Mainscape's clients benefit from a researched, science -based approach to irrigation maintenance. He is proud to have earned the following certifications: Certified Irrigation Contractor, Certified Landscape Irrigation Auditor, EPA Water Sense Partner, Florida Water Star Accredited Professional and Florida Certified Horticultural Professional. Jeff finds his motivation in striving to be the best company possible and mentoring team leaders to also be their best for our clients. He is blessed to be married to his best friend, has two grown children, one grandchild and two playful golden retrievers. Loren Garner, Director of Operations - Florida With more than 30 years of Mainscape experience, Loren Garner, a graduate of Anderson University, is a veteran of the landscape management industry. Loren started as a fertilization tech, later earning a Certified Pest Control Operator license, and worked his way through the ranks. As Mainscape's Director Florida Operations, he oversees all aspects of the delivery team from safety, staffing, execution of work, quality control and profitability. Loren is also tasked with ensuring that all of Mainscape's landscaping projects adhere to the highest quality standards. In accordance with Mainscape's continued commitment to exceeding expectations, Loren works closely with Mainscape employees to help them provide a seamless and satisfying client experience, one that reflects the core values of Mainscape. Jay Arthurs, Regional Agronomy Manager Jay has 13 years in the industry and is responsible for training and holding personnel accountable for safe handling of equipment and application of fertilizers and pesticides. He is a Certified Pest Control Operator, FNGLA Certified Horticultural Professional, FNGLA Certified Landscape Maintenance Technician, NALP Landscape Industry Certified Lawn Care Manager, Florida Water Star Accredited Professional, and BMP Certified. Jay's ability to effectively lead, problem solve and focus on the details helps his teams improve and maintain the health and performance of turf and plant beds throughout the region. He is married with three children, and plays golf and fishes in his spare time. Rick Rios, Regional Safety Manager Rick just recently joined the Mainscape team in 2017. His back ground is safety management with 15 years spent in military and law enforcement engagements. Ricks service to his country and record of safety excellence made him the ideal choice for Mainscape. He will oversee safety program implementation in the Florida and Carolina regions, assisting branch and operations managers in understanding and promoting safety culture. Zane Stoneman, Regional Irrigation Manager Zane has 20 years of experience in the irrigation industry, with seven of those coming at Mainscape. He is currently responsible for all aspects of Mainscape's Irrigation Department in Florida. Zane was instrumental in promoting the Irrigation Association program to bring the most certified irrigation professionals under one company in Florida. He is a Certified Irrigation Contractor, Certified Irrigation Technician, EPA WaterSense Partner, Florida Water Stars"' Accredited Professional, Florida Certified Horticultural Professional and Certified Backflow Tester and Repair. Zane finds his motivation in providing the best possible solutions with the most talented technicians available and believes in training people and giving them the skills to succeed. Currently Zane and his wife are busy with an infant and a young son, but they like to go to the beach and spend time with friends and family when they can. Brandon Whaley, Account Executive Brandon Whaley joined Mainscape in September 2015. Since that time, he has served in many different roles, filling in where the need arose. Brandon is well versed in landscape operations, is a Certified Pest Control Operator, and has excelled in sales and customer service positions. With thirteen years of leadership experience, Brandon is well -versed in meeting and exceeding the expectations of customers while creating a positive work environment. Driven by his own desire to succeed, Brandon continuously strives to provide his employees with the opportunity and encouragement they need in order to grow and succeed. Brandon's "people first" mentality extends beyond Mainscape and into his community. He serves the City of Saint Cloud on the Planning and Zoning Commission, Discovery Church as a Men's Ministry Leader and is active in the leadership of a crisis management organization for adults. Most importantly, Brandon enjoys time with his wife Jess and their two beautiful children, Livy and Xander. From biking to volunteering with United Against Poverty, there are few times you find them apart after work. 0 r Jk141NSC APE. "Woo, �461 li� _rkool 2���� "4-4,,e1J_VV „ PROFESSIONAL SERVICE AGREEMENT # 20-7676 for PARKS LANDSCAPE MAINTENANCE THIS AGREEMENT, made and entered into on this day of 2020 , by and between Inc. authorized to do business in the State of Florida, whose business address is 13418 Britton Park Road, Fishers, IN 46038 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: The Agreement shall be for a three (3 ) year period, commencing ❑■ upon the date of Board approval E or on and terminating 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 ❑ Netlee tO PF8eeed ❑ WOFk gFde, 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions ❑ ❑ Invitation to Bid (ITB) 0 Other invitation for Qualifications ( 1FQ } # 20-7676 , 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. Pa ,c 1 of 14 Professional Service Agreement #2019-01 1 Packet Pg. 969 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 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 0 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3.5 ■❑ The County reserves the right to specify in each Request for Quotations. the period of completion: collection of liquidated damages in the event of late completion: and the Price Methodology selected in 4 1 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology 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): 0 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. ❑ Time-and-Matefiats-- g c tO pay the r+r�ni�r�n_4�or-fC1r�nxwflt-oPab i, time speRt by the contraGte!F's employees and subcontr rS40,-�Ffeffn the work (numbe of heurs firnes hourly materials PIS �s the COn ' is__ppryoTaally used' in pi:emets I ICU lVI1U1J f.J 1L�J`TITG GQ1f `"' ``JJ `"'�„��� �� ��/ wouldwhieh it i6 not possible to a GUFately estimate the likely ect,-ili-..�iYhen [ t is �d that the pFejeet req-ui�Is wast l. ...iimek fO' the p "jeGt. J Paee 2 of 14 Proirsswnal Service Agreement #2019-01 l f \ Packet Pg. 970 42 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. 4.4 ❑ Travel a le Expenses: Tr ve"nd Reirn F6able Expenses must be approved in advance F n wFiting by the CeupAy- Tr-ave l expenses hall— ;e Reimbursements shall be at rates, 8Feakfast $&-Go L I I $44 -W 8+ $4440 A#aFe Actual ticket rest limited to tourist o Rental-eaF Actual standard size-,�e�� LedgiRg AGWal sect of led" at 1.6 Q'Ie eccupa thaR $160.00 pep nigh �- - - -- -� - 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 Page 3 of 14 Professional Service Agreement#2019-011 ,cao Packet Pg. 971 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: Mainsca a Inc. Address: 13418 Britton Park Road, Fishers IN 46038 Local: 3080 Ravena Ave Naples, FL 34120 Authorized Agent: Brandon Whaley Attention Name & Title: Account Executive Telephone: (407) 508-0540 E-Mail(s): bwhaley@mainscape.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Barry Wiliams Division Name: Parks and Recreation Address: 15000 Livingston Rd Naples, FL 34109 Administrative Agent/PM: Matt Catoe Telephone: Operations Analyst E-Mail(s): matt.catoe colHercountyfl.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 Page 4 of 14 Professional Service Agreement .42019-01 1 rcli-() Packet Pg. 972 all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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. ■❑ 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. ■K 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. 7■ 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 $ 500,000 for each accident. Page 5 of 14 Professional Service Agreemcnt#2019-011 Packet Pg. 973 D. [ TtVteSSi<iri83 6+�3biai {aed by-#k�e-66ttt6t^rr�o_oTsure its legal suFaRGe shall have I.Mits of met less than $ gym ­4 __gf-ate E— ❑ all YLminimum i Fn i-t ] e f 1$ Der essurrenee. ❑ TarA alog -Irmm-ancl--Omiss-ions: ry age nhnlflll 1-,, r ocetwTAepfee., G— ❑ G� Goverage shall have monlmt 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 Page 6 of 14 Professional Service Agreement #2019-c i I OCAO Packet Pg. 974 rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Parks and Recreation 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, ❑FRS ❑ ITB/0 Other Invitation for Qualifications # 20-7676 , including Exhibits, Attachments and Addenda/Addendum, W subsequent quotes, and ❑ Other Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box will 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. Page 7 of I4 Professional Service Agreement d2011)-011 Packet Pg. 975 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 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. Pm4e8of14 Pro essiuIlaI Scry ice Agreement #2019-011 Packet Pg. 976 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. 22. 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. 23 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. 24. 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. 25 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. 26. ❑ KEY PERSONNEL. s pf_ej�ball be-kRGwledg tF444ed in the V p er-frtr_m�'+nee of tho A �r�}f}�{-�.oplp e 744 lla�rr a•uV le for an t of tirne adequate to meet the required seNiee dates. The r Feplaeernents have —substantially the sarne or betteF-�ifiaatiens and/or {�ye-4;eu4t� is notified On writing as ke i� Page 9 Of 14 f'rofestiwnal Sera ico Agreemecit 92019.011 CAO Packet Pg. 977 [, 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. 27. [j 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. 28. 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 29. 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 Ila�—,c 10 ciIA 4 Professional Service Agrermrnl n2019-01 I Packet Pg. 978 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 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. (Intentionally left blank -signature page to follow) Page 11 of 14 Professional Service Agreement #2019-011 Packet Pg. 979 I 16.D.5.h I 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 Kinzel, Clerk of Courts of the Circuit Court & Comptroller By: Dated: (SEAL) Contractor's Witnesses; /V 61 A,) Contra r' First W ess Type punt w� ss nameT I `J Contractor's Secdnd Witness TTypelprint witness name Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Burt L. Saunders , Chairman Mainsca a Inc. Contractor Signature '�rj ��'lS ✓tiG�t1VL 7/'-'i'� ��k /�"� GLs I2 �^� �L 4c-� `(IPs TTypelprint signat e and titleT Page 12 of Id Prnfesciumd Service ApeeniuM N2019•' yy Packet Pg. 980 Exhibit A Scope of Services 0 following this page (pages 1 through ❑ this exhibit is not applicable Page 13 of 14 Professional Service Agreement #2019-01 1 Packet Pg. 981 IFQ# 20-7676 "Parks Landscape Maintenance" EXHIBIT A SCOPE OF SERVICES WORK ASSIGNMENTS All projects will be quoted to the qualified vendors using lump sum pricing. Quotes must be received within ten (10) business days or within timefiame dictated by project manager for non -urgent work requests. TECHNICAL SPECIFICATIONS The award is to include, but not limited to, mowing, edging, blowing/street cleaning, weeding, general site trimming, and trash removal at Collier County Regional, Community, & Neighborhood Parks. 1. Mowine and Edging Prior to mowing, Contractor shall be responsible in the removal and disposing of all trash and debris which includes, but not limited to, palm fronds, horticultural and non -horticultural debris, leaves, rocks. paper, tree branches and limbs, shrubbery, and other miscellaneous objects on the ground in the service area to include the right-of-way. The number of mowing services may be modified by the County's Field Supervisor or designee depending upon seasonal conditions. + Mowing and edging shall include park medians and areas along the outside edge of the sidewalks of adjacent properties, if existing, which are not currently maintained by the property owners. Contractor shall ensure all trash and debris is disposed of the same day and areas with pavement and curbing shall be clear of all grass clippings from mowing. • Swale areas must be mowed throughout the entire year. If mowing is not possible and the swales are full of water, the swales must be addressed at every service to reduce the height of the weeds to 12" above the water. • Grass shall be cut at the height of 3 %" for Bahia and 4" for St. Augustine. • Edging is required in all turf areas around isolated trees, valve boxes, shrubs, signposts, utility holes, etc. where they exist. All debris on streets, sidewalks, or other areas, resulting from edging, shall be removed. No herbicide shall be used for edging. • Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, street light bases, signposts, headwalls, guardrails. timer pedestals, posts, and trees. • Swales and dry retention areas must be mowed and weed trimmed. A full singular mowing service shall include trash removal, mowing, and edging of the entire project. • Side of the road, a full mowing service shall include: side of the roadway mowing and edging, all swale areas, and side of right-of-way trash removal. Exhibit A Page I of 4 Packet Pg. 982 1ti.D.5.h • Mowing ahead signs are required when mowing is being completed. 2. Trash Removal Before mowing turf areas, the Contractor shall remove all debris trash from the service site. • Park trash removal for each service for all site areas shall be cleaned by removing all trash or debris which shall include, but not limited to the following: paper, bottles, cans, other trash, and horticultural debris. • Disposing of trash and debris must be at a proper landfill or disposal site. 3. Street Cleaning Sidewalks, curbing, and gutters to include the four (4') foot area from the face of the gutters and curbs, turn lanes, medians, and sidewalk areas shall be cleaned the same day as the mowing service to remove any accumulation of debris or objectionable growth to maintain a neat and safe condition. Sidewalks shall be blown clean. Grass clippings or other debris shall not be blown on other adjacent property or accumulate on right-of-way areas, paved areas, traffic, or roadways. Blowing shall be directed toward the existing landscape median or grass. 4. Weediniz Weeding of plant beds, sidewalks (asphalt, concrete paver), guardrail bases, curb joints and other mulched areas by chemical and/or hand removal and must be performed weekly or as necessary to provide a weed -free and well -maintained area. Blue tracker is required when spraying non -selective herbicide (Glyphosate). ➢ Must be a Florida Pesticide Licensed Applicator. 5. General Site Trim min iniz General site pruning shall be defined as the pruning of any plant's foliage height that is ten feet (10') and below. a) Shrub pruning should be done at a minimum of every 6-weeks throughout each Park for all shrub types that require pruning so that landscape gives the appearance of continuity throughout that Park project area. b) Groundcovers and shrubs shall be maintained at the required height as specified by the County's Project Manager or designee up to a maximum height of thirty-six inches (36"), with the exceptions of sight windows when the height needs to be maintained at a maximum of eighteen thru twenty-four inches (18"- 24"). c) Shrubs and plant material shall not grow over the curbing and into the roadway or parking area. d) Shrubs and trimming, as described above must be completed in order to submit an invoice for payment. 6. Miscellaneous and Landscape Maintenance Responsibilities a) If plants, shrubs, trees, grass or foliage die due to neglect or damaged by the Contractor as determined by the County's Project Manager and/or designee, they shall be replaced at the Contractor's expense. b) The Contractor shall provide ramps or other devices to gain access over the curb in all parks. The curb or turf areas shall not be damaged due to gaining access, or they will be furnished and replaced at the Contractor's expense. Exhibit A Page 2 of 4 Packet Pg. 983 16.D.5.h c) It shall be the Contractor's responsibility to notify the County's Project Manager or designee of any maintenance problems or additional maintenance needs. d) The Contractor shall perform inspections on all plants, shrubs, trees, and grassy areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the County's Project Manager or designee should a disease or infestation be found. e) If a harmful pest is identified and needs treatment, quotes are required to be approved by Parks Field Supervisor or Project Manager before any treatments. f) The Contractor shall have a singular point of contact with cellular phone and e-mail for on -site and offsite communication to communicate with the County's Project Manager or designee. The Field Supervisor or designee must be able to meet on -site when requested and must be able to answer any questions regarding the landscape maintenance for the specifications herein. If the Contractor is unavailable there must be a secondary person who can be available to answer questions and/or make decisions. 7. Utilities Contractor shall be responsible for exercising caution while in the vicinity of utilities. Any damage to utilities will be the Contractor's responsibility. It is the contractor's responsibility to call Sunshinc8i l (811 or 1-800- 432-4770) before starting any digging project. 8. Maintenance of Traffic MOT MOT may be requested on an "as -needed basis." Contractor shall comply with the requirements of the County's Maintenance of Traffic (MOT) Policy. • Upon approval of a MOT Plan and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc., the lane may be restricted from traffic. 9. Equipment Requirements The equipment utilized shall be in good working condition, properly maintained, and designed and manufactured for the work required in the specifications. It shall be equipped with all safety devices available and must be properly maintained. The crews must be trained to safely use the equipment. • Equipment List: Provide a list of all company -owned and leased equipment for this contract. 10. Crew Communication Contractor shall provide a qualified English-speaking crew leader/supervisor which shall be present and readily available to Division personnel and during business hours of operation at the worksite. • Contractor Project Manager or designee shall be a singular point of contact with cellular phone and e- mail for on -site and off -site communication. • They must be able to meet on -site when requested and must be able to answer any questions regarding the work. Exhibit A Page 3 of 4 Packet Pg. 984 I I. Uniforms and identification Bad es: The Contractor's employees shall be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The uniform shall consist of a logo shirt and matching long pants. The contractor's employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. Any employee found without a badge and full uniform will he sent home and the Contractor shall be fined 5100 per day per incident. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. The front of the employee identification badge shall have the employee's photo, the employee's name and the Contractor's company name. Exhibit A Page 4 of 4 Packet Pg. 985 Other Exhibit/Attachment Description: ❑ following this page (pages through ) ❑ this exhibit is not applicable Page 14 of 14 Professional Service Agreement#2019-011 Packet JPg. 986 A� " CERTIFICATE OF LIABILITY INSURANCE DATE( 16.D.5.i 09/25/2019 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 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 : Philadelphia Insurance Co. 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 FL Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE TO PREM SES Ea oNcE ence $ 100,000 X MED EXP (Any one person) $ 5,000 Landscape Design E & O Ind X Pesticide Included PERSONAL&ADV INJURY $ 1,000,000 A Y FICBP13718 10/01/2019 10/01/2020 LAGGREGATE LIMIT APPLIES PERGENERAL AGGREGATE $2,000,000 POLICY � PRO ❑LOC JECT: MOTHER PRODUCTS-COMP/OPAGG $ 2,000,000 Employee Benefits $ 1,000,000 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 (Pe accident) $ X PROPERTY DAMAGE Per accident $ HIRED �/ NON -OWNED AUTOS ONLY /� AUTOS ONLY Uninsured motorist $ 1,000,000 UMBRELLA LIAB OCCUR vV"""""'y'V ''"' EACH OCCURRENCE 10,000,000 $ AGGREGATE $ 10,000,000 A EXCESS LAB CLAIMS -MADE EX09712 10/01/2019 10/01/2020 DED I X1 RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE 1 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A 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 $ A Leased or rented Equip B Employee Dishonesty FICBP13718 / PHSD1384826 10/01/2019 10/01/2020 Limit ($1,000 Ded) Limit $150,000 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The following apply in favor of Collier County Board of Commissioners when required by written contract, subject to policy terms and conditions for any and all work performed on behalf of Collier County: General Liability Additional insured on a primary and non-contributory basis (including Completed Ops) and Waiver of Subrogation in favor of additional insured per form L2031 (07/12); Automobile Liability Additional Insured and Waiver of Subrogation per form SBFAE (02/18) and primary, non-contributory per form CA0449 (11/16). Workers' Compensation Waiver of Subrogation per form WC000313 (04/84) 20-7676 CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. 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 N U C to C N r C N IZ M V to C ftf J N Y ftS IL to to ti CD tV t'M tV N t) C ftf L N C I (D Q t4 V N C ti to ti C tV C N E t v R r r Q @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 987 Cover Letter/ Management Summary Parks Landscape Maintenance, Solicitation No. 20-7676 P & T Lawn and Tractor Service, Inc. 15980 Old Olga Road Alva, FL 33920 Office: 239-694-4848 P & T Lawn and Tractor Service, Inc. is a full -service, family -owned lawn and landscape company. We provide all aspects of landscape services, from mowing to arborist services, such as pruning. P & T Lawn has served under the some name for over 29 years and provided services to an array of vendors from residential to government owned agencies. When we first opened our doors in 1990, we only had minimal resources, and over the years we have grown into one of Southwest Florida's most widely known and trusted landscape providers in the area. Even though our name is well-known, we continue to strive to provide the some amount of quality and care that we have prided ourselves in bringing to all our customers since our conception in 1990. Contact Info: • Teena Zielinski, President Cell: 239-707-4610 Email: ztepet@comcast.net • Pete Zielinski, Vice President Cell: 239-707-4611 Email: petezielinski@corncast.net • Robert Zielinski, Executive Supervisor Cell: 239-229-1567 Email: robertzieIinski78@gmail.com • Ivan Cruz, Supervisor Cell: 239-878-7774 Email: icruzPDandtlawn.com • Jessica Zielinski, Clerical Manager & Accounts Receivable/Payable Cell: 239-633-8547 Email: ikzielinski26@gmail.cam Parks Landscape Maintenance, Solicitation No. 20-7676 r Certified Minority Business Enterprise Parks Landscape Maintenance, Solicitation No. 20-7676 Certified Minority Business Enterprise • P & T Lawn and Tractor Services, Inc. has been DBE Certified for over 20 years, please see our valid certification below. Parks Landscape Maintenance, Solicitation No. 20-7676 �� Woman ��_ � iul s -j �� Ii e s i `1 P &r, TFL�--ivvni &7 Tractor S ervi rue, n Is cortifiod Under the provisiot)S of 287 and 295.187, Florida Statutes. for a periDa •ir•Dill: DSI 4/20'19 05/14/2021 r V .tar.n:f:2r. R. 5a::c:, SocmtsrY ;:71orid;-, -Department of Wa7 _'z��nt at?r! =iw DTT::• Lit hlJpptlCr Divusit • IU'�D t:5,r?lanFdc '+\' 1�. ]tjlte SSU • R iLV:155__, FL 123911 + $�U S8; C'li_' • r:f���.dlr�s.myitart,]i-� fl'C4y Business Plan Parks Landscape Maintenance, Solicitation No. 20-7676 Business Plan • Below you will find an example of a generalized detailed plan of approach and project time line for annual park mowing, edging, blowing/street cleaning, weeding, general site trimming, and trash removal at Regional, Community, & Neighborhood Parks within Collier County per scope of work provided. Plan subject to change upon awarding of contract and detailed technical specifications stated by project manager for contract. o Mowing & Edging: ■ Prior to mowing P & T will remove and dispose of all trash and debris which is to include, but not limited to, palm fronds, horticultural and non - horticultural debris, leaves, rocks, paper, tree branches and limbs, shrubbery, and other miscellaneous objects on the ground in the service area to include the right-of-way to prevent objects from being thrown by mowers. ■ The number of mowing services to be requested/modified by the County's Field Supervisor or designee depending upon seasonal conditions. • Mowing and edging shall include park medians and areas along the outside edge of the sidewalks of adjacent properties, if existing, which are not currently maintained by the property owners. P & T will ensure all trash and debris is disposed of the same day and areas with pavement and curbing are clear of all grass clippings from mowing • Swale areas will be mowed throughout the entire year. If mowing is not possible and the swales are full of water, the swales will be addressed at every service to reduce the height of the weeds to 12" above the water per scope. • Grass will be cut per specs at the height of 3 %" for Bahia and 4" for St. Augustine • Edging is to be performed in all turf areas around isolated trees, valve boxes, shrubs, signposts, utility holes, etc. where they exist. o All debris on streets, sidewalks, or other areas, resulting from edging, will also remove. No herbicide will be used for edging • Mechanical edging of the turf will be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant Parks Landscape Maintenance, Solicitation No. 20-7676 beds, utility service boxes, street light bases, signposts, headwalls, guardrails, timer pedestals, posts, and trees • Swales and dry retention areas will be mowed and weed trimmed. o A full singular mowing service will include trash removal, mowing, and edging of the entire project • Side of the road, a full mowing service to include: o side of the roadway mowing and edging, all swale areas, and side of right-of-way trash removal • Mowing ahead signs will be displayed per requirements when mowing is being completed o Trash Removal: ■ As stated above, removal of debris trash from service sites will be performed before each service, prior to mowing. Trash and debris will be disposed of in the proper landfill. o Street Cleaning: ■ Sidewalk areas to be cleaned at the time of mowing services to keep maintained • Sidewalks, curbing, and gutters to include the four (4') foot area from the face of the gutters and curbs, turn lanes, medians, and ■ Sidewalks will be blown clean. Blowing will be directed toward the existing landscape median or grass o Weeding: ■ Weeding of plant beds, sidewalks, guardrail bases, curb joints, and other mulched areas by chemical or mechanical means to be performed weekly or as needed to maintain a weed -free environment. • All non -selective herbicides to include blue dye upon spraying. o General Site Trimming/Pruning: ■ Pruning of any plant's foliage height that is ten feet (10') and below ■ Shrub pruning to be performed at a minimum of every 6-weeks throughout each Park ■ Groundcovers and shrubs will be maintained at the required height as specified by the County's Project Manager or designee up to a maximum height of thirty-six inches (36"), with the exceptions of sight windows when the height needs to be maintained at a maximum of eighteen thru twenty-four inches (18"- 24") • Please find an example matrix schedule for P & T work to be performed below Parks Landscape Maintenance, Solicitation No. 20-7676 City of Bonita Landscape Matrix - East Terry Street/West Terry Street Maintenance RFB 16-009 Maintenance Tasks West Terry Street East Terry Street East Terry Street Completed From: US 41 From: Old 41 Road From: Imperial Pkwy To: Old 41 Road To: Imperial Pkwy To: Bonita Grande 1. Litter & Debris P/U and Removal Weekly ,Meekly Weekly 2. Weeding & Weed Control Weekly =tieekly Weekly 3. Edging of Right of Way Bi-weekly in June-Novernber & Monthly December- May Bi-weekly in June -November & Monthly December- May Bi-weekly in June -November' & Monthly December- May 4. Edging of Medians Bi-weekly in June -November & Monthly December- May Bi-weekly in June -November & Monthly December- May 5. Edging of Medians 6. Soft of Edging of Right Away 6i Annually (2 x a year) NA Biannually (2x a year) 7. Weed-eating(String Trimming) of Right Aways Si -weekly in June-Novernber &Monthly December- May Bi-weekly in June -November & Monthly December- May Bi-weekly in June -November & Monthly December- May 8. Weed-eating(String Trimming) of Medians Bi-weekly in June -November & Monthly December- May Bi-weekly in June -November & Monthly December- May 9. Weed-eating(String Trimming) of Medians 10. Mowing of Right Aways 81-weekly in June -November & Monthly December- May Bi-weekly in June -November g. Monthly December- Ma:° Bi-weekly in June-Novernber & Monthly December- May 11. Mowing of Medians kweekly in June -November & Monthly December- May Si -weekly in June -November & Monthly December- May 12. Mowing of Medians 13. Soil Testing/Fertilization NA NA 14. Structural Pruning of Hardwoods Annually 15. Palm Trimming NA annually 16. Pruning of Shrubs and Groundcover plants 17. Disease & Insect Control 18. Irrigation Monitoring/inspection/ Repair 19. Mulch & Mulching (Pine Bark) 20. Hydro seeding (Minimum of SY 2800) May 21. Over seeding (Minimum of SY 2800) = M nr 22. Misc Landscape Crew (4 men-5 hr minimum) As requested by the City As requested by the City As requested by the City 23. Misc Irrigation Crew (2 men-5 hr minimum) As requested by the City As requested by the City As requested by the City Signature: Date: Experience and Capacity of The Firm Parks Landscape Maintenance, Solicitation No. 20-7676 Experience and Capacity of P & T Lawn and Tractor Services, Inc. Since our conception in 1990, P & T Lawn & Tractor Service, Inc. has evolved into one of the largest and longest family operating landscape companies in Southwest Florida. With decades of experience and over 65 full time employees, including an on -staff Certified Arborist, we are physically and mechanically equipped to meet the needs of our customers. We are licensed, bonded, and insured for all spectrums of landscape, and have over twenty-eight years of municipal, utility, and government contracting experience. Common services provided to our clientele include: • Irrigation Maintenance & Repair • Plant & Tree Pruning/Trimming • Landscape Maintenance & Installation • Fertilization & Pest Control • Hurricane Debris Removal • Bush Hogging P & T Lawn and Tractor Services, Inc. is committed to exceeding your project beyond expectation. We have developed our professional relationships through the continued expansion of our company to comply with the industry's growing demands and standards. We possess all required licenses and certifications to conduct business within Florida; including: • Ornamental & Turf License • Unlimited Pesticide Spray License • Irrigation License • Commercial Landscape Business License • Right-of-way License • Certificate of Best Management Practices • Certification of Intermediate Maintenance DBE Certified of Traffic • Commercial Landscape Maintenance Applicator Certification Our quality performance, punctuality, and commitment to customer service has rendered longstanding clients, which include the following listed below. A brief summarization of our contract history has also been attached for your convenience. • Lee County Parks & Recreation • Lee County School Board • Lee County DOT • City of Bonita Springs • City of Cape Coral • Florida Southwestern State College • Covanta Corporation Resource Recovery Center • Lee County Port Authority • Florida Power & Light • Lee County Utilities • 250 residences in Southwest Florida Thank you for considering P&T Lawn and Tractor Service, Inc. We look forward to bringing you an outstanding level of service. Parks Landscape Maintenance, Solicitation No. 20-7676 Contract History We are presently under contract with the following companies/clients: • City of Bonita Springs • Florida Power & Light/Fort Myers Plant • Florida Power & Light/Citrus County Solar Plant • Florida Power & Light/Desoto County Solar Plant • Florida Power & Light/Manatee County Solar Plant • Florida Southwestern State College • Henderson Avenue Warehouse • Lee County Code Enforcement • Lee County DOT/Plant medians and Landscape Maintenance • Lee County DOT/ Periodic Irrigation Maintenance of Various Roadways • Lee County Facilities • Lee County Fleet Management • Lee County Incinerator/Covanta Energy • Lee County Parks & Recreation • Lee County Port Authority • Lee County Solid Waste • Lee County Utilities • The Village of Estero Duties at all above properties include the following: Mowing Grass Trimming Edging Hedging Plant Installation Irrigation Maintenance & Repair Trimming Trees Trash Clean-up Fertilizing Mulching/Pine Straw Installation Bush Hog Mowing Parks Landscape Maintenance, Solicitation No. 20-7676 City of Bonita Springs: 9101 Bonita Beach Road Bonita Springs, FL 34135 IL City of Bonita Springs 9101 Bonita Beach Road Bonita Springs, FL 34135 Landscape & Irrigation Maintenance and Repairs of East & West Terry Street (approx. 4 miles), held for 2 years David Liccardi: (239) 949-6244 Downtown Lawn, Landscape, and Irrigation Maintenance (approx. 4 miles), started October 2019 Joel Langaney: (239) 478-4614 III. Florida Power and Light/ FM Plant: Landscape & Irrigation Maintenance and Repairs of 10650 SR 80 approx. 80 acres, contract held for 6 years Fort Myers, FL 33905 Jeff Moyer: (239) 693-4398 IV. Florida Power & Light: Citrus County Solar Plant, Desoto County Solar Plant, & Manatee County Solar Plant V. FSW State College: 26300 Airport Road Punta Gorda, FL 33950 Landscape maintenance of various solar sites, total of 1200 acres; contract held for 1 year Micheal Lienhard: (561) 691-7668 Irrigation Repairs and maintenance as requested at the Charlotte County Campus Bernie Krueger: (941) 637-5629 VI. Lee County Code Enforcement: Lot mowing of foreclosed and unkempt properties throughout Lee County; Size of property varies, contract held for over 8 years Mary Nye: (239) 533-8388 VII Vill Lee County DOT: Landscape maintenance and mowing of various 5560 Zip Drive median plants beds, size of property varies; Fort Myers, FL 33905 various contracts held for over 16 years Mike Williams: (239) 533-9400 Bob DeBrock: (239) 533- 9425 Lee County DOT: Periodic Irrigation Maintenance of Various 5560 Zip Drive Roadways, size of properties varies; contract Fort Myers FL 33905 held for 2 years and ended June 2017; Started New Roads Contract February 2018, ended October `19 Patrick McFadden: PMcFadden@leegov.com Parks Landscape Maintenance, Solicitation No. 20-7676 IX. Lee County Facilities: Landscape maintenance of Animal Services, Medical Examiner's Office, Public Safety Building, Henderson Avenue Warehouse, Lee County Transit, Lehigh Sheriff Sub -Station, and the Gun Range for over 10 years; size of properties varies Randall Harris (239) 707-2481 X. Lee County Fleet Management: Landscape maintenance of Fleet Management for 8 2955 Van Buren Street years Fort Myers, FL 33916 Marilyn Rawlings: (239) 338-3233 XI. Lee County Incinerator: Landscape and Irrigation Maintenance of 48 acres; Covanta Systems of Lee County, Inc. Contract held for over 13 years 10500 Buckingham Road Russell Harbison: (239) 337-2200 Fort Myers, FL 33905 XII. Lee County Library Admin.: Landscape maintenance of 12 Lee County Libraries 1500 Monroe Street Fort Myers, FL 33901 XIII. Lee County Parks & Recreation: PO Box 398 Fort Myers, FL 33902 XIV. Lee County Port Authority: XV. Lee County Port Authority: 11000 Terminal Access Road, Suite 8671 Fort Myers, FL 33913 XVI. Lee County Utilities: for over 4 years Richard Wolters: RWolters@Leegov.com Landscape maintenance of 74 various parks throughout Lee County on and off for over 11 years Terry Slawson: (239) 707-3994 Landscape and Irrigation Maintenance and repairs of at the Page Field Airport of approx. 200 acres; contract held for over 4 years Anthony Lindberg: (239) 939-5848 Landscape and Irrigation Maintenance and repairs of Southwest Florida International Airport Entrance and Palm Frond Trimming contract started in May 2017 Toni Elias: (239) 590-4558 Landscape maintenance of the Lee County Wastewater Facilities and Wastewater Reuse Sites; Size of Sites Vary; Contract held for over 10 years Dennis Lang: (239) 481-1953 Parks Landscape Maintenance, Solicitation No. 20-7676 XVI. The Village of Estero: Landscape maintenance of the Village of Estero Roadways and Medians; and irrigation Wet Checks, started February 2018 Randall Brodersen: (239) 221-5035 Parks Landscape Maintenance, Solicitation No. 20-7676 Equipment Presently Owned by P & T Lawn and Tractor Services, Inc. The following is a complete list of all equipment presently owned by P & T Lawn and Tractor Service. We are willing and able to purchase additional equipment as needed. No equipment is leased. 29 Scag 52" Mowers 2 Standard 52" Mowers 2 Scag 61" Mowers 9 Landscape Trucks 1 Tree Boom Trucks (5.5 ton) 1 Tree Boom Truck (10 ton) 4 Tractor Trailers 12 Lawn Equipment Trailers 20 Stihl Hedge Trimmer 35 Stihl Weed Trimmers 20 Stihl Back Pack Blowers 12 Stihl Stick Edger's 10 Stihl Chain Saws 35 Lesco Backpack Weed Sprayers 3 JCB Fork Lift 2 Bucket Trucks 1 Caterpillar Skid Steer Trak Machine 3 2000-gallon Water Truck 2 7320 John Deere with 15Ft batwing bush hogs 3 Kowalski Mule 550 Spray Carts with 30-gallon spray tanks 2 8160 New Holland Tractor with 15' bush hog mowers 1 John Deere 624 Front End Loader 5 Kubota Tractors 1 Mini Backhoe 3 Irrigation Trucks 1 Pest Control Trucks 8 Pick-up Trucks 15 Enclosed Landscape Trailers 2 Chippers 2 Kubota Excavators 1 Kubota Mini Loader 1 Crane Truck (20 ton) 1 Kubota Skid Steer Parks Landscape Maintenance, Solicitation No. 20-7676 Attachments for Tractors Include: 6-foot Bush Hogs 200-gallon Sprayers 6 ft Rototiller Parks Landscape Maintenance, Solicitation No. 20-7676 Specialized Expertise of Team Members Parks Landscape Maintenance, Solicitation No. 20-7676 Specialized Expertise of Team Members P & T Lawn and Tractor Services, Inc. is one cohesive unit that strives on team work. We are evenly balance between the strengths and weaknesses of each employee to achieve customer satisfaction and quality landscaping services. Each of P & T's crew leaders are certified with Best Management Practices and Maintenance of Traffic Certification training. All our employees combined, encompass over 30 years of experience, within all areas of landscaping, including, but not limited to the following: • Irrigation Installation and Maintenance • Landscape Installation and Maintenance • Tree Trimming, Installation, and Removal To ensure all tasks are being completed properly and skillfully. P & T has the following key personnel, whom serve as the first point of contact if any issues were to arise. Which includes include the following below (resumes proceeding): • Teena Zielinski, President 239-707-4610 • Pete Zielinski, Vice President 239-707-4611 • Robert Zielinski, Executive Supervisor 239-229-1567 • Jessica Zielinski, Account Executive 239-633-8547 • Iven Cruz, Manager 239-878-7774 P & T Lawn and Tractor Service, Inc is committed to exceeding your expectations at all times. Please do not hesitate to contact us with any questions or concerns. We look forward to working with you in the near future and thank you for the opportunity to bid. (Please find attached evidence of Pesticide Applicator License and Florida Green Industries Best Management Practices (GI-BMPs) within the Certifications and Licenses Section following the resumes below) Parks Landscape Maintenance, Solicitation No. 20-7676 JOSE IVAN CRUZ 17404 Hardwood Road, Fort Myers, FL 33967 • 239-878-7774 jcruz@pandtlawn.com EXPERIENCE DATES FROM — APRIL 2017 TO PRESENT MANAGER, P & T LAWN AND TRACTOR SERVICE, INC. Daily activities include: • Assist in translating Spanish to English and English to Spanish • Safety meeting instructor • Obtain and record payroll hours daily for each employee • Assist with communications between P & T Lawn and contract representatives DATES FROM — 2014 TO 2016 ACCOUNT MANAGER, SUPERIOR LANDSCAPING • Manage and maintain all accounts assigned • Irrigation Technician DATES FROM — 2012 TO 2014 CREW LEADER, MOBILE LAWN CARE • Manage and maintain all accounts assigned • Irrigation Technician DATES FROM — 2010 TO 2012 STORE MANAGER, DUNKIN DONUTS • Direct communication with customers, work orders, invoices, meetings • Also, in charge of the operation of the store on a daily basis such as, hiring, terminating, money handling, training, and safety meetings DATES FROM — 2008 TO 2010 STORE MANAGER, PEPE'S PLAYHOUSE • Direct communication with customers, estimating events, work orders, invoicing, meetings, etc. • In charge of daily operations DATES FROM — 2001 TO 2009 OWNER/MANAGER, JIC LANDSCAPE SERVICE * Responsible for the landscape management of 8 commercial accounts and 40 residential accounts. EDUCATION 1998 BUSINESS ADMINISTRATION, EDISON STATE COLLEGE CERTIFICATIONS & LICENSING • BMP Certification • Certified in Skid Steer Operation and other Heavy Equipment • Professional Horticulture Certification • LTD Commercial Fertilizer Applicator License • MOT Certification • TORO Training 2 JESSICA ZIELINSKI 2280 Brown Road, Alva, FL 33920 • 239-633-8547 Jkzielinski26@gmail.com - https://www.linkedin.com/in/Jessica-zielinski-4a7ba4141 EXPERIENCE DATES FROM — MAY 2016 TO PRESENT CLERICAL MANAGER, P & T LAWN AND TRACTOR SERVICE, INC. Oversee and implement the following daily tasks within the office: • Billing • Answering Phone • Microsoft Excel Spreadsheets • Weekly Payroll • Customer Service DATES FROM --JUNE 2013 TO FEBRUARY 2017 REGISTERED NURSE, LEE HEALTH DATES FROM — MAY 2012 TO .TUNE 2013 REGISTERED NURSE, DESOTO MEMORIAL HOSPITAL EDUCATION MAY 2012 BACHELORS IN NURSING, NOVA SOUTHEASTERN UNIVERSITY MAY 2007 GED, SOUTHWEST FLORIDA CHRISTIAN ACADEMY CERTIFICATIONS & LICENSING • Florida Registered Nursing License • Irrigation Sprinkler Contractor -Lee County • Irrigation Competency in Charlotte County Irrigation Sprinkler Contractor -City of Cape Coral ROBERT ZIELINSKI 2280 Brown Road, Alva, FL 33920 - 239-229-1567 Robertzielinski78@gmail.com EXPERIENCE DATES FROM — 2006 TO PRESENT EXECUTIVE SUPERVISOR, P & T LAWN AND TRACTOR SERVICE, INC. Assisting in the daily operations of the business: • Scheduling • Quality Control • Site Observation and Implementation EDUCATION 2007 GED, RIVERDALE HIGH SCHOOL CERTIFICATIONS & LICENSING • BMP Certification • LTD. Commercial Applicator License • MOT Certification • Commercial Applicator License • Tier 1 Illicit Discharge Detection & Elimination Training PETER ZIELINSKI 15980 Old Olga Road, Alva, FL 33920 • 239-707-4611 petezielinski@comcast.net EXPERIENCE DATES FROM — 1991 TO PRESENT OWNER/VICE PRESIDENT, P & T LAWN AND TRACTOR SERVICE, INC. Daily Operation of the Business: • Scheduling crews for daily assignments • Weekly fleet/equipment safety inspections • Bidding Jobs • Oversee jobs being performed to satisfaction EDUCATION 1989 GED, RIVERDALE HIGHSCHOOL CERTIFICATIONS & LICENSES • Commercial Applicator License Cat 3,6, • MOT Certification CM20022 • BMP License, GV4469-1 • Certified Arborist • Irrigation Sprinkler Contractor License • Commercial Landscape License, LS08-00752 TEENAZIELINSKI 15980 Old Olga Road, Alva, FL 33920 • 239-707-4610 ztepet@comcast. net EXPERIENCE DATES FROM — FEBRUARY 1991 TO PRESENT OWNER/PRESIDENT, P & T LAWN AND TRACTOR SERVICE, INC. Daily Operation of the business including: • Accounts Payable & Receivable • Payroll • Insurance • Bidding • Answering Phones • Employment Screening DATES FROM —1988 TO FEBRUARY 1991 ADMINISTRATIVE SECRETARY, A-Z MASONRY Daily Operation of the business including: • Accounts Payable & Receivable • Payroll • Insurance • Answering Phones PERSONNEL. ASSISTANT, LEE COUNTY PERSONNEL Describe your responsibilities and achievements in terms of impact and results. Use examples, but keep it short. Screening of applicants for openings with Lee County Governance including: • Compiled weeklyjob list • Pre -Employment Testing • Answered Phones • Employee Parking Scheduling • Filing • Covered for supervisor in front office as needed EDUCATION 1977 GED, FORT MYERS SENIOR HiGHSCHOOL Certifications and Licenses Certificate/ License Name Licensee/Certificate Holder Expiration Date BMP Antonio Alejandro N/A BMP Mario H Canil Jr. N/A BMP Yzael Colon Heavelin N/A BMP Jose I. Cruz N/A BMP Samuel De Leon N/A BMP Bacilio Diego Pablo N/A BMP Francisco Francisco N/A BMP Mario Diego Nicolas N/A BMP Kevin Diego Pablo N/A BMP Angel M Garcia Martinez N/A BMP Erijoel Garcia Martinez N/A BMP Nicolas Juan Marcos N/A BMP Juan Maldonado N/A BMP Enrique Mate N/A BMP Mosses Rivera N/A BMP Manuel J Robles Martinez N/A BMP Rafael Rodriguez-Berrios N/A BMP Guadalupe Rojop Ordonez N/A BMP Victor Rosado N/A BMP Jorge Torres Garcia N/A BMP Robert Zielinski II N/A Certified Arborist Pete Zielinski 06/30/2022 Certified Pest ID Card Holder Jose Ivan Cruz 8/31/2020 Certified Pest ID Card Holder Angel Manuel Garcia Martinez 8/31/2020 Certified Pest Control Operator Dan Lott 08/31/2020 Certified Pest ID Card Holder William Billy Melendez 8/31/2020 Certified Pest ID Card Holder Rafael Rodriguez Berrios 8/31/2020 Certified Pest ID Card Holder Pete J Zielinski 8/31/2020 Certified Pest ID Card Molder Robert Anthony Zielinski II 8/31/2020 Certified Pest ID Card Holder Teena M Zielinski 8/31/2020 Parks Landscape Maintenance, Solicitation No. 20-7676 Certificate of Completion: Antonio Alejandro 05/25/2023 MOT Certificate of Completion: Mario Canil 04/27/2021 MOT Certificate of Completion: Mario Canil Jr. 04/27/2021 MOT Certificate of Completion: Angel Garcia Martinez 04/27/2021 MOT Certificate of Completion: Erijoel Garcia Martinez 04/27/2021 MOT Certificate of Completion: Juan Maldonado 04/27/2021 MOT Certificate of Completion: Jonathan S. Miller 05/25/2023 MOT Certificate of Completion: Moises Rivera 04/27/2021 MOT Certificate of Completion: Robert Zielinski II 04/18/2023 MOT Charlotte County Pete Zielinski 09/30/2021 Certificate of Competency: Landscaping Charlotte County Jessica Zielinski 09/30/2021 Certificate of Competency: Irrigation Charlotte County Pete Zielinski 09/30/2021 Certificate of Competency: Irrigation Charlotte County Local P & T Lawn and Tractor 09/30/2020 Business Tax Receipt Service, Inc., Pete & Teena Zielinski City of Cape Coral Jessica Zielinski 09/30/2020 Certificate of Competency: Irrigation Sprinkler (Lawn) City of Punta Gorda Jessica Zielinski 09/30/2020 Certification of Competency: Irrigation/Sprinkler Contractor Collier County Certificate Peter Zielinski 9/30/2020 of Competency: Irrigation Sprinkler Contractor Parks Landscape Maintenance, Solicitation No. 20-7676 Collier County Certificate Mary Conway (Teens) 9/30/2020 of Competency: Zielinski Landscape Restricted Contractor Commercial Applicator Pete Zielinski 09/30/2021 License Commercial Applicator Robert Zielinski II 06/30/2021 License Commercial Landscape Teena Zielinski Maintenance Holder Florida Certificate of Pete & Teena Zielinski 09/19/2020 Nursery Registration Florida Unified P & T Lawn and Tractor Certification Program Service, Inc. Hendry County Business Teena Zielinski 09/30/2020 Tax Receipt Lee County Certificate of Jessica Zielinski 09/30/2020 Competency: Irrigation Sprinkler Contractor Lee County Certificate of Pete Zielinski 09/30/2020 Competency: Irrigation Sprinkler Contractor Lee County Local Business P & T Lawn and Tractor 09/30/2020 Tax Receipt: Professional Service, Inc., Pete Zielinski Landscape Company Lee County Local Business P & T Lawn and Tractor 09/30/2020 Tax Receipt: Irrigation/ Service, Inc., Pete Zielinski Lawn Sprinkler Contractor Lee County Local Business P & T Lawn and Tractor 09/30/2020 Tax Receipt: Tractor Service, Inc., Pete Zielinski Service LTD. Commercial Fertilizer Antonio Alejandro 03/24/2023 Applicator License LTD. Commercial Fertilizer Francisco Francisco 03/17/2023 Applicator License LTD. Commercial Fertilizer Mario Diego Nicolas 06/23/2023 Applicator License LTD. Commercial Fertilizer Mario Canil 08/15/2022 Applicator License LTD. Commercial Fertilizer Kevin Diego Pablo 08/15/2022 Applicator License Parks Landscape Maintenance, Solicitation No. 20-7676 LTD. Commercial Fertilizer Angel M Garcia -Martinez 08/15/2022 Applicator License LTD. Commercial Fertilizer Yzael Colon Heavelin 08/15/2022 Applicator License LTD. Commercial Fertilizer Samuel DeLeon 08/15/2022 Applicator License LTD. Commercial Fertilizer Bacilio Diego Pablo 08/15/2022 Applicator License LTD. Commercial Fertilizer Nicolas Juan Marcos 08/15/2022 Applicator License LTD. Commercial Fertilizer Juan Maldonado 08/15/2022 Applicator License LTD. Commercial Fertilizer Moises Rivera 08/15/2022 Applicator License LTD. Commercial Fertilizer Manuel J Robles -Martinez 08/14/2022 Applicator License LTD. Commercial Fertilizer Rafael Rodriguez Berrios 08/14/2022 Applicator License LTD. Commercial Fertilizer Enrique Mata 08/14/2022 Applicator License LTD. Commercial Fertilizer Guadalupe Rojop Ordonez 08/14/2022 Applicator License LTD. Commercial Fertilizer Victor Rosado 08/14/2022 Applicator License LTD. Commercial Fertilizer Jorge Torres Garcia 08/14/2022 Applicator License LTD. Commercial Fertilizer Robert Zielinski II 03/24/2023 Applicator License Minority Business: P&T Lawn and Tractor 05/14/2021 Women Business Service, Inc. Certification Tier 1 Illicit Discharge Robert Zielinski II N/A Detection & Elimination Training Parks Landscape Maintenance, Solicitation No. 20-7676 0 State of Florida Dp,RAgTMENT & ENVIRON 'CTION F v1, y 1$Co GREEN 1NMXTR= BEST MANAGEMENT PRACTICES TRAWNG PROGRAM n •- State of Florida DEPARTMENT OF ENVIROHNLOMEON AntQniot�,j hdro GV22226-1' GV222Z Certificate #! nifiLee m # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES ^^�`� TRAIAIIHOPRGGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION State of Florida 6 DEPARTMENT OF ENVIRONMENTAL PROTECTION Yzael Colon Heavelin GV406760-1 GV406760 Certificate A Trturcc ID GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Bacilio Diego Pablo GV406761-1 GV406761 l.erttiieate n Trainee ID GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Angel M. Garcia Martinez GV406766-1 GV406766 Certificate r Trainee lD ,? GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Juan .Maldonado GV406774-1 GV406774 Certificate , Trainee ID # GREEN INDUSTRIES HEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Moises Rivera GV406783-1 GV406783 Certificate # Tr:.inec ID GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Mario H. Canal, Jr. OV406759-1 CYV406738 tcrubcarc +-Iraince IV :r GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Samuel De Leon G V406763 -1 GV406763 Certificate,, Trainee I " GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Kevin Diego Pablo GV406762-1 GV406762 Certiricxtc K Trainee ID Y GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Nicolas Juan Marcos GV406771-1 OV406771 Certificate'- Trutcc ID f GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Enrique Mata GV406776-1 GV406776 certificate r Traince ID 9 GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Stare of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Manuel J. Robles Martinez GV406784-1 GV406784 Ccr4ficafe Tvincc ID S GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Victor Rosado GV406787-1 GV406787 Ccr[iricate 9 Maine ID m GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Rafael Rodrigucz-Bcrrios GV406785-1 GV406785 Certificate 9 Trainee Ill -" GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Guadalupe Rojop Ordonez OV406786-1 GV406786 CCr0C,.%[C .r Tndncc ID r GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Jorge Torres Garcia GV406788-1 GV406789 Cc[dlic�[c # TrAncc ID GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Mario Nicolas !INI'!A1Z.A_1 t: I'AdSh , .erui waLc rr Ir.1l nec II] f; GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Ste —Le of F{arlda DEPAF i MENT OF ENVIRONMENTAL PRO T ECTIO,�j Erg jod Garcia I ayflnez Gl74003004-1 0V41•003004 f:crliliratc :: _--_'1•r•,incc 11? :3 GREEN INDUSTRIES 8EST MANAG E M E M, PRACtZCES i RAINisW PROGRAM Sfzle or Florida DePARMIIEWT OF 30-Re 1. crl: z t7'%7'AQ 0(1r1-t j'_tr'zannnn [.trulicAll•:. li# fuii vi:I GREEN INDUSTRIES BEST 1t0ANAGEMENT PRACTICES State of Florida DEPAR iMENT OF ENVIRONMENTAL PRCfTECTION Francisco Franc.isrO (iV3176-1 GV3176 ` Ccrtikatr Rl AGEWI�/ GREEN INAl3SiRIEEA N ST MAN PACGRANEENT PRACTICES UFIRFAS UNIVERSMnf n-ORIDA Cerfific#e-.'p.fTrain1ng Best Managgmpnt Practices GV8 152-1 Flo fida-Gii6 'Industries CdM"? The;undqrisigned hereby acknowledges that Trainee ID # wal iam Melnde'.' has successfully met au'requirements necessary to be_, ftiUy trained through the Green Industriesj3eS(Manaigement Practices Prp-giam developed by the Florida Departmentof,Enviromnental Protecd.on-with the University of Florida Institute Hof Food and Agricultural Sciences. I T. Helih--.:- I . /1'/2010 Issuer I Instructor Date of Class DF^rogra-m Administrator Not valid without seat UNIVGRScry car FLORIDA\ R� A y, (Cer'H �ilQ'.ate of TT a31Ji1h,<r ]FAS EXTENSION ", o G�T3454-1sErLd7z1�C�Il�iiC�i11 1 1��'�j�,���5 i:rrrificttt # Florida Green li(idua$t71e 9 V3454 Tr incc ID # The undersigned hereby acknowledges that Mario Nicolas has succes;Sfuk met all requirements necessary to be fully trained dirough the Green Industries Best Management Practices Program developed by the Florida Department of Environmental Protection w-ith die University of Florida Institute of Food and Agricultural Sciences. Dr. L.E. Trenholm Mitchell 9/18/2008 ?" issut r Instructor Dare of C hIss 16111 Pro,,ram Administrator Not valid without %cal ll1t QCertificate P P FLOW �1 GV4470-1 Best Management P ra-c fice5 Certificate # Florida Gram Industries GV4470 Trnince ]D # The undersigned hereby acknowledges that Robert Zielinski UNIVERSITY OF FLORIDA IFAS EXTENSION has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by d1e Florida Department of Environmental Protection with the University of Florida Institute of Food and Agricultural Sciences. Dr. L.E. Trenholm Brown 3/17/2009 Issuer Instructor Date of Onss 01T Program Administrator Not valid without sc.-al INTiERNATION-AL SOCIETY O-F A"OKnCULTURE CERTIFIED ARBORIST Peter John Zielinski laving successfully completed the requirements set by the International Society of Arboriculture, the above named is hereby recognized as an ISA Certified Arhorist° Luana Vargas Caittyn Pol ihan Director of Credentialing Services Executive Director International Society of Arboricullure International Society of Arboriculture FL-9147A 2 Mar 2016 30 Jun 2022 Certification Number Certified Since Expiration Date • r• 1 � r #0847 ISQAEC 17024 Personnel Certification Program ISA Certified ArbodW STATE OFFLORIDA �3-rpi rtnlellt of ftric"IturE 1111b COU511111t1' —1krbim; BUREAU OF LICENSINGAND EtNFOR(7s,19LNT Date File No. Expires September 10, 2019 .1E225638 August 31. 2020 TI•Ir 1I) CARD 130LDER NAMED BELOW HAS REG]STERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2020 AT P &'1' PEST MANAGEMENT ALVA, FL 33920 .105E IVAN CRUZ Regular P & T PEST MANAGE4IENT 15980 OLD OLGA ROAD AI N A, Fl . 33W n i eA-t_ NICOLE "NIKKI" FAIL—D. COMMISSIONER STATE OF FLORIDA ]c tZrtnlctlt of 9cgriculturr anb c➢n9llDlrr rrbirt� BUREAU OF LICENSING AND ENFORCEMENT Dale File No. ['xpires September 10. 2019 JE278639 August 31, 2020 THE ID CARD IIOLDERNAMED BELOtiV HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR ITIL PERIOD EXPIRING: August 31, 2020 AT P & T PEST MANAGEMENT ALVA, FL 33920 ANGEL. MANUEL GARCIA MARTINEZ Regular P & T PEST MANAGEMENT 15990 OLD OLGA ROAD ALVA, FL 33920 n+ y1COLE"N11;K1"F 1F.T].COt1ti1155t0NER STATE OF FLORIDA T-)tpilrtlltcnt of R[griruiturt liltb Co115i1111rr liNr irc5 BUREAU OF LICENSINGAND ENFORCEMENT Date File No. Expires September 10, 2011) JE16490 August 31, 2020 THE 11) CARD HOLDER NAMED BELOW HAS REGISTEMD UNDER TIME PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2020 AT P & T PEST MANAGEMENT ALVA, FL 33920 KENNETH DANIEL LOTT CUM -I L1 Operatur P & T PEST MANAGEMENT 15980 OLD OLGA ROAD ALVA, FL 33920 .ICOLE "NlE.1:1" FRIED. CO\t .tE5510NEIt STATE OF FLORIDA Mcpartment of 906cu[0lrt attb Consuuler ja�crljUcg BUREAU OF LICENSING AND ENFORCEMENT JOSE IVAN CRUZ, P & T PCST ,MANAGEMENT ID CARD I IOLDLR JE225638 HAS PAID TI IE FEE REQUIRED BY CHAFFER 482 FOR THE PERIOD EXPIRING August31.2020 n I Cott 4sid 5igmaure \V•r cTc=d • Fnldlletc BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG, 6 TALLIHASSEE. FLORIDA 32399.1650 STATE OF FLORIDA Zkpartment of 2grrrultttrc attb C0I151micr G-trtll[c5 BUREAU Or LICENSING AND ENFORCEMENT ANGF.L MANUEL GARCIA MARTINEZ P & T 1,ES'1' ,b1ANAGEMEN'r ID CARD HOLDER JE278639 HAS PAID TI IE FEE REQUIREDBY CHAPTER 482 FOR TM: PERIOD EXPIRING Aurust 31, 2020 I fl 1 CJ't� Sigti'tture � C0,1&%uSSt0;`rR ATTACH PHOTO ON REVII-RSE Walla Card - Fold Hm BUREAU OF LICE LASING &, ENr0RCEMFNT 312S CON'NER BLVD, BLDG, 8 TALLAHASSEE. FLORIDA 32599-1650 STATE OF FLORIDA Devarttltcut of 9griculturt anb C0u5utner Otrbimf BUREAU Or LICENSING AND rNFORCEWNT KENNETH DAN]I-'L LOTT P &: T PEST MANAGEMENT I D CARD ! 1 OLDER JE16490 Cerulied Operator HAS PAID TI M" FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING Aurust 31, 20I0 n I Cd'u _OqL a Signature COMMISSIt]NM ATTACH PHOTO ON REVERSE Walld Caid - Fuld Hcrc 13UREAU 01: LICENSING & F\FORCr&lI:N i 3125 CONI VIk BLVD. BLDG 8 TALLAHASSL•E.FLORIDA 32399-1650 •••• • S1=iT1;`O �eµlrtlueat STATE OF F1.ORIDA f Agitlturt anD cDnsultrer 0—ser6ites !7- epartment of Argricultt[rc an Con5uulcr -6�trwcCS BUREAU OFIJCENSING AND FNFORCENIENT BUREAU OF LICENSING AND ENFORCENIEN'T WILLIAM BILLY MELENI DL'Z Dale File Nn. Fxpires p & T PEST IVIANAGENIENT September [ I, 2019 JE89627 August 31, 2020 ID CARD HOLIER THE; ID CARD 14OLDER NAMED BELOW HAS REGISTERED UNDER JL89627 TILL PROVISIONS OF C14APTER 482 I.OR THE PERIOD CXPIRING: Augruct31,2020 AT IIASPAID"rEIFF URI:QUIRED13YCH:IPTER482FORTHEPERIOD b � EXPIRING August 31, 2020 P & T PEST MANAGEMENT ALVA, FL 33920 R WILLIAM BILLY MELENDEZ Regular �� () E Signature P & T PEST NIANAGEMENT COM\t155101:L•tt ATTACH PHOTO ON REVERSE 15980 OLD OLGA ROAD ALVA, FL 33920 Q �f Wallrt Card - Fold Hen �ij't (, ,�V1/iAp1� BUREAU OF LICENSING k ENFORCES7E:9T NICO[.r "NII:KI" F I[n❑,CO'..M.15SEONLR 3125 CONNERBLVD.13I.DG. E rL TAL LAHASSEE FLORIDA 32399-1650 STATE OF FLORIDA SPATE OIL FLORIDA of QlgriClttilliC AIIII CDt18t11lIN &trti td epartll at of 2griculture anb C011511n1er �bCrbicc5 BUREAU OF LICENSING AND ENPORCENIE•NT BUREAU OF LICENSING AND ENFORCENIENT RAFAEI. RODRIG[JEZ i3GRRIOS Date File No. Expires P L r PEST NIANAGEMENT September 10, 2019 JE284777 August 31, 2020 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER IF284777 THE PROVISIONS OF CHAPTER482 FOR THE PERIOD EXPIRING: HAS PAID THEFEE :LEQUI[tED BY CEIAP TER 48? FOR TE [fl PERIOD August 3I, 2020 IVI. C:XPIRIN'G .august 31, 2020 p & T PEST MANAGEMENT ALVA, rl, 33920 Regular 11 E Cd t G 4 5igTA RAFAEL RODRIGUEZ BERRIOS P & T PEST NIANAOENIENT — COMMiSSIONFR A r} n ' ' 15980 OLD OLGA ROAD 7 ALVA, 1 L 33920 Wallet Card - Fold Hcre CA- 3CRL,1U ' LICENSING IVi 5CONN[RLVD.TLDG. 8 I NICOLE-NIIKKI"F IiD,CONWISSIONLR TtLLA1ASSEG, FLORIDA 32399-I650 a.'iiiS4t �L++f/ ('�111'fti'��L"n'/fIF�l333TL":JJ6�rllfFd3l;;n�� STATE OF rLORIDA STATE OF FLORIDA ii3tlurtitttnt of Agriruttnrc aull Comf lmer -15abiltS ilcpartnut of Agriculture allil Cmisumrr ;9bcrbicm BUREAU OF LICENSING AND ENFORCENEFNT BUREAU OF LICENSING AND Ei<170110ENIENT a Date File No. 1.xpires PETL J Z[ELINSKI September 10, 2019 JC262355 August 31, 2020 P & T PFST NtANAGENIENT 111 CARD HOLDER TIIF, ID CARD IIOLDEIt NAMED BELOW I•LAS REGISTERED UNDER 1) CARD THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2020 AT I IAS PAID THEFEE REQUIRED BY CHAPTER 482 FOR T112 PERIOD i:X PIRING August 31, 2020 P & T PEST MANAGEMENT E ALVA, FL 33920 f PETE J ZIELINSKI Regular n 1 CJu Signature P & T PEST MANAGI b[Lt7T �! Ctx+tsrlSStOyER ATTACH PHOTO ON REVERSE 15980 OLD ALGA ROAD ALVA, FL 33920 1i'allet Casd - l o!d F[crc n I ul-t � BUREAU OF LICENSING &- rNFORCEi.:ENT NICOLE "NIKKI" F IF.D.COAINIISSIONER 3125 CONNE•R BIND, BLDG. B TALLAHASSEE, FLORIDA 32399-165D STATE OF FLORIDA. DmIrtlitcnt of 91gricltlture ant, Consumer &erllires BUREAU OI, LICENSING AND ENFORCEMENT 13_tc File No. Expires Seplember 10, 2019 JC262356 August3I, 2020 THE ID CARD HOLDRRNAMi.•D BELOW HAS REC1STERED UNDER THE PROVISIONS OF CHAPTER482 FOR THIS PERIOD EXPIRING: August 31, 2020 xr P & T PEST 1NANAGEMENT ALVA, FL 33920 RORF.RT ANTilONY ZIELINSKI 11 Regular P & T PEST MANAGEMENT 15980 OLD OLGA ROAD ALVA, FL 33920 COI. K1" rKIED.COMMISSIONER STATE OF FLORIDA Departmtnt of %rhIturr allb Con5lancr ;!kvbitc5 BUREAU OF LICENSING AND ENFORCEMENT Datc Fitc'No. Expires Seplemtier 10, 2019 J6262357 August 31, 2020 THE ID CARD HOLDER NAMED BELOW TIAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 1821'ORTHE PERIOD EXPIRING: Augulst 31, 2020 P & T PEST MANAGEMEAET ALVA, FL 33920 TEENA M ZIELINSKI Regular P & T PEST NIANAGEMCNT 15980 OLD OLGA ROAD ALVA, FL 33920 1 I cv""I " Mm. � NICQf.E "\71:1;1' F iCD. CDd1S11S5mut STATE OF FLORIDA MCIMMIL nt of SIttictiltute alt11 CAng itcr �tcrbice5 SIJMI�AIJ OF LICENSINC. AND FNFORCES[E.NT ROBEJRT ANTHONY ZIELINSKI Il P & T PEST MANAGEMENT ID CARD HOLDER JE2623556 HAS PAID TI IE FEE RrQUIRED BY CHAPTER 482 FOR THE ?F.RIOD EXPIRING Aurw.;01, 2020 n i CeYL4 --t? 1; Sig1taturc Wailer Cant • Fc1,i lien BUREAU OF LICENSING & ENFORCIi41ENT 3125 COM? ER BLVD. BLDG. 8 TALLAEiASSEE, FLORIDA 32399-1650 S"{i1TF_' OC FLORIDA DMirtllant of 2gritulturt auk Cattamrr ft*m SURF,%L' OF L10ESSING AND ENFORCEMENT TEENA M ZIELINSKI P & T PEST MANAGEMENT ID CARD IIOLDE R JE262357 HAS PAID TI IE FEE REQUIRM BY CHA?TER 482 FOR THE PERIOD EXPIRING August31,2020 n I &TUSiLenalurc CUS111t551U fE R ATTACH PHOTO ON REVS -Mr M3WAU OF LICCNSIKr, & ENFORCUMENT 3125 CONNL-R ALM 13LDG, S [:ALL At JASSEE, FLOP IDA 32399-1480 Certificate of Completion Antonio B. Alejandro Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate Course. 05/25/2023 Date Expires MSn11thirew Florida arfety ouncif. hrr. 209 FDOT Provider # Michael Stone I nstructor Southwest Florida Safety Council 1714 Evans Avenue Fort Myers, FL 33901 www.swflsc.com samantha@swflsc.com swflsc.com 51729 Certificate # For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Certificate of Completion Has Cpornpeted a Florida Department of Trans port tL on Approved Temporary i1- raffir, Controa (T T C) Intermediate Course. t) '1.',12i. ? Date Expires UFLlnivvrsityafFlmitila Transportatina Institute unrvi asin I r rLcu¢mM MOT Provider # iic a ' C :c ak : t . I;A Instructor T2 Cer ter/University of rloriaEi `-ipt} Ni= Waldo Ras+i Gc krtEsvllle. T2cl..ca.ufi: UU dkpa e@ufi.edu Certificate # FDP_'T_ O •.." — 11 Z; For more information a bout Tempora ry Tra ffic Control (TTC) or to verify this certificate www.motadmin.com Certificate of Completion 11- C .i n ii J r. Has completed a Morida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate Course. 0 1'.. 121 ? Date Expires Ilni►•arsilyo( i'lurida Transportatlun Instilule U N M RS1 M,7 I LORIDA MOT Provider # C' Ic ak •,% kt• Instructor T? CerterNiiiversity of Florida 2100 N VValc:o Roa, I Gainesville, TZci-ce.11fi edu dkpa ge@uLedu )1 '11 Certificate 11 FDUT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Certificate of Complexion Has Comp�e ,ed a Florida Department of Trap portaflon ,, pprovad Temporary Traffic cntrro� (TTC) hterrned'qae Course. 0 1; i::'. Date Expires "s Unh-vr5iiyof rinrida .,� Tran.inlrCaliun ImAilutc t lS3%'i AM rY or I LORIM FDOT Provider # Instructor f ? Center/University of lorida 2'100 hl-,�- VNaldo Road G2 inesvil'a, T2cti.ce.uSedu dtpa.3e@ufi.edu Certificate # Formore information about Temporary Traffic Control (TTC) or to verify this certificate www.rnotac[min.com Certificate of Completion Has Completed a RoNda Department of Transportation Approved Temporary Traffic Control (TTC) �nternaed ate Course. C,'1: -I21 >_. Date Expires `3 E,Jnivarsily� (IF Florida 'lfans1indaLinn inSfilu!a L,NIVE RSln'nf ! LPRR)1 31 FDOT Provider # Instructor T? Center/University of rlorida 2100 N Waldo Road Gainesvilie. T2ct:.ce.tlfl ;-du dkpage@uf C-du Certificate # For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Certificate of Completion Juan ,JJ. Maldonado Has (�omWeted a Florida Department of Transportation Approved Tern porary T raft c Contro0 (TTC) Antermed titre Course. 04/2712021 Date Expires OFUniversiiy. of Florida Transportation Institoie UNI%, EIES1 t1'of 17.OIn171 G FDOT Provider # Michael Chodakowsky Instructor T2 Center/University of Florida 2100 NE Waldo Road Gainesville, T2ctt.ce.ufl.edu dlcpage@ufl.edu 28507 Certificate # FDOT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Certificate of Completion Jonathan S. Miller Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate Course. 05/2512023 Date Expires urerhrrr�:r Fluirl r afety I=DOT Provider 9 Michael Stone Instructor Southwest Florida Safety Council 1714 Evans Avenue Fort Myers: FL 33901 www.swflsc.com samantha@switsc.com 51730 Certificate # FOOT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Certificate of Completion Moises E. Nvera Has Completed a Florida Department of Trans porttaUon Approved Terr�porarjj Traffic Control (TT ) Dntermedatre Course. 041271202/ Date Expires University of Florida 1'ra11slrnrtatiun Institute UNIVERSCiY,,j rwriak .�G FDOT Provider # Michael Chodakowsky Instructor T2 Center/University of Florida 2100 NE Waldo Road Gainesville, T2ctt.ca. ufl.edu dltpage@uti.edu Certificate # FDOT For more Information about Temporary Traffic Control (TfC) or to verify this certificate www.motadmin,com Certificate of Completion Robert A. Zielinski His Cam pDeted a F9oo-uda department of Transportation Approved Temporary Traffic Control (TTC) Intermediate (Refresher) 041/812023 Date Expires Uam* Universit%.of Florida �' Transpurtaliun Insiiluie T'J".h, rrn� i•:u�r U\IVERSl7Yc FI.4URA uU FDOT provider # Michael Chodakowsky Instructor T2 Centers University of Florida 2100 NE Waldo Road Gainesville, FL 32609 techtransfer.ce.ufl.edu i.masciocchi@uil.edu 50439 Certificate # FDOT For more information about Temporary Traffic Control {TTC} or to verify this certificate www.motadmin.com CHARLOTTE COUNTY LICENSING CERTIFICATE OF COMPETENCY NOT VAUD AFTER 0913012021 Lip, 7ppc: L LANDSCAPG C0)v1 DBA P&T LAWN & •i•RACTOR SERVICE INC 1.ic. Nhr AAA-10-00010 PETER ZIELINSKI 15980 OLD OLGA ROAD ALVA FLORIDA 33920 jmkAl CHARLOTTE COUNTY LICENSING CERTIFICATE OF COMPETENCY (It v NOT VALID AFTER 0913012021 Lic. Type' L LAWN IRRIG DBA P & T LAWN AND TRACTOR SERVICE INC T I L;c-Nhr: AAA-I8-00031 PETER 7IELTNI SKI 15950 OLD OLGA ROAD ALVA FL 33920 CHARLOTTE COUNTY LICENSING CERTIFICATE OF COMPETENCY NOT VALID AFTER 0913012021 %Y Lic. Typc: L LAWN IRRIG DBA P & T LAWN AND TRACTOR SERVICE INC Lic. Nin: AAA-18-00030 JESSICA ZIELINSKI 15980 OLD OLGA ROAD ALVA PL 33920 2019 1 2020 CHARLOTTE COUNTY LOCAL BUSINESS TAX RECEIPT MUST BE DISPLAYED IN A CONSPICUOUS PLACE TYPE OF 230115 New Singte-Family Housing Construction (Except For -Sale Builders) (LAWN IRRIGATI BUSINESS BUSINESS VARIOUS LOCATIONS ADDRESS CHARLOTTE COUNTY, FL 00DW BUSINESS P & T LAWN & TRACTOR SERVICE, INC NAME OWNER P & TTRACTOR SERVICE. INC TEENA & JOHN ZIELIf MAILING 159M OLD OLGA RD ADDRESS ALVA, FL 33920 THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED Paid 07/25/2014 Receipt # 996-00002918 35.00 2019/ 2020 CHARLOTTE COUNTY LOCAL BUSINESS TAX RECEIPT MUST BE DISPLAYED IN A CONSPICUOUS PUKE TYPE OF 238116 New Singla-Family Housing Construction (Except For -Sale Builders) (LAWN IRRIGATI BUSINESS BUSINESS VARIOUS LOCATIONS ADDRESS CHARLOTTE COUNTY, FL 00000 ACCOUNT 8700 EXPIRES SEPTEMBER 30.2020 RENEWAL AMOUNT 35.00 PENALTY 0.00 TOTAL 35.00 ACCOUNT 8700 EXPIRES SEPTEMBER 30.2020 RENEWAL BUSINESS P & T LAWN & TRACTOR SERVICE, INC NAME AMOUNT 35.00 PENALTY 0.00 OWNER P & T TRACTOR SERVICE, INC TEENA & JOHN ZIEUt TOTAL 35.00 MAILING 15980 OLD OLGA RD ADDRESS ALVA, FL 33920 TNLSPORM BECOMESARECOPTONLYWHENVALIDATED Paid 07/25/2019 Receipt t#996-00002918 35.00 Dear Business Owner. Your 2019 - 202D Charlotte County Local Business Tax Receipt Is attached above. Please detach the receipt and display it in a place that is visible to the public and available for Inspection. The Charlotte County Local Business Tax Receipt is in addition to any other license or corttficate that may be required by law and does not signify compliance with zoning, health, or regulatory requirements. The Charlotte County Local Business Tax Receipt is non -regulatory and Is not an endorsement of work quality. Your 2019 - 2020 Local Business Tax Receipt Is valid from October 01. 2019 through September 30. 2020 . Annual account notices are mailed In dune to the address of record at that time. Any Changes to your Local Business Tax Account due to change of Business Name, Ownership, Physical Address or you are Closing your Business please contact our office at 941-743-1350 . VICKIE L. POTTS Charlotte County Tax Collector CITY OF C� Q 9 �. ....City of Cape Coral — — 'r �aPV Certificate of Competency 65583 Date Issued: IRRIGATION SPRINKLER (LAWN) i ZIELINSKI JESSICA P & T LAWN & TRACTOR SERVICE INC I Expiration Date: 09/30/2020 1--------------- ---------- --- Detach and post bottom portion CITY OF CAPE CORAL CERTIFICATE OF COMPETENCY City of Cape Coral -- 1015 Cultural Park Blvd -- Cape Coral Florida 33990 -- (239) 574-0430 This Certificate expires September 30, 2020 Visit Our LVcbsite at wwt ,%,.capecoral.net Certificate #: 65533 Location: 1598 OLD OLGA RD Business Phone: (239) 694-4848 State License: CITY OF `1 y� 4 ZIELINSKI JI303I1- '<OP. ►aP P & T LAWN & TRACTOR SERVICE INC 1598 OLD OLGA RD ALVA. FL 33920 Classification: SPECIALTY IRRIGATION SPRINKLER (LAWN) Date Issued: Amount: JESSICA ZIELINSKI P & T LAWN AND TRACTOR SERVICE, INC. 15980 OLD OLGA RD ALVA FL 339200 Certificate of Competency CERT.# 20-00018610 TYPE: IRRIGATION/SPRINKLER CONTRACTOR NOT VALID AFTER: September 30, 2020 http://Www.CityofPuntaGordaFL..com/govemmenYbuilding Expired or cancelled insurance automatically inactivates a license. -- - - CLASS CODE: 4220 ISSUANCE NBR: 201700000545 INSURANCE: QRIG ISSD: EXPIRATION: Oninhar M 9M R September 30, 2020 CERTIFICATE OF COMPETENCY CERTIFICATION INFORMATION C29277 Certification Information Collier County Boatd of County Commissioners DBA: P&T LAWN & TRACTOR SERVICE, INC. ADDRESS: 16980 OLD OLGA ROAD ALVA, FL 33920- PHONE: • 2396944848 CELL: 2391074610... FAX: 2396944848 LICENSEE NBR: C29277 QUALIFIER: MARY CONWAY (TEENA) ZIELINSK) TYPE:. IRRIGATION -SPRINKLER CONTR. CLASS CODE 4220 ISSUANCE NBR 201700000546 Date: August 30, 2019 INSURANCE: ORIG ISSD: EXPIRATION: General Liability October 01,•2018 September 30, 2020 October 05, 2019 Worker's Compensation January 01, 2020 NOTE: It Is the Qualifler'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 1 rf j z'r*W'fiO}N� SPR2NMLER CONTR.Ce ; C292�7�t¢fip:Z'til Mii�yj��j,�(tl�j' ,} y TT k�'(} ••t:.l��"�r "w<.r rrFt UW'��••�iV�: lz •'r�� 1C ...:.i �.�C':. �� �,•:i 1, i tA�►r;��+rl339,2�'�;1!2�n� ,i.j�t;1f!ta}l'-a? [aJ15�S?C1 � Signed: i Florida Department of Agriculture and Consumer Services Pesticide Certification Office fflM'U Mepartatatt d 9gciatl M anb &Wfta Oatbg This card is your license. It commadd Applicator i tc— authorizes you, the license holder, Ucem# cn�2= y ?3EUNSKi. PMSIOHN c2mcgies to purchase and apply Restricted 15M OLD OLf3A RD 3,6 Use Pesticides (RUPs). Please ALVA, FL 33M sign your card and keep it with you yea: September 19, 2En7 eaaire� September A iA21 when applying or purchasing RUPs. signanua ctLiccnscc ADAM & MMAM, COMMMONM TLaalgx bgvi al btlaros QdffftWVSchmdCmpar W.M ropxv¢ad W* meawcm Florida Department of Agriculture and Consumer Services This card is your license. It authorizes you, the license bolder, to purchase and apply Restricted 1. Use Pesticides (RUPs). Please sign your card and keep it with you j when applying or purchasing RUPs. Pesticide Certificafdon Office Pesddde Cadffeaifon Office C=wercM A"HcMr Mcww zap s CM24M ZMUNM It ROBERTA c oriel 2290 BROWN RD 6,3 ALVA, Ei. 3M Issued: June27,2017 L)Mfres: June30,2021 si�mtiuo of iJocnsco �__ _ _.. _ ADAM IL PUTNAK COMMLSS QMM hat" Isfi- d=INCho va(0PSC& =d4v*MMkw= r STATE OF FLORIDA �epartntcrtt of £�gril:uttpre anD �i.on5umrr �erbice5 BUREAU OF LICENSING AND ENFORCEMENT Date File Mo. Expires April 24, 2019 LCIO8359 April 30, 2020 i THE COMMERCIAL LANDSCAPE MAINT. HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2020 f L NA M ZIELINSKI OLD OLGA ROAD A, FL 33920 I at tLE "NIKKI" F� MISSIOXER STATE OF FLORIDA 33, =rtmc11t of Z(Qricuitllre ally Ctitgumer terbiceg BUREAU OF LICENSING AND ENFORCEMENT TEENA M ME-LINSKI Ct1mMERCIAL LANDSCAPE MAINT. HOLDER LCIO8359 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2020 i) I C'yu Signature COMMISSIONER Wallot Card • Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 2019-20 HENDRY COUNTY BUSINESS TAX RECEIPT Issued by: Patrick B. Langford, HENDRY COUNTY TAX COLLECTOR RECEIPTNUMBER: RECEIPT EXPIRES 09130/2020 2006258474292 MACHINES ROOMS SEATS EMPLOYEES 48 BUSINESS TYPE: 471458 LAWNrrRACTOR SERVICE SUPPLEMENI�AI�I�. N OF1 `� X RENEWAL FPIURY J11TT- T r, •gll _ - NEW RECEIPfQ02j5-(j i1i Df 111oi P & T LAWN & TRACTOR SERVICE, INC TRANSFER DATE I: ZIELINSKI TEENA ` ape f ;Jn3 15980 OLD OLGA RD r Till j L2A � ALVA FL 33920 `�,,, 11 PENALTY 0.00 r t TOTAL 75.00 LOCATION 2581 BROWN RD ADDRESS: ALVA, EL 33920 X 0000D07500 aaaaa07500 0000000000006868 1001 9 SIGN I SNPRTNAT' MQ-PL•GT1"FCN RIC''"lt•VID110 ISG115 Z5OR Allc/E:'rCV1RACAT[p lQR;ONAPO LS TRUi At9 CMAK-T. TML IWRfa7!'.!M mrmokftVVAT�j"aTr Amg LOCALWoHAt= IACW 140MI&M. Florida Deparcment of Agriculture and Consumer Services .h CERTIFICATE OF NURSERY REGISTRATION Section 581.131, F.S. and Rule 5B-2.002, F.A.0 °r1911 S.N. 34th St. P.O. Box 147100, Gainesville, FL 32614-7100 (352} 395-4700 NICOLE "NIKKI" FRIED COMMISSIONER ISSUED TO: P & T LAWN & TRACTOR SERVICE, INC. ZIELINSKI, PET & TEENA 15980 OLD OLGA RD ALVA, FL 33920-3447 REGISTRATION NO.: 48015917 THIS CERTIFICATE EXPIRES: 09/19/2o2o FEE PAID: $35.00 DATE ISSUED: 08/02/2019 990324 THIS IS TO CERTIFY that the nursery stock on the premises of the nursery shown hereon has been inspected for plant pests and meets at least the minimum requirements of Section 581.131, Florida Statutes. THIS CERTIFICATE OF REGISTRATION MUST BE DISPLAYED or in the immediate possession_ of any person engaged in the sale or distribution_ of nursery stock. FDACS-08002 Revised 05/05 n NICOLE "NIKKI" FRIED Commissioner. of Agriculture BR,-AARD GRILAIERoR`IL41Do� , FDOT COUNTY � AV1, 0111 r,'�UIHORI� � JACKSONVILLE TRAN 5POP.T .TION LEE C�[itiTY PORT AfITNOSikiY "� AUTHORITY Florida Unnifmied Certmificatmion Program D�sad-vantaged Business Enterprise (DBE) Certificate of Eligibility P & T LAWN AND TRACTOR SERVICE INC MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPR 0 VED NAI CS ODES: 561730 �S naidegbreT'- Sanicre! (Sammy) Fehres DBE & Small Business Developinew Hanager Florida Department of Transportation MIAMI Tampa International �, Wh-port Norpan Coun�Souf�iwesf7�%ri Licanse Holder JESSICA KATHLEEN ZIELINSKI Name: Fir, Name: P AND T LAWN AND TRACTOR SERVICE IN Address: 15980 OLD OLGA RD ALVA, FL 33920 LIC2016-00931 jkzielinski26@gmall.com Thank you for assisting Lee County Contractor Licensing in their effort to "Go Green". Please keep this document/file In a safe place as you will not be receiving any additional copies of your license from this office. Be sure to keep your email address current with us at all times. Below please find your Lee County Certificate of Competency. This Certificate will need to be renewed yearly if you wish to perform work in Unincorporated Lee County. Renewal will begin in the middle of August of each calendar year. If you choose to place your license on inactive status please notify this office as soon as possible. Please keep yourself up to date with our departments information by periodically reviewing our website at www.lee-county.com/dcd/cGntractorticensing.htm In addition to this Certificate, It is your responsiblity to maintain your workers compensation, general liability insurance and obtain a yearly business tax receipt from the Lee County Tax Collector while performing work in Unincorporated Lee County. You may email your certificates of insurance to ContractorLicensing@Leegov.com. Our phone number is 239-533-8895. Please send e-mail address and/or telephone changes to ContractorLicensing@Leegov.com IMPORTANT CHANGE PLEASE READ: In an effort to reduce costs and "go green" we will no longer be mailing renewal reminders. If you wish to receive a renewal reminder via email please provide us with your email address along with your case number LIC2016-00931 to ContractorLicensing@Leegov.com. Re: "renewal by email". Conditions of Certificate Renewal due for active and Inactive certificate each year In September. COMP. NO. shall appear on all advertisements Including vehicles reflecting a business name. Shall only contract in DJB/A name as it appears on certificate. Board of Approval required on business name changes. .Cut Here LEE COUNTY CERTIFICATE OF COMPETENCY (239) 533-ati9S NAME: JESSICA KATHLEEN ZIELINSKI D1B/A P AND T LAWN AND TRACTOR SERVICE IN LICENSED FOR: Irrigation Sprinkler Cntr COMP. NO.: LS16-00931 NOT VALID AFTER: 09/30/2020 Conditions of Certificate Shall maintain required Insurances on active certificates. Shall inform the Contractor Licensing Office of any Address or telephone # change. gnatum of Licanse HaIdar fcnWocren2.rpt e County SouE6si?,�ori�ia License Holder PETE J ZIELiNSKI Name: Firm Name: P AND T LAWN AND TRACTOR SERVICE IN Address: 15980 OLD OLGA ROAD ALVA, FL 33920 LIC2008-00752 petezielinski@comcast.net Thank you for assisting Lee County Contractor Licensing In their effort to "Go Green". Please keep this document/file in a safe place as you will not be receiving any additional copies of your license from this office. Be sure to keep your email address current with us at all times. Below please find your Lee County Certificate of Competency. This Certificate will need to be renewed yearly if you wish to perform work in Unincorporated Lee County. Renewal will begin in the middle of August of each calendar year. If you choose to place your license on inactive status please notify this office as soon as possible. Please keep yourself up to date with our departments information by periodically reviewing our website at www.lee-county.00mldcd/contractorlicenstng.htm In addition to this Certificate, it is your responsiblity to maintain your worker's compensation, general liability insurance and obtain a yearly business tax receipt from the Lee County Tax Collector while performing work in Unincorporated Lee County. You may email your certificates of insurance to ContractorLicensing@Leegov.com. Our phone number is 239-533-8895, Please send e-mail address and/or telephone changes to ContractorLicensing@Leegov.com IMPORTANT CHANGE PLEASE READ: In an effort to reduce costs and "go green" we will no longer be mailing renewal reminders. if you wish to receive a renewal reminder via email please provide us with your email address along with your case number UC2008-00752 to ContractorLicensing@Leegov.com. Re: "renewal by email". Conditions cA Certificate Renewal due for active and inactive certificate each year in September. COMP. NO. shall appear on all advertisements including vehicles reflecting a business name. Shall only contract in DIS/A name as it appears on certificate. Board of Approval required on business name changes. ....Cut Here. LEE COUNTY CERTIFICATE OF COMPETENCY (239)633-8885 NAME: PETE J ZIELINSKI D/B/A P AND T LAWN AND TRACTOR SERVICE IN LICENSED FOR: Irrigation Sprinkler Cntr COMP. NO.: LS08-W752 NOT VALID AFTER: 09/3012020 Shall malntaln required insurances on active certificates. Shall infonn the Contractor Licensing Office of any Address or telephone #1 change. gnawre of ucenw Holder I (cntrtocren2.rp1 V* owo){y Tax Co .. for %to or 00?e Dear Business Owner: Local Business Tax Receipt SUODOW2 Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 0905016. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a Public location. I hope you have a successful year. Sincerely, 4,0 - Lee County Tax Collector --------------------------------------------------- ----------------------------------------------------------- 2019 - 2020 ' LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 0905016 Location: 15980 OLD OLGA RD ALVA FL 33920 P & T LAWN & TRACTOR_ SERVICE INC ZIELINSKI PETS 15980 OLD OLGA RD ALVA FL 33920 Account Expires: September 30, 2020 May engage in the business of - PROFESSIONAL LANDSCAPING COMPANY The business and qualifier en this Business Tax Receipt is "REGISTERED" in compimce with otdlnance 08-08. THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 528474-65-1 08/23/201910:50 AM $50.00 ee Copty s�txo�, Ucensel!Wder JESSICA KATHLEEN 1LIELIMKI Name: Firm Name: P AND T LAWN AND TRACTOR SERVICE IN Address: 15980 OLD OLGA RD ALVA, FL 33920 LIC2016-00931 jkzielinski26@gmall.com Thank you for assisting tee County Contractor ticen6ing'in their effort to "Go Green". please keep this document/file Ina safe place as y u wiill not be receiving w addfionai cepFes of your IEcerms.frcm this office: Be sage to keep your email address current with us at all times. Below please find your Lee County Certificate of Competency. This Certificate will need to be renewed yearly If you wish to perform work in Unincorporated Lee County. Renewal will begin in the middle of August of each calendar year. If you choose to place your license on inactive status please notify this office as soon as possible. Please keep yourself up to date with our departments Information by periodically reviewing our website at www.lee-0ounty.00m/dcd/contractodicensing.htm In addition to this Certificate, it is your responsibfiity to maintain you vm*efs aamperrsation, general liability insurance w W abtWn a yezdybusb=lax receipt from the Lee Cauchy Tax Collectorwhile performing work in Unincorporated Lee County. You may email your certificates of Insurance to ContmctorUcensing@Leegov.com. Our phone number Is 239-633-8896. Please send e-mail address and/or telephone changes to ContractorLicensing@Leegov.com IMPORTANT CHANGE PLEASE 'READ.: In an effort to reduce costs and "go green" we will no longer be mailing renewal reminders. if you wish to receive a renewal reminder via email please provide us- with your email address along with your case number LIC2016-00931 to ContractorUcensing@Leegov.com. Re: "renewal by email'. .................. ................................Cut here..................................................,.................. .......................... I .... .............................................................................................. ................... I-• • >���• Renewal due for active and Inactive certificate each year In September. COMP. NO. shall appear on all adwerthornertbs including vehicles reflecting abusfness name. Shall only contract in D191A name as it appears on certificate. Board of Approval required on business name changes. IM cauNTY CERTIFICATE OF COMPETENCY (239) 5334M NAME: JESSICA KATHLEEN ZIELINSKI DiB/A P AND T LAWN AND TRACTOR SERVICE IN LICENSED FOR .Irdgatian Sprinkler Cntr COMP. NO.: LS16-00931 NOT VALID AFTER. 09/3012019 Shall maintain required Insurances on active certificates. Shall inform the Contractor Licensing Office of arty Address or telephone) change. 9 fcrrtrto=rarpt Local Business Tax Receipt su0ccass Tax Co for Dear Business Owner: Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 100102. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, Lee County Tax Collector -- -= r----------------------- ------- ---------------------------------------------------- ------------------- 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number. 1001452 Location: 15980 OLD OLG A RD ALVA FL 33920 P AND T LAWN & TRACTOR SERVICE INC 2IELINSKi PETE 7 15980 OLD OLGA RD ALVA FL 33920 Account Expires: September 30, 2020 the business IRRIGATION / LAWN SPRINKLER CONTRACTOR RECEIPT IS NON REGULATORY Payment Infwttyadon: PAID 529474-68-1 08=01910:50 AM $50.00 suaccus -.0 ccuo& Tax Co for of we Dear Business Owner: Local Business Tax Receipt Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 8903963. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, 40. k Lee County Tax Collector ---A!'----------------------------------------------------------------------------------------- 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8903963 Leca@on. 15980 OLD OLGA ROAD ALVA FL 33920 P & T TRACTOR SERVICE ZMLINSKJ PETS J 15980 OLD OLGA RD ALVA FL 33020 Account Expires: September 30, 2020 May engage in the business of: TRACTOR SERVICE THIS LOCAL. BUSINESS TAX RECEIPT IS NON REGULATORY Payment PAID 528474-67_1 08M/2019 10S0 AM $50.00 SLATE OF FLORIDA 3ciJartmclat ot-��ri�u[Eure aub �an�4culcr �t:rtlfl:ez �" BIMEAU OF LICENSING ANDENTORCUNIENT Date rite No. 1 xpire5 February 19, 2819 1,1-33I 112 March 24, 2023 ' THE LTD COMME,RCIAL FERTILIZERAPPL.ICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS 01' _i CHAPTER 482 FOR THE PERIOD EXPIRING: March 24, 2023 i, ANTOi1I0 BARi ERA ALFJANDRO 15980 OLD OLGA RD ALVA, FL 33920 s tII:[:i"r NICICOLE. L"i\1Gn.cDMidflsstoNER v , :- 33 STATE OF FLORIDA ;Mrpartmem nt 9(gritulture nab ft%umer tknbiceg BUREAU OF LICENSING AND ENFORCEMENT Date Fie No. , Expires June 24, 2015 LIP234226 June 23, 2019 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER I NAMED BELOW HAS REGISTERED Li1YDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING; June 23, 2019 MARIO NICOLAS 15990 OLD OLGE RD ALVA, FL 33920 a ADAM H. PUTNAM, COMINIMSIONER STATE OF FLORIDA ;Departme[It of Agriculture anb Conniver �erbiceg BUREAU OF LICENSING AND ENr,0RCE-A1ENT Date File No. Expires March 19, 2015 LF230880 March 17, 2019 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING; March 17, 2019 FRANCISCO FRANCISCO 15980 OLD OLGA RD ALVA, FL 33920 ADAM H. PUTNAM, COMMISSIONER t STATE OF FLORIDA nepartlllent of Agriculture ana Con5uttter 6rrbice5 BUREAU OF LICENSING AND ENFORCE,IIENT Date FAoNo. Expires August 16, 2018 LF275358 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING. August 1S, 2022 MARIO HUMBERTO CANE. 15980 OLD OLGA RD ALVA, FL 33920 AD��UTNA�iMSIONER I STATE OF FLORIDA apartment of .9gricu[ture anb Con5unter atrbice5 BUREAU OF LICENSING AND ENFORCEMENT Date File No, Expires August 16, 2018 I.F275348 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FORTHE PERIOD EXYJRING: August I5, 2022 KEVIN DIEGO PABLO 15980 OLD OLGA RD ALVA, FL 33920 ADAM Il. PUTNAM, CO3tAl1SSIONER 554 mi I STATE OF FLORIDA Bepartutent of Ageicuum ant C011011ler Aerbice5 BUREAU OF LICENSING AND ENFORCEM EN'r Date Filc No. Expires August 16, 2018 LF275347 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF '• CHAPTER 482 FOR THE PERIOD EXPIRING: August 19, 2022 ANGEL M GARCIA-MARTINEL 15990 OLD OLGA RD ALVA, FL 33920 ppAM FI�UfNA�S10NER IL STATE OF FLORIDA �Dcpartlncat of Sgricu[turc aua CDamiluer &+crllice5 BUREAU OF LICENSING AND IENFORCtEM ENT Date File No. Expires August 17, 2018 1.I?275350 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOWITAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 YZAEL COLON HEAVELIN 15980 OLD OLGA RD ALVA, FL 33920 Gellu...,SiG'(5 ADAhi N. PUTNAM. C0�1A1ISS10NER STATE OF FLORIDA 93cpurtlaent of Agriculture Anb Con5uuler ;�)erilicc5 BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 1 G, 2018 LF275359 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICAATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 SAMUEL DELEON 15980 OLD OLGA RD ALVA, FL 33920 ADAAt H. PUTNAM, COMAi15S10NER STATE OF FL0RIDA ��. Ct1RCttIlCllt Of QgTiculture 1111b coltSUllier CCIt![e5 BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 17, 2018 LF275349 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August15, 2022 E BACILIO DIEGO PABLO 15980 OLD OLGA RD ALVA, FL 33920 a ADAM 14. NAA ISSIONER ¢}1artlnent of agricu[tur¢ imb Cnn5umer atrilice5 BUREAU OF LICENSING AND ENFORCEMENT Dale File No. Expires August 16, 20I9 LF275346 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 NICOLAS JUAN MARCOS 15980 OLD OLGA RD ALVA, FL 33920 ADAM H. PUTNAM, COMMISSIONER STATE OF FLORIDA -Bepitrtment ot: fgrictlltur¢ una commur &ubice5 BUREAU OF LICENSING AND ENFORCEMENT Datc File N0. Expires August 16, 2018 LF275345 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 JUAN MALDONDO 15980 OLD OLGA RD ALVA, FL 33920 ea.-.�� ADAM 11. PLi7 VAAf. COhihii5S10NER STATE OF FLORIDA Drpnrtmrnt of &grimiturr anb Conminlrr *rrbiro BUREAU OF LICENSING AND ENFORCEMENT Datc File No. Expires August 15. 2018 LF275271 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 MOISES RIVGRA I59At1 OLD OLGA RD AL\'A, FL 33920 ADAM 11. MJTNAM. COMMISSIONER STATE OF FLORIDA Rwrtm= at Sitllriraitun aaD'*mumtr sefteg BUREAU OF LICENSING AND ENFORCEMENT Mr}ftmettt of dgrfcuiturc n— Eenoumer gmrWm BUREAU OF LICENSING AND ENFORCER+ EW Date File No. Expires August 15,1018 LF275271 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER '"MED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD ExpUMC;: August 14, 2022 MOISES RIVERA 159BOOLDOIDA RD ALVA, FL 33M ADAki H. PUTNA% vp. COMMISSIONER STATE OF FLORIDA Otpartment of 21gricttlture anb Cattotimer goerbiceg BUREAU OF LICENSING AND ENFORCENM Date File No. Expires August 1S, 2018 LF275270 August 14, 2022 THE LTD COMMERCIAL FU77LIZER APPLICATOR HOLDER NAMED BELOW HAS RMSTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 MANUEL J ROBLES-MARTINEZ 15990 OLD OLGA RD ALVA, FL 33920 ADANI H:ISSIONER STATE Of FLORIDA i ftutaw t of 19getra wt anb Cmultler Oe W29 BUREAU OF LICENSING AND ENFORCENM Date Fit* No. Expires August 15, 2018 LFv5w August 14, 2022 THE LTD COMMERCIAL FERTILIiZER APPLICATOR HOLDER NAMED BELOW HAS REOISTI3RED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 RAPAUL RODRIGUEZBERRIOS 1$980 OLD OLGA RD ALVA. FL 33920 ARAM H. PUTNA . COMMISSIONER MOISES RIVERA LTD COMVMCIAL FERTILIZER APPLICATOR HOLDER LF275271 HAS PAID THE FM REQUIRED BY CHAPTER 482 FOR THE PERIOD EKPMNGAvVcW14.20d2 ' Wellcc Cud - Fold Here SUREAU OF UCFNSt41G &. El1FORCXMENT 3133 CONNER BLVD. BLDG. 8 TALLAHASSEE. FLORIDA 32390-1650 STATE OFFLORIDA Nitillift d of kricUltUre allb QC00twer &Itting BUREAU OF LICENSING AND ENFORCEMENT MANUEL J ROBM MAR77M LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF275270 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRM AvEW 14, 2022 Signature BUREAU OF LICENSING & ENFORCEMENT 3125 CONM BLVD. BLDG. 8 TALLAHASSEE. FLORIDA 32399.1650 STATE OF FLORIDA ft nmttm d ftk tCtt 8Sb Cmumn ftintx8 BUREAU OF LICENSING AND ENFORCEMENT RAFAHL RODRIGUEZBERRIOS LTD COMMMCiAL FERTILIZER APPLICATOR HOLDER LF2/S268 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING Aupst 14.2022 z- - Signature commmtom Wallet Cud - Fold Here BUREAU OF LICENSING & ENFORCEMEW 3125 CONNER BLVD. BLDG. 8 TALLAHASSEE. FLORMA 32399.1650 STATE OF FLORIDA tCjlnrtmeilt of Agricufturr 111b Ciougunler &erbireq BUREAU OF LICENSING AND ENFORCEINIENT Dale Foe No. Expires August 15, 2018 LV279270 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELONHAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 MANUELJ ROBLES-MARTINEZ 15980OLD OLGA RD ALVA, FL 33920 ADAM 11. PUTNAM. WMM1tlSSIONER STATE OF FLORIDA ;mcpartlncnt of Z(gricu[turt anb Congtunrr 9cruirr5 BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 15, 2018 LF275268 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW EAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 RAFAEL RODRIGUEZBBRRIOS 15980 OLD OI_GA RD ALVA, FL 33920 ADAM 11 NAA1. COM14MISSIONER rcuranD02patment of 91fipe FLORIDA strwmg BUREAU OF LICENSING AND ENFORCEMENT Date File Ho. Expires April 9, 2019 LF230890 March 17, 2023 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: March 17, 2023 FRANCISCO FRANCISCO 15990OLD OLGA RD ALVA, FL 33920 f .c '"j NI f: COLE "NIKKI"FFJED. COMMISSIONER STATE OF FLORIDA Aepartmmt of glgrirutture aab QCongumer 9erinceg BUREAU OF LICENSING AND ENFORCEMENT Date Filo No. Expiras April IS, 2019 LPM226 June 23, 2023 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: June 23, 2023 MARIO NICOLAS IS980 OLDOLGA RD ALVA, FL 33920 NICOLE -INIKKI'FMED.COMMISSiQNER STATL OF FLORID.% a7fpoltlllClit Df Zly(c lLturt dlla C,ollSumer 9�ifrllltf5 nUllhAll OF LICENSING AND LENFORCEMEAN'T Dale File No. Expires Au1111S1 16, 2018 L17275349 August 15, 2022 HAE l; l'D COMMERCIAL FERTILIZER APPLICATOR II0LI)GI2 NAML'D BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 BACII.IO DIEGO PABLO 15981)OLD OLGA RD ALVA. FL 33920 ADAM N. PUTNAM.OlklMNSIONTR STATE OF FLORIDA tp0rtmtnt of Agriculture An0 Congumm �btrbirfS BUREAU OF LICENSING AND ENFORCEMENT Date rile No. Eapires August 15.2018 LF275?60 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER TIIE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 ENRIQUE MATH 1500 OLD OLGA RD i ALVA. FL 33920 'f ADAM 11. PUTNAM. COMMISSIONER b y , I STATE OF F•LO11111A lepnrtmtut of Agrind urt nub Coltgunter rerrbireg BUllrNU OF LICENSING AND ENFORCEMENT x Dalc rite NO. Expires August 15, 2018 LE275266 August 14, 2022 THE LTD COMMERCIAL F E RTILIZER APPLICATOR HOLDER 2 NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF a CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 Im I GUADALUPE ROJOP ORDONEZ 0999 OLD OLGA RD ALVA, FL 339201 L P.. ADAMKFl. PUTNA 1. COMMISSIONER '' Departurrttt of !ffgritlllturr aub Congai lrr Orrbirrq BUREAU OF LICENSING AND ENFORCEMENT Date File No. [expires August 15, 2018 LV275267 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER ;NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 VICTOR ROSADO 15980OLD OLGA RD ALVA, FL 3392D ADAM 1-1. PUTNAM. COMMISSIONER STATE OF FLORIDA —Brp8rtlllrllt Of ggrUllltUre altb C011511111tr 1itrbito BUREAU OFLICENSiNG AND ENFORCEMENT D:Itc Fi I U No. Expires August 15, 2018 LF2,752 63 August 14, 2022 THE LTD COMMERCLAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2422 JORGE TORRES GARCIA 15980OLD OLGA RD ALVA, I-L 33920 ADAM H. PUT NA t. COMh11SSlONER STATri OF FLORIDA 4)rpartlurnt of 02rirulturr imb Cm15uulrr arrbirr5 BUREAU OF LICENSING AND ENFORCEMENT DaIc File No. Expires February If,2019 LF231111 51arcb 24,2023 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THEPROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: March 24, 2023 ROBERT ANTHONr ZIELINSKI D +I 2280 BROWN RD I` ALVA. FL 33920 n I &,YU NICOLE"NIKKI"F I�MISSIONER Woman Business Certification P & T Lawn & Tractor Service Is certified under the provisions of 287 and 295.187. Florida Statutes. for a period from: 05/14/2019 io 05/14/2021 L/ J,or.alhar. R. Sager, Secrata^y Florida Department of Ma.-ageSer;-;es Office of Supplier Office or Supplier Diversity - 4050 Esplanade Way. Suite 380 • raifanassee, rL3Z399 • 850-487-0915 • www.drns.myflanda.comrosd ' -p p a r tinti era i of TafnzT3 o r { Djtto' H 17 4T fitj, a all � al .'� Robert Zielinski/P & T Lawn & Tractor service, Inc. U fnj ° IcaIII a- letilig,l, /111)f,> T' o 4Lp 1 E11 1 A C I LP 1 O 1.2 �r1 MTfW50 0 6"00 Ala Ral a-'- Ir dJi 1I III 1Q, T) 20 11 {)En I['G1. �1 i) Iill CBT November 9, 2014 MOT N Y�. TRESS Number )D- ate '�� ;��.� t.� � BT-19-0048 e Local Vendor Preference Parks Landscape Maintenance, Solicitation No. 20-7676 Local Vendor Preference P & T Lawn and Tractor Services, Inc. is a local vendor within Lee County. P & T operates and performs business within Lee County at the following physical address: o 15980 Old Olga Road Alva, Florida 33920 Please find a copy of our local business tax receipt above in the Certifications and Licenses section. Parks Landscape Maintenance, Solicitation No. 20-7676 CoMer County Administrative Services Department Procurement Services Division Form l: Vendor's Non -Response Statement Parks Landscape Maintenance- s s9't ti1.;4: 676 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: P & T Lawn and Tractor Service, Inc. Address: _ 15980 Old Olga Road City, State, Zip: _Alva, Florida 33920 Telephone: 239-694-4848 Email: zte et comcast.net Representative Signature: Representative Name: Teena Zielinski Date 11/22/2019 Parks Landscape Mointenance- Solicitation No. 20-7676 Collier County Administrative Services Departrnent Procurement Services Division Form 2: Vendor Check List Updated: October 24th 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: VThe 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 MUST be included. VProof of status from Division of Corporations - Florida Department of State (If work performed in the State) bLtp:Hdos.myflorida.com/sunbiz/.. Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - h!ips://www.e-verify.p-ov . rant Provisions and Assurances package in its entirety, if api lic.i ble. Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: P & T Lawn and Tractor Service, Inc. Address: 15980 Old Olga Road City, State, Zip: _Alva, Florida 33920 Telephone: 239-694-4848 Email: zt0etR comcast. net Representative Signature: �L Representative Name: Teena Zielinski Date 1 1/22/2019 Parks Landscape Mointenonce- Solicitotion No. 20-7676 Co ier Country Administrative Servioes 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: . 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 andloragents) 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: P & T Signature and Date: Print Name: Teena Zielinski Title of Signatory: President Parks Landscape Mointenance- Solicitation No. 20-7676 collier County Administrative Servioes 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 YVITNESS WHEREOF, WE have hereunto subscribed our names on this aAay of NLyem oftlin the County of in the State of C-.V l dG . Finn's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR 4 or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: P & T Lawn and Tractor Service lnc. 15980 Old Olpa Road Alva, Florida 33920 S29834 65-0249564 239-694-4848 Teena Zielinski President 11I2212019 Detail by Entity Name Parks Landscape Maintenance - Solicitation No. 20-7676 rg�,I pgpartment of state I Division of_CQ ins 1 ,Sgarch Record-* 1 Detail By_2pcurnent Number 1 Detail by Entity Name Florida Profit Corporation P&T LAWN & TRACTOR SERVICE,INC Filing Information Document Number S29834 FEIIEIN Number 65-0249564 Date Filed 02/04/1991 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 04108/2010 Event Effective Date NONE PrincipAAddress 15980 OLD OLGA ROAD ALVA, FL 33920 Changed: 01121 /1994 Mailing Address 15980 OLD OLGA ROAD ALVA, FL 33920 Changed: 03/24/2009 Registered Agent Nam Address TEENA ZIELINSKI 15980 OLD OLGA RD. ALVA, FL 33920 Name Changed: 03130M993 Address Changed: 03130/1993 QfFirer/blrector Detaii Name & Address Title PRES ZIELINSKI, TEENA 15980 OLD OLGA RD nType=Initial&searchNameOrder=PILAW NTRACT... 112 search. sunbiz.orq/InquirylCorporalionSea rchlSearchResult[detail?in quirytype=EntityNarme&dire ctio 11 /22/2019 E ALVA, FL 33920 Detail by Entity Name Parks Landscape Maintenance - Solicitation No. 20-7676 Title VP ZIELINSKI, PETER JOHN 3160 Orangetree Send Fort Myers, FL 33905 Annual Reports Report Year Filed Date 2017 01 /25/2017 2018 01 /22/2018 2019 03/28/2019 Document Images 0/26/2019 —ANNUAL REPORT View image in PDF format J 01/22/201 -- ANNUAL REPORT View image in PDF format 01 Q512017 —ANNUAL REPORT ` View image in PDF format 0?114/2016 —ANNUAL REPORT View image In PDF format 03123/2015 — ANNUAL REPORT View Image in PDF formal € 01120/20 4 —ANNUAL REPORT View image in PDF format D112912013 —.ANNUAL REPORT View Image In PDF format 0211212 12 —ANNUAL REPORT View image In PDF format �J 03121/2011 --ANNUAL REPORT Mew image in PDF format I D410812010 —Name Chan9g View image in PDF format 03/31/2010 —ANNUAL- REPORT Mew image in PDF format 0312412009 — ANNUAL REPORT View image in PDF format 0210m12008 --ANNUAL REPORT View image in PDF format 1 2212p — A N AL REP RT View image In PDF format j Of 116/2006 -- ANNUAL REPORT View image in PDF format j 01/1212005 -- ANNUAL REPORT View image in PDF format 01/28/2004 —ANNUAL REPORT View image in PDF format ANNUAL REPORT View Image in PDF format 021201200 — ANNUAL REPORT View image in PDF format 0411 12 01 —ANNUAL REPORT View image in PDF format ! —ANNUAL REPORT View Image In PDF formal 03/1611 9 — ANNUAL REPORT View image in PDF format 01129/199B — ANNUAL REPORT i View Image in PDF format 021 19 7 — ANN AL REPORT View image In PDF format 0211311996 — ANNUAL REPOT View image In PDF format j 0 13111 — ANNUAL REPORT View image in PDF format sea rch.sunbiz.orp/InquirylCorporationSeareh/SearchResultDetail7inquirytype=EntityNameMirectionType=Initial&search Name Ord er=PTLAWNTRACT... 212 Parks Landscape Maintenance - Additional Contact Information Solicitation No. 20-7676 Send payments to: P & T Lawn and Tractor Service. Inc. (required if different from Company name used as payee above) Contact name: Teena Zielinski Title: President Address: 15980 Old Olga Road City, State, ZIP Alva, Florida 33920 Telephone: 239-694-4848 Email: ztepet e,comcast.net Office servicing Collier County to place orders (required if different from above) Contact name: All for this section same as above Title: Address: City, State, ZIP Telephone: Email Coler County Administrative Services Department Procurement Services Derision Form 5: Immigration Affidavit Certification Parks Landscape Mointenonce- Solicitotion No. 20-7676 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-Verifv oro2ram may deem the Vendor's Proposal as non- responsive httl2s://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 P & T Lawn and Tractor Service Inc. Print Name Teena Zielinski Title President Signature Date 11 /22/2019 Parks Landscape Mointenance- Solicitation No. 20-7676 Collier Coi mty P.dminis7a" Ser Aws Department Procurement Seme Dwiswn 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 fortax 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 P & T Lawn and Tractor Service, Inc. (as shown on income tax return) Business Name (if ditrent from taxpayer name) Address „15980 Old Olga Road City Alva State Florida Zip Order Information (Must be filled out) I Remit 1 Payment Information (Must be filled out) Address _15980 Old Olga Road Address 15980 Old Olga Road City Alva State Florida Zip 33920 City Alva State Florida Zip 33920 Email ztepet@comcast.net Email _ ztepet@comeast.net 2. Company Status (check only one) _Individual 1 Sole Proprietor _Corporation Partnership ,Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC C Enter the tax classification 501 (c) 3) (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 65-0249564 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: UnderPenalties ofpa4urv, I certify that t e information shown on this orm is correct o my knowledge Signature Date 11/22/2019 Title President Phone Number 239-694-4848 Parks Landscape Mointenance- Solicitation No. 20-7676 Collier County Administrative SeMces 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) ❑ Collier County 62"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 ❑Collier County or [12 /Lee County: 1990 Number of Employees (Including Owner(s) or Corporate Officers): 70 Number of Employees Living in ❑ Collier County or [R<ee (Including Owner(s) or Corporate Officers): 70 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: P & T Lawn and Tractor Service, Inc. Date: 11/22/2019 Address in Collier or Lee County: Signature: L'5 � ._ Title: President Parks Landscape Maintenance - Solicitation No. 20-7676 1.0 LOCAL VENDOR PREFERENCE (LVP) 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. Stat. 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, f r o 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 Afdavit 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. Parks Landscape Maintenance - Solicitation No. 20-7676 Email: Sue.Zimmer_man(c)colliercountygov.net CiO 76Y C;OL1.nty Telephone: 239-252-8034 Administrative Services Department Procurement Services Division ADDENDUM # 1 Memorandum Date: November 14, 2019 From: Sue Zimmerman, Procurement Strategist To: Interested Parties Subject: Addendum # 1 — 20-7676 — Parks Landscape Maintenance This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. LIST OF COLLIER COUNTY PARKS FACILITIES — Attached is a list of various Collier County Park Facilities but is not exhaustive of all of the facilities that may be included in the future. o 20-7676 — Addendum #1 — List of Parks Facilities CC: Matthew Catoe, Parks Operations Analyst Please acknowledge receipt of this Addendum and include with your bid. (Signature) III)Ll J� Date P�T Law c� &na I uck_c S.exu'C(? I __L0C (Name of Firm) If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Parks Landscape Mointenonce- Solicitotion No. 20-7676 Collier County Parks and Recreation Facilities Name of Facility Address Phone Type Region Arterial Roadway Aaron Lutz Neighborhood Park 4401 231 Avenue SW, Naples, FL 34116 239.252.4180 NP 2 Golden Gate Pk /43ro Lane SW Ann Olesky Park 6001 Lake Trafford Road, Immokalee, FL 34142 239.657.4449 BL 1 SR 29 / Lake Trafford Rd Barefoot Beach Access 5901 Bonita Beach Road, Bonita Springs, FL 34134 239.252.4000 BP 1 Bonita Bch Rd / Barefoot Barefoot Beach Preserve 505 Barefoot Beach Boulevard, Naples, FL 34112 239.252.4000 BP 1 Bonita Bch Rd / Barefoot Bayview Park 1500 Danford Street, Naples, FL 34112 239.252.4000 BL 1 US41 East / Thomasson Dr Best Friends Park 700 104`h Avenue N, Naples, FL 34108 239.252.4000 NP 2 US41 North / 104`h Avenue Biq Corkscrew Island Regional Park 825 391h Avenue NE, Naples, FL 34120 239.252.4000 RP NA Immokalee Road / Oil Well Road Bluebill Beach Access #8 11129 Gulfshore Drive, Naples, FL 34108 239.252.4000 BA 1 US 41 North / Immokalee/111'/ Bluebill Caxambas Park 909 South Collier Court, Marco Island, FL 34145 239.642.0004 BL 1 Collier Blvd South / Swallow Clam Pass Park 465 Seagate Drive, Naples, FL 34103 239.252.4000 BP 1 41 North / Seagate Dr Cocohatchee River Park 13531 Vanderbilt Drive, Naples. FI 34104 239.513.7919 BL 1 US 41 North / Wiggins Pass Rd Coconut Circle Park 4035 Guava Drive, Naples, FL 34104 239,793.4414 NP 2 Airport Road / Estey Avenue Collier Boulevard Boating Park 3620 Collier Boulevard North, Naples, FL 34113 239.252.4000 BL 1 US41 East/CR951 South/CR952 Conner Park 492 Bluebill Avenue, Naples, FL 34108 239.252.4000 NP 1 US 41 North / Immokalee Rd / Bluebill Corkscrew Elementary/Middle School 1065 County Road 858, Naples, FL 34120 239.348.7500 RF 2 Immokalee Rd / Oil Well Rd "Dreamland Park" (Mary Evans 411 VI Street South, Immokalee, FL 34142 239.657.4449 NP 3 SR29 W.Main / 911 St Eagle Lakes Community Park 11565 Tamiami Trail — East, Naples, FL 34113 239.793.4414 CID 2 41 East Trail East Naples Community Park 3500 Thomasson Drive, Naples, FL 34112 239.793.4414 CID 2 41 East Trail Eden Elementary School 3650 Westclox Street, Immokalee, FL 34142 239.657.4449 RF 3 SR29 / Westclox Road Freedom Memorial Park 1515 Golden Gate Parkway, Naples, FL 34105 239.252.4062 RP 1 GG Pkwy & Goodlette Frank Golden Gate Aquatic Center 3300 Santa Barbara Boulevard, Naples, FL 34116 239.252.6128 AF 4 Santa Barbara/Recreation Ln Golden Gate Boat Ramp 3300 Santa Barbara Boulevard, Naples, FL 34116 239.252.6128 BL 1 Santa Barbara/Recreation Ln Golden Gate Community Center 4701 Golden Gate Parkway, Naples, FL 34116 239.252.4180 CP 2 GG Pk / Sunshine Blvd Golden Gate Community Park 3300 Santa Barbara Boulevard, Naples, FL 34116 239.252.6128 CID 4 Santa Barbara/Recreation Goodland Boat Park 750 Palm Point Drive, Goodland, FL 34140 239.389.4247 BL 1 US41 East/CR92/CR92A Gordon River Greenway Goodlette - Frank Road, Naples, FL 239.252.4000 PR 1 Golden Gate Pkwy I Goodlette - Frank Gulf Coast Community Park 5611 Warren Street, Naples, FL 34113 239.793.4414 RF 2 US41 East / St Andrews Blvd / Warren Immokalee Airport Park 330 Airways Road, Immokalee, FL 34142 239.657.4449 NP 3 SR29 Main E /Airwa s Ave Immokalee Cemetery 1155 Little League Road, Immokalee, FL 34142 239.657.4449 NA 3 Lake Trafford Road Immokalee Community Park 321 North 1st Street, Immokalee, FL 34142 239.657.4449 CID 3 SR29 / Immokalee Dr Immokalee High School 701 Immokalee Drive, Immokalee, FL 34142 239.657.1951 RF 3 SR29 / Immokalee Dr Immokalee Sports Complex 505 Escambia Street, Immokalee, FL 34142 239.657.1951 AC 3 SR29 / Immokalee Dr Isles of Capri Park 139 Capri Boulevard, Isles of Capri, FL 34113 239.252.4000 NP 1 CR 951 / CR 952 LASIP Park (Transportation) CR 951 Collier Boulevard, Naples, FL 239.252.4000 PR 1 CR 951 south of Davis Blvd Manatee Park 1890 Roost Road, Naples, FI 34114 239.793.4414 NP 2 US41 East / Manatee Rd / Roost Mar -good Harbor Park 321 Pear Tree Avenue, Goodland, FL 34140 239.252.4000 BL 1 US41 East/CR92/CR92A/Pear Tree Max A Hasse Jr Community Park 3390 Golden Gate Boulevard West, Naples, FL 34120 239.348.7500 CP 2 GG Blvd & CR951 Naples Manor Park 5530 Tucker Avenue, Naples, FL 34113 239.793.4414 NP 2 US41 East/Floridian/Mar in/Tucker North Collier Regional Park 15000 Livingston Road, Naples, FL 34109 239.252.4000 RP 4 Livingston Rd / South of Immokalee Rd North Gulf Shore Beach Access 0 Seagate Drive, Naples, FL 34103 239.252.4000 BA 1 Seagate Dr & 41 North Oakes Neighborhood Park 6350 Spanish Oaks Lane, Naples, FL 34109 239.353.9669 NP 2 Tarpon Bay/Spanish Oaks Oilwell Park 7671 SR 29, Immokalee, FL 34142 239.657.4449 NP 3 SR 29 South / x Oil Well / entrance Parks Landscape Maintenonce- Solicitotion No. 20-7676 Collier County Parks and Recreation Facilities Name of Facility Address Phone Type Region Arterial Roadway Osceola Elementary School 5770 Osceola Trail, Naples, FL 34109 239.566.2367 RF 2 Livingston & Osceola Trl Paddlecraft Park 1295 Capri Boulevard, Naples, FL 239-2524000 BL 1 CR951 & CR952 Palm River Neighborhood Park 670 Piper Blvd, Naples, FI 34110 239-252-4000 NP 2 Immokalee Rd & Piper Blvd Palm Springs Park 921 Palm Springs Boulevard, Naples, FL 34104 239.252.4180 NP 3 Radio Rd / Palm Springs Blvd Palmetto Elementary School 3000 10t' Avenue SE, Naples, FL 34117 239.348.7500 RF 2 Golden Gate Blvd East/Everglades Panther Park 850 Church Street, Copeland, FL 34137 239.657.4449 NP 3 SR 29 / CR 837 Pelican Bay Community Park 764 Vanderbilt Beach Road, Naples, FL 34108 239.598.3025 CP 2 US 41 North / Vanderbilt Beach RD Poinciana Village Park 2580 Ponce DeLeon Drive, Naples, FL 34145 239.252.4000 NP 2 Air.port Road / Poinciana Drive Port of the Isles Marina 525 Newport Drive, Naples, FL 34113 239.642.3133 BL 1 US 41 East / ast CR92 Rita Eaton Neighborhood Park 5305 18th Court SW, Naples, FL 34116 239.252.4180 NP 2 Santa Barbara/ Hunter /20 Ct 151 St/ 17 Ave/ 53 Ln Sabal Palm Elementary 4095 18th Avenue NE, Naples, FL 34120 239.348.7500 RF 2 Randall/ Desoto/ 18th Avenue Serenity Walk Park 8985 CR 951 Collier Boulevard Naples, FL 239.252.4000 SW 1 CR 951 south of Davis South Immokalee Park 418 East Eustis Avenue, Immokalee, FL 34142 239.657.4449 NP 3 Immokalee Rd-CR846 / Eustis South Marco Beach Access lot 930 Collier Boulevard South, Marco Island, FL 34145 239.252.4000 BA 1 US 41 East / Collier Blvd - South Starcher PettyField / NPES 685 111th Avenue North, Naples, FL 34108 239.566.2367 RF 2 US 41 North / Immokalee Rd Su den Regional Park 4284 Avalon Drive, Naples, FL 34112 239.793.4414 RP 2 US 41 East /Air ort Sun-N-Fun Lagoon NCRP-15000 Livingston Road, Naples, FL 34109 239.252.4021 AF 1 Livingston Rd / South of Immokalee Rd Ti ertail Beach Park 430 Hernando Drive, Marco Island, FL 34145 239.252.4000 BP 1 Collier Blvd to Ti ertail Ct Tony Rosbou h Community Park 1213 Little League Road, Immokalee, FL 34142 239.657.4449 RF 3 SR 29 / Lake Trafford Road Vanderbilt Beach Access Garage 100 Vanderbilt Beach Road, Naples, FL 34108 239.252.4000 PG 1 Vanderbilt Bch Rd & Gulf Shore Vanderbilt Beach Access Restrooms 40 Vanderbilt Beach Road, Naples, FL 34108 239.252.4000 RR 1 Vanderbilt Bch Rd & Gulf Shore Vanderbilt Beach Access 0 Vanderbilt Beach Road, Naples, FL 34108 239.252.4000 BA 1 Vanderbilt Bch Rd & Gulf Shore Velocity Skate Park ENCP, 3500 Thomasson Drive, Naples, FL 34112 239.793.4414 SF 2 US 41 East / Thomasson Drive Veteran's Community Park 1895 Veteran's Park Drive, Naples, FL 34110 239.566.2367 CP 2 Immokalee Rd / West of Airport Veteran's Memorial Elementary 15960 Veteran's Memorial Boulevard, Naples, FL 34110 239.566.2367 RF 2 Livin stop Rd north of Immokalee Vineyards Community Park 6231 Arbor Boulevard West, Naples, FL 34119 239.353.9669 CP 2 Vanderbilt Bch Rd/ Vineyards Blvd Wheels BMX and Skate Park GGCC - 4701 Golden Gate Parkway, Naples, FL 34116 239.252.4180 SF 3 Golden Gate Pk / Sunshine Willoughby Acres Park 18 Mentor Drive, Naples, FL 34110 239.252.4000 NP 2 Immokalee Rd / Piper Blvd AC — Athletic Center AF — Aquatic Facility BA — Beach Access BL — Boat Launch BP — Beach Park CP - Community Park NP - Neighborhood Park PG - Parking Garage PR - Preserve RF — Recreation Fields School Site RP — Regional Park RR - Restrooms SF — Skate Facility Parks Landscape Mointenonce- Solicitation No. 20-7676 INSURANCE AND BONDING REOnTu>F MNT5 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/boccxempt 2. ® Employer's Liability $ 500,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 1,000,000 singlc limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the 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 Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $^1,000,000_ Each Occurrence; Bodily Injury & Property Damage, ed/ Owned/Non-ownHired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft S 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. S Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. Ail 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. Parks Landscape Mointenonce- Solicitotion No. 20-7676 8. ❑ Performance and Payment For projects in excess of S200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional insured and the Vendor's policy shall be endorsed accordingly, 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk insurance will be addressed by the Collier County Risk Management Division. 10/17/ 19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Q 0 f) l�U 1� 1 1_�TC�s Date 2iry ► Cie , —r rat: _71— Vendor Signature Print Name Insurance Agency 5 (QW uaba 0.ukoi/Lion CwO Agent Name � � 1 JU �1 1� I _ _ Telephone Number CIL41—-0- ��G� Parks Landscape Maintenance - Solicitation No. 20-7676 ,, & ,�`-� CERTIFICATE OF LIABILITY INSURANCE ts(acl 71112212019 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 ISSUINO 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 WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on INS certificate does not confer rights to the certificate holder In Ifau of such endorsements). PRODUCER Off, cT Beth Dvomik Chapman Insurance Group, LLC 2455 Tamlaml Trail Port Charlotte FL 33952 PHONE rsxtl* 9413474707 1 KAM.Non 8885596583 atL commercial cl fiorida.com (NSUR 8) AFFORDING COVERAGE NAICO tNaugggA,• Southem-Owners 10190 WORED PSTLAWN-01 P&T LAWN & TRACTOR SERVICE, INC 15980 OLD OLGA RD NSURERB:Owners 32700 INSURERC: URMD: ALVA FL 33920 INSURER E : URERF: COVERAGES CERTIFICATE NUMBER:1237619986 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. LTR TYPE OF INSURANCE OLICYNIMMER wzftym LIMITS A X COMMERCIALGENERALLIABILITY CLAIMS• 4ADE FX-I OCCUR 20503122 1016=19 101SM20 EACHOCCURRENCE S 1,000.Ma DAMAGE TO RENTEr— pgpMga ffa G=rrummjS 300.000 MED EXP one person) S 10,000 PERSONAL S ADV INJURY S 1,000,000 GEWL AGGREGATE LIMIT APPLIES PER: X POLCCYEl SOT 7 LOC OTHER: GENERAL AGGREGATE S 2.000.000 PRDDUCTS-COMPIOPAGG 52000A00 S a AUTOMOBILSLNBUTY ANY AUTO OWNED SCHEDULED AUTOS ONLYNAUTOS HUM NON•DWNED AUTOS ONLYAUTOS ONLY rx 5050312201 101=019 10/WO20 tN S1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTYDAMAGE er saddest S S A X UMBRELLA LIAe EXCESS LEAS X OAR CLAIMS -MADE 6050312200 10/5/2019 10IM20 EACH OCCURRENCE S 2 000,000 4OED AGGREGATE S X I RETENTIONS ic oan I S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETDRIPARTNERIEXECUTIVE �EXCLUDED1 (Msada m In NH) Hyyaass, desafbeunder DESCRIPTION OF OPERATIONS below N / A l E E.L EACH ACCIDENT S E.L. DISEASE -EA EMPLOYEE S E.L. DISEASE • POLICY LIMIT S A INLAND MARINE 20503122 10/5/2019 10/5/2020 8CHEBULEED EOUMgP 197,271 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, AddNleaal Remadm Schedule, may he attached U more apace Is rogulrod) AUTOMATIC ADDITIONAL INSURED STATUS AND AUTOMATIC WAIVER OF SUBROGATION APPLIES TO CERTIFICATE HOLDER WITH REGARD TO GENERAL LIABILITY AND AUTO. CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED. COLLIER COUNTY BOARD OF COMMISSIONERS 3295 TAMIAMI TRAIL EAST 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 /44 d '1- (01933.2015 ACORO CORPORATION. All rights reserved. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD Parks Landscape Mointenonce- Solicitotion No. 20-7676 CERTIFICATE OF LIABILITY INSURANCE Data 11/22/2019 Producer: Plymouth Insurance Agency This Certlficirte Is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. Holiday, FL 34691 rights upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below. Insurers Affording Coverage NAIC # (727) 938-5562 Instiredi South East Personnel Leasing, Inc. & Subsidiaries ImurerA: uanInsutanceCompany 11075 Insurers' 2739 U.S. Highway 19 N. Holiday, FL 34691 InsurerC: InsurerDr Insurer E: Coverages The Policies olInsuranco Wad balowhava been Issued to the insured nwred above for the poky parted Indicated. thstanding any roquirormm term or condition olarry conlrad or other document with rasped to which this caniflcata may be Issued or may pertain, the Insurance afforded by the po0das dascdbod heroin Is subject to all the temm, exclusions. and conditions of such polities. Aggregate limas shawn may have been reduced by paid daLro. INSR LTR ADDL MRp Type of Insurance Poncy Number Policy Effective Date PailcyExptration Date Limks (MMIDDIYY) (MM/DD/YY GENERAL LIABILITY Each Occurrence i Commercial General Liability Claims Made11 Occur Damage to rardad prorttisos (EA occurrence) Mad 6xie Adv Injury eneral aggregate 11mit applies perPersonal Posey ❑ Pro(ect 11 LoC General Aggregate Products. CompfOp A69 UTOMOBILE LIABILITY Cond*%ed Single UmR Any Auto All Owned Autos Scheduled Aulas (EA Accident) Bodily injury (Per Person) BodDy Injury Hhad Autos Non -Owned Autos (Per Acddent) Property 06me60 (Per Accident) EXCESSIUMBRELLA LIABILITY Each occurrence Occur ❑ Claims Made Aggregate Dedudible A Workers Compensation and WC 71949 01/01/2019 01/01120M X WC Statu- I OTH- Employers' Liability tory Urnits ER E.L. Each Accident S1.000.soo Any preprietcrfpartnedancvtive ofticertmember E.L. Disease - Ea Employee 51.cco txm excluded? No If Yes, describe under special pmviaicns below. E.L. Disease -Policy Limits S11,000000, Other Lion insurance Company Is A.M. Best Company rated A (Excellent). AMB # 12616 Deseripuons of Operations/LocatlonsiVehlcles/Excluslons added by Endorsement/Special Provisions: Client ID: SD-67-744 Coverage only apP9es to acdw employee(s) of South East Persortind Leasing, Inc. & Subsidiaries that are leased to the following "Chard Company°: P&T Lawn & Tractor Servlce Inc Coverage only applies to InNfles incurred by South East Personnel Leasing, Inc- & Subsidiaries active employee(s), while worldng in: FL. Coverage does not apply to statutory employee(s) or Independent conbzcter(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or emali cerUflcates*Uaninsurancecompany.cam Project Name: ISSUE 11-22-19 (KLR) s s 12 2ona CERTIRCATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COMMISSIONERS sho,ae •d �Y the sbWe d•oawd POCuro. be onneeRod befa u.o dWroaon doe Weroor, th• lw" tnsurorrrEll andeavorto mall 30 days wrtnan naflco to the carttEcata holder mm�od to tho taft but faitura to do so sWl Imposo no obtlgullon or ttebgity of any kind upon the Insurer, Lis agents w representatives. 3205 TAMIAMI TRAIL EAST — NAPLES, FL 34112 Parks Landscape Maintenance - Solicitation No. 20-7676 1. PURCHASE ORDER TERMS AND CONDITIONS 1.1 Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 1.2 Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 1.3 Inspection 1.3.1 All goods and/or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. 1.3.2 To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non conforming or otherwise rejected by the COUNTY. 1.4 Shipping and Invoices 1.4.1 a) 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. 1.4.2 b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. 1.4.3 c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. 1.4.4 d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing Policy. 1.5 Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it Parks Landscape Maintenance - Solicitation No. 20-7676 at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 1.6 Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 1.7 Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, 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. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 1.8 Statutory Conformity 1.8.1 Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 1.9 Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 1.10 Indemnification VENDOR shall defend, indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 1.11 Warranty of Non Infringement 1.11.1 VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. 1.11.2 VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use ofthe goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). 1.11.3 If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). Parks Landscape Maintenance - Solicitation No. 20-7676 1.12 Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 1.13 Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 1.14 Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediatelygive notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 1.15 Assignment 1.16 Taxes VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 1.17 Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 1.18 Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 1.19 General 1.19.1 a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida 1.19.2 b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. Parks Landscape Maintenance - Solicitation No. 20-7676 1.19.3 c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. 1.19.4 d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. 19.5 e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. Parks Landscape Maintenance - Solicitation No. 20-7676 C;O err cauxty Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Parks Landscape Maintenance No. 20-7676 Reference Questionnaire for: P & T Lawn and Tractor Service, Inc. (Name of Company Requesting Reference Information) Jessica Zielinski (Name of Individuals Requesting Reference Information) Name:Bob DeBrock (Evaluator completing reference questionnaire) Email: cam Company:Lee County DOT (Evaluator's Company completing reference) FAX: 239-533-9445 Telephone: 239-533-9425 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 cilteria 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 ftrmlindivdival 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: Landscape Maintenance Project Budget: 52.1 million Completion Date: 1/31/21 Project Number of Days: 1825 Item Citeria Score I 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. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 99 Parks Landscape Maintenance - Solicitation No. 20-7676 Corker County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Parks Landscape Maintenance No. 20-7676 Reference Questionnaire for: P & T Lawn and Tractor Service, Inc. (Name of Company Requesting Reference Information) Jessica Zielinski (Name of Individuals Requesting Reference Information) Name:Bob Franceschini (Evaluator completing reference questionnaire) Email: franceschini FAX: NIA Compare ff illage of Estero (Evaluator's Company completing reference) Tel 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: Landscaping & Mowing Completion Date: On -Going Project Budget: $500,000.00 Project Number of Days: On -Going Item Citeria Score I Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 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 Parks Landscape Mointenonce- Solicitotion No. 20-7676 Co ley comity Administrative Services Department r rsXcuei�Krd SEA �: s :r. �s�cn Reference Questionnaire Solicitation: Parks Landscape Maintenance Sol No. 20-7676 Reference Questionnaire for: P S T Laxvrt and 'rractor Service, Inc. (Namc of Company Requesting Rercrence Information) Jessica Zielinski (Name of Individuals Requesting Reference Information) Nance: Joel Langancy Company: City ol'Bonita Springs (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: jocl,lartl ancy(ii,ei(yoiliotiitaNirinyTs.ort FAX: (239) 949-6245 Telephone: (239) 949-4614 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 peribrrned work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of] to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdival again), ifyou do not have sufficient knowledge of past performance in a particular area, Ieave it blank and the item or form will be scored "0." Project Description: Downtown Lawn, Landscape & Completion Date: On -going Irrigation Maintenance Project RFB 19-1 1 Project Budget: S260,375,00 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). 9 3 Quality of work. 9 4 Quality of eansullative 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. 9 fi Abillity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, prOCCdurCS, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfacticnl). to TOTAL SCORE OF ALL ITFIIS 97 Parks Landscape Mointenonce- Solicitotion No. 20-7676 cof ier county Administrative SeMoes Department Procurement Services Division Reference Questionnaire Solicitation: Parks Landscape Maintenance No. 20-7676 Reference Questionnaire for: P & T Lawn and Tractor Service, Inc. (Name of Company Requesting Reference Information) Jessica Zielinski (Name of Individuals fRequesting Reference Information) Name: /f <� n // , �`��S Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email:4{ka.rr-;S let°o�oy, �,w. FAX: d-36 -14T5 = 8'30 .2.3'T 707 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: i� E- _�4asn�n�s +-Pe-I ZrV ,g,Completion Date: J Zl 0/ 0 Project Budget: -6- Project Number of Days: (s 0 Item Giteria . Score. 1 Ability to manage the project costs (minimize change orders to scope). �0 2 Ability to maintain project schedule (complete on -time or early). Jo 3 Quality of work. j0 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 AbiIity to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. tD 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Parks Landscape Mointenonce- Solicitotion No. 20-7676 Covier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Parks Landscape Maintenance No. 20-7676 Reference Questionnaire for: P & T Lawn and Tractor Service, Inc. (Name of Company Requesting Reference Information) Jessica Zielinski (Name of individuals Requesting Reference Information) Name:Terry Slawson (Evaluator completntg reference questionnaire) Email: com FAX: Company:Lee County Parks (Evaluator's Company completing reference) Telephone: (239)707-3994 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 fnzn/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: Landscape Maint of Lee County Parks & Preserves Ongoing Completion Date: Project Budget: $745,00.00 Project Number of Days: ongoing Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 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 cofnmunicate and document information clearly and succinctly. 10 S Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with luring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 97 Parks Landscape Mointenonce- Solicitotion No. 20-7676 Certifications and Licenses Certificate/ License Name Licensee/Certificate Holder Expiration Date BMP Antonio Alejandro N/A BMP Mario H Canil Jr. N/A BMP Yzael Colon Heavelin N/A BMP Jose I. Cruz N/A BMP Samuel De Leon N/A BMP Bacilio Diego Pablo N/A BMP Francisco Francisco N/A BMP Mario Diego Nicolas N/A BMP Kevin Diego Pablo N/A BMP Angel M Garcia Martinez N/A BMP Erijoel Garcia Martinez N/A BMP Nicolas Juan Marcos N/A BMP Juan Maldonado N/A BMP Enrique Mate N/A BMP Moises Rivera N/A BMP Manuel J Robles Martinez N/A BMP Rafael Rodriguez-Berrios N/A BMP Guadalupe Rojop Ordonez N/A BMP Victor Rosado N/A BMP Jorge Torres Garcia N/A BMP Robert Zielinski II N/A Certified Arborist Pete Zielinski 06/30/2022 Certified Pest ID Card Holder Jose Ivan Cruz 8/31/2020 Certified Pest ID Card Holder Angel Manuel Garcia Martinez 8/31/2020 Certified Pest Control Operator Dan Lott 08/31/2020 Certified Pest ID Card Holder William Billy Melendez 8/31/2020 Certified Pest ID Card Holder Rafael Rodriguez Berrios 8/31/2020 Certified Pest ID Card Holder Pete J Zielinski 8/31/2020 Certified Pest ID Card Holder Robert Anthony Zielinski It 8/31/2020 Certified Pest ID Card Holder Teena M Zielinski 8/31/2020 Parks Landscape Maintenance, solicitation No. 20-7676 Parks Landscape Maintenance - Solicitation No. 20-7676 Certificate of Completion: Antonio Alejandro 05/25/2023 MOT Certificate of Completion: Mario Canil 04/27/2021 MOT Certificate of Completion: Mario Canil Jr. 04/27/2021 MOT Certificate of Completion: Angel Garcia Martinez 04/27/2021 MOT Certificate of Completion: Erijoel Garcia Martinez 04/27/2021 MOT Certificate of Completion: Juan Maldonado 04/27/2021 MOT Certificate of Completion: Jonathan S. Miller 05/25/2023 MOT Certificate of Completion: Moises Rivera 04/27/2021 MOT Certificate of Completion: Robert Zielinski II 04/18/2023 MOT Charlotte County Pete Zielinski 09/30/2021 Certificate of Competency: Landscaping Charlotte County Jessica Zielinski 09/30/2021 Certificate of Competency: Irrigation Charlotte County Pete Zielinski 09/30/2021 Certificate of Competency: Irrigation Charlotte County Local P & T Lawn and Tractor 09/30/2020 Business Tax Receipt Service, Inc., Pete & Teena Zielinski City of Cape Coral Jessica Zielinski 09/30/2020 Certificate of Competency: Irrigation Sprinkler (Lawn) City of Punta Gorda Jessica Zielinski 09/30/2020 Certification of Competency: Irrigation/Sprinkler Contractor Collier County Certificate Peter Zielinski 9/30/2020 of Competency: Irrigation Sprinkler Contractor Parks Landscape Maintenance, Solicitation No. 20-7676 Parks Landscape Mointenonce- Solicitotion No. 20-7676 Collier County Certificate Mary Conway (Teena) 9/30/2020 of Competency: Zielinski Landscape Restricted Contractor Commercial Applicator Pete Zielinski 09/30/2021 License Commercial Applicator Robert Zielinski II 06/30/2021 License Commercial Landscape Teena Zielinski Maintenance Holder Florida Certificate of Pete & Teena Zielinski 09/19/2020 Nursery Registration Florida Unified P & T Lawn and Tractor Certification Program Service, Inc. Hendry County Business Teena Zielinski 09/30/2020 Tax Receipt Lee County Certificate of Jessica Zielinski 09/30/2020 Competency: Irrigation Sprinkler Contractor Lee County Certificate of Pete Zielinski 09/30/2020 Competency: Irrigation Sprinkler Contractor Lee County Local Business P & T Lawn and Tractor 09/30/2020 Tax Receipt: Professional Service, Inc., Pete Zielinski Landscape Company Lee County Local Business P & T Lawn and Tractor 09/30/2020 Tax Receipt: Irrigation/ Service, Inc., Pete Zielinski Lawn Sprinkler Contractor Lee County Local Business P & T Lawn and Tractor 09/30/2020 Tax Receipt: Tractor Service, Inc., Pete Zielinski Service LTD. Commercial Fertilizer Antonio Alejandro 03/24/2023 Applicator License LTD. Commercial Fertilizer Francisco Francisco 03/17/2023 Applicator License LTD. Commercial Fertilizer Mario Diego Nicolas 06/23/2023 Applicator License LTD. Commercial Fertilizer Mario Canil 08/15/2022 Applicator License LTD. Commercial Fertilizer Kevin Diego Pablo 08/15/2022 Applicator License Parks Landscape Maintenance, Solicitation No. 20-7676 Parks Landscape Mointenonce- Solicitotion No. 20-7676 LTD. Commercial Fertilizer Angel M Garcia -Martinez 08/15/2022 Applicator License LTD. Commercial Fertilizer Yzael Colon Heavelin 08/15/2022 Applicator License LTD. Commercial Fertilizer Samuel DeLeon 08/15/2022 Applicator License LTD. Commercial Fertilizer Bacilio Diego Pablo 08/15/2022 Applicator License LTD. Commercial Fertilizer Nicolas Juan Marcos 08/15/2022 Applicator License LTD. Commercial Fertilizer Juan Maldonado 08/15/2022 Applicator License LTD. Commercial Fertilizer Moises Rivera 08/15/2022 Applicator License LTD. Commercial Fertilizer Manuel J Robles -Martinez 08/14/2022 Applicator License LTD. Commercial Fertilizer Rafael Rodriguez Berrios 08/14/2022 Applicator License LTD. Commercial Fertilizer Enrique Mata 08/14/2022 Applicator License LTD. Commercial Fertilizer Guadalupe Rojop Ordonez 08/14/2022 Applicator License LTD. Commercial Fertilizer Victor Rosado 08/14/2022 Applicator License LTD. Commercial Fertilizer Jorge Torres Garcia 08/14/2022 Applicator License LTD. Commercial Fertilizer Robert Zielinski II 03/24/2023 Applicator License Minority Business: P&T Lawn and Tractor 05/14/2021 Women Business Service, Inc. Certification Tier 1 Illicit Discharge Robert Zielinski II N/A Detection & Elimination Training Parks Landscape Maintenance, Solicitation No. 20-7676 Parks Landscape Mointenonce- Solicitation No. 20-7676 sm of FlorWa DERAITTMENT Ofi ENWRON FCTION, isco • CiV3173r'a : ' ''r GV3176 11' OWN iNDUgTRW B1W MANA&MM PRACTICES 11 TRAINING PROGRAM State of FforWa DEPARTMENT OF ENVIRONMENTAL Rji.,.: TECTION Anton o ,ii an GV22225-1 GVM25 Cezdfic= # T vh= ID # GREEN INDUSTRIES BEST MANAGEMENT PMCTICES TRAINING PROGRAM ----�.. --- -� State of Florida DEPARTMENT OF ENVIRONMENTAL. PROTECTION Parks Larp�fl�4�lance- Ppi,on-2-F7,576 ENVIRONMENTAL PROTECTION Yzael Colon Heavelin GV406760-1 GV406760 Ccrtilicatc• Thurtcc ID GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Bacilia Diego Pablo GV406761-1 GV406761 certificate >r Triince ID # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Angel M. Garcia Martinez GV406766-1 CTV406766 Ccrdiicatc r�'°. Trainee ID': GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Juan Maldonado GV406774-1 GV406774 Ccrtilieatc # Trdnce ID 9 GREEN INDUSTRIES ]BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Moises Rivera GV406783-1 GV406783 Ccrdrtcatc'rr 7rincc ID w GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Mario H. Canil, Jr. GV406759-1 GV406758 Ccn;r;carc M Traince III GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Samuel De Leon GV406763-1 GV406763 Ccr6fiote =l Traiccc ID 4.. GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Kevin Diego Pablo GV406762-1 r; V406.76, ) Lcrrihcatc ;; Trainee ID GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECT ION Nicolas Juan Marcos GV406771-1 GV406771 Certificate '- Traincc ID #f GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Enrique Mata GV406776- I GV406776 certfcate r Tr.-ince ID # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Par�/IfS8jgM giWintenance- DEPAS W j' 20-7676 ENVIRONMENTAL PROTECTION Manuel J. Robles Martinez GV406784-1 GV406784 CcrtiFienm Trainee ID n GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Victor Rosado GV406787-1 GV406787 Certificate 9 Trainee ID GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Rafael Rodriguez-Berrios f;V406795-1 GW06795 Certifcate m Thunec Ill GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Guadalupe Rojop ®rdonez GV406786-1 GV406786 Cc. uOknre F' Trtincc ID GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Jorge Torres Garcia GV406788-1 GV406788 Certificate» Trainee ua 7. GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Stag of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Mario Nicolas - 1� A I A Y 1XIWIL;1[ ., Ir.31111U Ill W GREEN INDUS s RIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Slate of Fronde DEPAR TIMENT OF ENVIRONMENTAL PROTECTION djoel Garcia Martinez GA7400384-1 G'V400384 CurriGrme . • -- Tmince III a GREEN INDUS MIES Cry' i4AIVAGr-Vvjatii PRACTICES TRAIMNIG PROGRAM State of I=larkia DEPAUMENT OF S- iMf GWMEI T AL PRC i EC AOM r.�>•�nnnnr, � .'!Yr,innnnn L.crEZuran' :. 1 .Uncc Ell 9 GREEN INDUSTRIES REST i:IANAGEMENT PRACTICES TRAINING P€iOGIiITA - - - - - - - - State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Fr firlcisco F r ancisrO UV317b-1 GV3176 "1'rainrc lll f Ccrlilicau' !: J r GREEN INDUSTRIES TRAINING A � ST �G M MANAGEMENT PRACTICES Parks Landscape Maintenance - Solicitation No. 20-7676 Parks Landscape Mgintenance- Solicitation No. 20-7676 es ocoa.r�. UFI IFAS r UNiVER61TXafFLOMDA Certificate.of Training Best Mari.ag(/�y■-.�.■ �/ xit- Practices nlel P�e� �IIJL.�4R.V .. .. 4 V GV 81 52-1 • �orlda-Green 'Ind#ies Ie2 The urndersi �ed hereby ack.nowled es . that Trainec lD ryit am Mep'ndez_. has successfully met aE--requirements necessary to be fully trained through the Green Industries'_Best Management Practices Progam developed by the Florida Department `of- Environmental Protection with the University of Florida Institute -of Food and A&kultural Sciences. T. Helm 1/13/20-10 ZY 1<45 Issuer instructor Date of Class DF^rogr= AdminisQacor Not valid without seal Parks landscW&-Nlatrrterrarrce- - - - - - - - -- -- I~IaRl a 4 R t�Rc�t{G-�'� A Training GV3454-1 Best 2:5) t P1C'auctices i73454 Florida Green Industries 'mince ID # The undersigned hereby acknowledges that Mario Nicolas UNrVERsi,rr or FLORIDA IFAS EXTENSION has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by the Florida Department of Enviror mental Protection with the University,of Florida Institute of Food and Agricultural Sciences. Dr. L.E. Trenholm Mitchell 9/18/2008 � Issuer InSTIVeWr Date of Chiss 0WR Nrog , �nm :ldministrator Nor valid svirhout sc;el I100V ��� Certificate of Training, GV4470-1 -BBest M znagement Piro c tROES ' Certificate # Florida Green Industries GV4470 'I'mince In # The undersigned hereby acknowledges that Robert Zielinski UNIVERSITY OF FLORIDA IFAS EXTENSION has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by the Florida Department of Environmental Protection with the University of Florida Institute of Food and Agricultural Sciences. Dr. L.E. Trenholm Brown 3/17/2009Y-J---"-- -, - cz_,zz. Issuer Instructor Hate of Class aril' Progrtrn Administrator Not valid without seal INTERNATIO-t'4Ai. SOCIETY OF ARBORICULTURE CERTIFIED ARBQRIST'M Peter John Zielinski Having successfully completed the requirements set by the International Society of Arboriculture, the above named is hereby recognized as an ISA Certified Arborist® �11 Luana Vargas Caillyn Pollihan Director of Credentialing Services Executive Director International Society of Arboriculture International Society Of Arboriculture FL-9147A 2 Mar 2016 30 Jun 2022 Certification Number Certified Since Expiration Date 1 • F I �1 #0847 IS011EC 17024 Personnel Certification Program ISA Certified Arborist` STATE OF FLORIDA i�epartmrnt of Agricuthtre aub Con�umcr 6+rrbirr5 BUREAU OF LICENSING AND EN11ORCE11MENT Date File No. Expires September 10, 2019 .11;225638 August 31. 2020 TI•IF ID CARD HOLDERNANED 13ELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR TAE PERIOD EXPIRING: August 31, 2020 AT I' & T PEST NIANAGE,M4 NT ALVA, FL 33920 JOSr IVAN CRUL Regular P & T PEST MANAGEMENT 15980 OLD OLGA ROAD Al N A, FI. 33920 NICOLL- "Nll:f:[" FRIED. CON[MI5510NF.ft STATE OF FLORIDA rpartntcttt of agrirlithlrc anb Con5wnrr %trViccr, BUREAU OF LICENSING AND r-j%FORCUMENT- Uale File No. Expires September 10, 2019 JE278639 August 31, 2020 THE 1D CARD IIOLDERNAMEV BELONV FIAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THL PERIOD EXPIRI I : August 31, 2020 AT P & T PEST MANAGEMENT ALVA, FL 33920 ANGEL. NiAN'I)EL GARCIA MARTUV2 Regular P & T PEST N[ANAGENIENT 15960 OLD OLGA ROAD ALVA, FL 33920 NICOLX"NIKKI"F IED.COSI�IISSIO\ER STATE OF FLORIDA -:o3rpnrtlncltt of 2tgritulturr atta Eon utnrr �crbirrs BUREAU OF LICENSING AND ENFORCEMENT Date rife No. Expires September 10, 2019 JE16490 August 3l, 2020 •ITHL 11) CARD [MOLDER NA:b1ED BE -LOW HAS REGISTERED UNDER THE PROVISIONS OF CI4APTER 482 FOR THE PERIOD EXPIRING: August 31, 2020 AT P & T PEST MANAGEMENT ALVA, FL 33920 KEN'NETH DANIEL LOTT Cer[irsed Operator P & T PEST NiANAGI:MENT 15980 OLD OLGA ROAD ALVA, FL 33920 1 c Niry C'OLE"N1KE;!" OEM. COMM 15SlONER Parks Landscape Mointenonce- Solicitotion No. 20-7676 STATE OF FLORIDA 0epartlnent o[ SOricu[ntre aub Comannir +rcbue5 BUREAU OF LICENSING AND ENFORCEMENT 3OSE IVAN CRUZ P R T PEST MANAGEMENT ID CARD IIOLDER JE225638 HAS PAID TI IE FEr REQUIRED BY CtIAIrfER 482 FOR THE PERIOD IINPIRING August 31, 2020 n I C4l- ` 161d Signi:turr COMM1SSErNNER LI'allct Card - Po1d licrc DU [t1EAU Or• LICENSING & ENFORCE%ILNT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE. FLORIDA 32399-1650 STATE OF FLORIDA y`r)rptrtlttcnt e[ ftricltlture aub C0051111TV arrbite5 BUREAU OF LICENSING AND ENFORCEMENT ANGE1 MANUEL GARCIA MARTINEZ P & T PEST 1viANAGEMEN'r ID CARD IIOLDER JE2;8639 HAS PAID TILE FEE REQUIRED BY CHAMR 482 FOR TMEi PERIOD EXPIRING August31, 2020 rl i Cd L-t- Signature COMMISSIO-ER ATTACH PHOTO ON REVERSE Walict Card - Fold Fore BUREAU OF LICENSING & E\FORCE%IENT 3 t 25 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF F1.0100A neyartnteld o[ Sgricutture snit C0116llnler iberbitr5 BUREAU OF LICE\SIN'G AND ENFORCEMENT KENNETH DANIEL LOTT P & T PEST MANAGEMENT ID CARD MOLDER J616490 Certified Operator HAS PAID T[ IF FEE REQUIRED BY CHAPTER 483 FOR THE PERIOD C.IPIRING August 31.2020 n I CJ't-L -0-i tiR-y- Siguaturc CONWISSION'tr ATTACH PHOTO ON RL•V1EI?SE wanct Ca+d - Fuld Hare BUREAU OF LICENSING & E\FORCE.N1r>NT 3125 CONNER BLVD. DLDG, 8 TALLAIIASSIEE,FLORIDA 32399-I650 ST1GF Fz;31�TD.of kr�EiRttiCltArCcrSak�r�"6tkstllll6r�ts B epartltlellt of Sgriculture ally Consmuler terbire5 RUIUE AU OF LICENSING AND kiN1'ORCEMENT BUREAU OF LICENSING AND ENFORCEMENT WILLIAM BILLY 41ELENDEZ Date File No, Expires , September 11, 2019 j"? 9627 August 3l, 2020 f & T POST TO CARD HQLIII;R OLDER A9CNT THE II) CARD HOLDER NAMED BELOW HAS REGISTLRED UNDER JCS9627 THE PROVISIONS OF CI•IAPT"ER 482 FOR TILE PERIOD EXPIRING: HAS:>~ugucr3l, 7A2A A'I• AS 1'.tlb TFIG FEiL' REQL'E[t?D BY CH:IPTERaS2 FOR THE PERIOD EXPIRING August 31, 2020 P & T PEST MANAGEMENT ALVA, FL 33920 WILLIAM BILLY NIELENDEZ Regular _i r1 l Signature P & T PEST MANAMMENT COMMISSIOr:Flt ATTACH PHOTO ON REVERSE 15980 OLD OLGA ROAD ALVA, FL 33920 wauel Cara - Fa1d licre n BUREAU OF 1.IC�'SING & ENFORCES€ENT �ECOLI "N1KF:1"F IrD,COi!il":ESSEONER 3125CONNERBLVD,BLDG.8 TALI.AHASSCE, FLORIDA 32399-1650 '+ !lIF�llliv� u.=rrfll�'�l]`+ ••ur•" STATE Or rl.ORIDA SI'tVrE 01; FLORIDA of 2grictlltute Ilub Coll uwwr 1�lcrtict5 ;3cpilrtilltut of 9grictllture atlb CcHl ijuucr ZcrbicO I BUREAU OF LICENSING AND ENFORCEMENT BUREAU OF LICENSING AND ENFORCEMENT a ItArAEL RODRIGUEZ I3ERR10S Date File No. Expires P & T PEST MANAGEMENT September 10, 2019 JE284777 August 31, 2020 ID CARD HOLDER THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDLIt IE284777 THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: I1AS PAID THE FEE REQUIRED BY CHAPTER 482 FOR T1IE FERIOD August 31, 2020 AVI, rXPIRINO Augusl 31, 2020 1' & T PEST jMANAGEMF_-N7 ALVA, FL 33920 RAFAELROI)RIGUEZBERRIOS Regular I ) 16ru —61,zj Sigm'tirc InTo ON P & T PEST MANAGEMINT Cdy151;stitdYi Ei A rl' 15980 OLD O1.GA ROAD ALVA, FL 33920 I WIL111:1 Card - Fa1d Here n I ,,t , " l% i BUREAU OFONNERBOfi.BLDGCE1i[i�lT NICOLEE'N-ILKKI"JF9II.�D',`.C`0N1&I1S5IONER II 3125 CONNER €1LV D, BLDG. F 7'ALLA11=tS51:G, FLORIDA 32399-I65(F , TilYts,a rrrrf�sa��ir+ =v��eh3a;i••—_— er�rr STATE OF FLORIDA STATE Or FLORIDA-rlkirtmrnt of Agritulture aub Coit wncr Zcrbitr5 45 partmatt of 21grindture aub Co115lantr Sbcrbue5 BUREAU OF LICENSING ANDENFORCE'VIFNT BUREAU OF LICENSING AND CNIFORCi]7C\T 1PETE J ZIELINSKI Dale File No. Cxpirus P & T' PEST' MANAGCMENT September 10, 2019 JE262355 August 31, 2020 11) CARD BOLDER THE ID CARD HOLDER NAMED BE LOW I•IAS REGISTERED UNDER JE262355 THE PROVISIONS OF C14APTER482 FOR THE PERIOD EXPIRING: August 31, 2020 AT I IAS PAID TIM FG: REQUIRED BY CHAPTER 4S2 FOR THE PERILsO EXPIRING August3l, 2020 P & T PEST MANAGEMENT ALVA, Ff. 33920 PETE J ZIELINSKI Regular r} I ei1u —J� Signature P & T PEST MANAGE.MM4T commIsslONER ATTACH PHOTO ON REVERSE 15980 OLD OLGA ROAD ALVA, FL 33920 1Valiei Card - I old Hen r) I a R BUREAU OF LICENSING SENFORCE,','E:T mcot.r- "NIKKI" F iriD. CO\I,�I ISSIDti ER 3125 CONNER BIND, BLDG, 9 11 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA 7cpttrtlttcut of agriadfurt aRb CoI151111ttr-crbilts BUREAU OF LICENSING AND ENFORCFNIM- D=tc File No. Expires September I0, 2019 J E262356 Aitgust 3I, 2020 THE ID CARD ]-]OLDER NAMED BELOW 1•11AS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2020 A"r P & T PEST MANAGEMENT ALVA, M 33920 ROBERT AN'r1IONY ZIELINSKI II Regular P &L T PEST MANAGEN•1 ENT 15950 OLD OLGA ROAD ALVA, FL 33920 NICOLE "N[t:fa" FINED. COMh1I55[ONER STATE OF FLORIDA �-'1,.eprlrtnttlEt of 2griruiture m1b 1! 0101111t1' &trbife5 BUREAU OF LICENSING AND ENFORCE I.I ENT Date File No. Expires September 10, 2019 39262357 Augusl 31, 2020 THE ID CARD IIOLDERNAMM BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2020 AT P & T PEST MANAGEMENT ALVA, FL 33920 TEENA M ZIELINSKI Regular P & T PET MANAGEMENT 15960 OLD OLGA ROAD ALVA. FL 33920 u�KrCO3Ar F GD. COM-MISSION-It Parks Landscape Maintenance - Solicitation No. 20-7676 STATE OF FLORIDA sDelhlrtvwtt of ggrltu[ture atta tCattSlulter ¢rUiCCS BMEAU OF I..ICFNSINC flND FNFORCEiIE''T ROBERT ANTHONY ZIELINSKI II P & T pE5'r M Alf AGEMENT ID CARD ITOLDER J L 262356 IIAS PAID TI IF FEE RrQUMED BY CHAPTER 482 FOR TI IE ?FRIOD EXPIRING August31.2020 n I Ct U —611ti/= Signature %Va11CtCafd - Faldli c BUREAU OF I.ICr:NSING & ENFORCEMENT 3125 CON NER BLVD. BLDG. a TALLAHASSEE. FLORIDA 32399-I650 STATE OF FLORIDA 3I)tprimmit of Z(grirulturt I11ta canauiller atrbirt5 BURrAU OF LICENSING AND ENFORCE•MFNT TEENA N1 ZIELINSKI P & T [EST MANAGEMENT In CARD HOLDER J1:262357 HAS :'AID THE FEE REQUIRED BY CHAPT'ER432 FOR THE PERIOD Tip:PIRIIMG Awgust31.2020 n 1 SignMure COMMSSIONER ATTACH PHOTO ON REVERSE HL:11C.AU OF L[CL•NSING & ENFORCEMENT 31-5 CONNER BLVD. BLDG. 8 ALLAHASSEE, FLORIDA 323999.16!0 Parks Landscape Maintenance - Solicitation No. 20-7676 Certificate of Completion Antonio B. Alejandro Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate Course. 05/25/2023 Date Expires 011thz ef I-h) itlif MS fety C'O'U'��a hir 209 FDOT Provider Michael Stone Instructor Southwest Florida Safety Council 1714 Evans Avenue Fort Myers, FL 33001 wvvw.swflsc.com samantha cr swflsc.ccm 51729 Certificate ## FAT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Parks Landscape Maintenance - Solicitation No. 20-7676 - - - - - _.�—�--a-�----tea-: _- �- ---- ---- -----"--�.r. � 1 Certificate Olf Completion Has CompMed a F�oHda Department of Date Expires UPUuivoT,ily of Florida Tnnn�Tnrtation Instilole [I,: cr.:,��i�•�0.:':� F�a•ie: Lai. L:K1% i-ii5131' n! rLOldiil MOT Provider Instructor T .-) Cer ter/University of i"iorida 2'100 NE Waldo Roed Gainesviile. T2cti.ce.ufl-edu dlcpage@ufl.edu Certificate # FD PT For more information about Temporary Traffic Control (TTC) or to verify this certificate i www.motadmin.com M- Parks Landscape Maintenance- SolicitcitiQa Alo. 20-7676 Certificate of Completion Has Completed a RaRidla Department of Transportian ruon Approved Temporary Traffic Ccntro� (TTC) k1errned�eate Course. 0 r:. 12t, 2' Date Expires FDOT Provider # Instructor ? Center/Wiversity of Florida 2100 N - WaIGo Roa. i GGinesville, T 2ci:.ce.ufi edu ciicpage a@ufi.edt? Certificate # FDOrT- Formare information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Parks Landscape Maintenance - Solicitation No. 20-7676 Cert45 ificate of Completion I I � ( a �V P..t a'.. -.i:i Has Completed a Florida Department of ` ransportalJon Approved Temperrar V Traffic Control (TTC) Intermediate Course. 0 r , .-:1. Date Expires ��.E1ni�'. rsiiy of i loridi ;;y 'Inre,�nirtafiu ; Inslilu[e UKfi'I;:S[rY��t ILORIW, DOT Provider # Instructor =' Cer ter/University of Florida -100 N:-. Waldo Roars G2 inesv0a, i 2Ct:.ce.ufl.edu dlcpa:ge@ut!.edu Certificate # F ELOID" For more information about Temporary Traffic Control (TTQ or to verify this certlficate www,motadmin.com Parks Landscape Maintenance - Solicitation No. 20-7676 I Certificate of Completion I Has Completed a Florida Department of � 'Trans porta-Uon Approved Temporary Tr,-af lc Control (TTC) Intermediate Course. Date Expires Urllnivemity of Florida Transliortation Instilu:e CKI\'l itsiry n1 1 LoltIP 1 f=DOT Provider # I nstructor T2 Cernter/University of Florida 2100 N E Waldo Roar.l Gainesvilie. T2&.ce.uf1 edu dkpage@uil edu Certificate # FD04i For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.corn Parks Landscape Maintenance - Certificate of Completion Juan J o Maldonado Has Camp�eted a Monde Department onfl Transportafion Approved Temporary Traffic Contro0 (TTC) �nterrroedate Course. 04/271202/ Date Expires U� Universily ar rlaridl Transportalian lusti(nle LINIVIMsi f Yc,j Fromm w FDOT Provider# Michael Chodalcowsky Instructor T2 Ceder/University of florid@ 2100 NE Waldo Road Gainesville, T2cft.ce.ufl.edu dkpage@ufl.edu Certificate # FDOT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Parks Landscape Maintenance - Certificate of Completion Jonathan S. Miller Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Qntermediate Course. 0 512512 023 Date Expires owbirest Raridir Asafety ouncil Rrr. 209 FDOT Provider # Michael Stone Instructor SOLIthweSt Florida Safety Council 1714 Evans Avenue Fort Myers, FL 33901 www.swflsc.com samanth@@swflsc.com 51730 Certificate # FDOT For more information about Temporary Traffic Control PC) or to verify this certificate www.motadmin.com Parks Landscape Mointenonce- Solicitation No. 20-7676 Certificate of Completion Moises E. Rivera Has Completed a Florida Department of rs� nsportaUon Approved Temporary Traffic Contrro� (TTC) �ntefrmediate Course. 04/27/2021 Date Expires Unh•ersity of Florida Transportation Institute 1 12-C:nssc." urrtetANITYo rt.orroA ,1 U FDOT Provider # Michael Chodakowsky Instructor T2 Center/University of Florida 2100 ICE Waldo Road Gainesville, T2ctt.ce.ufl.edu dkpage@ufl.edu 28503 Certificate # FDOT For more lnformation ahoutTemporary Traffic Control (TTC) or to verify this certificate www,motadmin.com Parks Landscape Mointenonce- Wirirnrinn Nn 2n-7676 Certificate of Completion Robert A. Zielinski Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate (Refresher) 0411812023 Date Expires �* University of Flurida Ur Trarrspurtaiiou InsEil«Er ILvr,l.>'li,rtu}wrtuliwr fi:?rnn5;ty 1,.u� dhr r77r r'... r [1\IVEIdSI'rY rrJPLOR[U:1 36 FDOT Provider # Michael Chodakowsky I nstructor T2 Centers University of Florida 2100 NE Waldo Road Gininesvilie, FL 32609 techtransfer.ce.ufl.edu j.masciocchi@ufl.edu 50439 Certificate # FDOT For more intormation about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Parks Landscape Maintenance - Solicitation No. 20-7676 AP Itt CHARL07TECOUNTY LICENSING CERTIRCATE OF COMPETENCY NOT VALID AFTER0913U12021 Lic. Type: JL LANDSCAPE CCM DBA P&1' LAWN &TRACTOR SERVICE INC Lic. Nbr: AAA-I0-00010 PrTER ZIELINSKI 15980 OLD OLGA ROAD ALVA FLORIDA 33920 Parks Landscape Mointenonce- Solicitation No. 20-7676 CHARLOTTE COUNTY LICENSING `; CERTIFICATE OF COMPETENCY NOT VALID AFTER 0913012021 Lic. 7yl+e L LAWN IR.RIG DBA P & T LAWN AND TRACTOR ._ SERVICE INC i Lic. Nbc: pAA-1$-(}0031 PrTER 7IELiNSKI 159S0 OLD OLGA ROAD ALVA FL 33920 Parks Landscape Maintenance- Solicitotion No. 20-7676 CHARLOTTE COUNTY LICENSING CERTIFICATE OF COMPETENCY } NOT VALID AFTER09130=21 Lic. Type: L LAWN IRRIG DBA P & T LAWN AND TRACTOR SERVICE INC Lic.hbr: AAA-18-00030 JESSICA ZIELINSKI 15980 OLD OLGA ROAD ALVA FL 33920 Parks Landscape Mointenonce- Solicitotion No. 20-7676 2019 / 2020 CHARLOTTE COUNTY LOCAL BUSINESS TAX RECEIPT ACCOUNT 8700 MUST BE DISPLAYED INACONBPICUOU8PLACE EXPIRES SEPTEMBER30,2020 TYPE OF 238115 New Single -Family Housing Const twtion (Except For -Sale Builders) (LAWN IRRIGATI RENEWAL BUSINESS BUSINESS VARIOUS LOCATIONS ADDRESS CHARLOTTE COUNTY, FL 00000 BUSINESS P & T LAWN & TRACTOR SERVICE, INC NAME AMOUNT 35.00 PENALTY 0.00 OWNER P & TTRACTOR SERVICE, INC TEENA & JOHN ZIELIt TOTAL 35.00 MAILING 15980 OLD OLGA RD ADDRESS ALVA, FL 33920 THIS FORM BECOMES A RECEIPr CNLY WHEN VALIDATED Paid 07/25/2014 Receipt 4 996-00002918 35.00 2019/2020 CHARLOTTE COUNTY LOCAL BUSINESS TAX RECEIPT MUST BE DISPLAYED IN A CONSPICUOUS PLACE TYPE OF 23SI16 New Single -Family Housing Construction (Except For -Sale Buttders) (LAWN IRRIGATI BUSINESS BUSINESS VARIOUS LOCATIONS ADDRESS CHARLOTTE COUNTY, FL 00000 BUSINESS P & T LAWN & TRACTOR SERVICE, INC NAME OWNER P & T TRACTOR SERVICE, INC TEENA & JOHN ZIEUt MAILING 15980 OLD OLGA RD ADDRESS ALVA. FL 33920 THIS FORM BECOMESA RECEIPT ONLY WHEN VALIDATED Paid 07/25/2019 Receipt # 996-00002918 35.00 Dear Business Owner: ACCOUNT 8700 EXPIRES SEPTEMBER 30.2020 RENEWAL. AMOUNT 35.00 PENALTY 0.00 TOTAL 35.00 Your 2019 - 202D Charlotte County Local Business Tax Receipt is attached above. Please detach the receipt and display It in a place that is visible to the public and avallable for tnspectiom The Charlotte County Local Business Tax Receipt is In addition to any other Ilcense or certificate that may be required by law and does not signify compliance with zoning, health, or regulatory requirements. The Charlotte County Local Business Tax Receipt Is - non -regulatory and IS not an endorsement of work quality. Your 2019 - 2020 Local Business Tax Receipt is valid from October 01, 2019 through September 30. 2020 . Annul account notices are mailed In June to the address of record at thattime. Any Changes to your Local Business Tax Account due to change of Business Name. Ownerstup, Physical Address or you are Closing your Business please coat our office at 941-743-1350 . VICKIE L. POTTS Charlotte County Tax Collector Parks Landscape Mointenance- Solicitation No. 20-7676 —City of Cape Coral -- ~ Certificate of Competency [+ p *4 � r 8 65583 Date Issued: IRRIGATION SPRINKLER (LAWN) ZIELTNSKI JESSICA P & T LAWN & TRACTOR SERVICE INC I Expiration Date: 09/30/2020 I_ ----_.------------------------- Detach and post bottom portion CITY OF CAPE CORAL CERTIFICATE OF COMPETENCY City of Cape Coral -- 1015 Cultural Park Blvd -- Cape Coral Florida 33990 -- (239) 574-0430 This Certificate expires September 30, 2020 Visit Our Website at www.capecoral.net Location: 1598 OLD OLGA RD Business Phone: (239) 694-4848 State License: Certificate #e 65583 CITY ©F 19 � v ZIELINSKI JESSICA ^`oR`°P V P & T LAWN & TRACTOR SERVICE INC 1598 OLD OLGA RD ALVA. FL 33920 Classification: SPECIALTY IRRIGATION SPRINKLER (LAWN) Date Issued: Amount: JESSICA ZIELINSKI P & T LAWN AND TRACTOR SERVICE, INC. 1.5980 OLD OLGA RD ALVA FL 339200 .---r c'—p� "l��� 'n'eiauvaudl-L--Qum Parks Landscape Mainten, ance- Solicitation No. 20-7676 Certificate of Competency CERT.# 20-00018610 TYPE: IRRIGATION/SPRINKLER CONTRACTOR NOT VALID AFTER: September 30, 2020 http://www.CityofPuntaGordaFL.com/government/building Expired or cancelled insurance automatically inactivates a license. CLASS CODE: 4220 -- ISSUANCE NBR: 201700000545 INSURANCE: ORIG ISM nr-.fnhP.r(l1 MIR EXPIRATION: September 30, 2020 ,r �- i� v :Parks Lpndscope Mointenance .-COL Ak dY�r � i Solicitotion No. 20-7676 CERTIFICATE OF COMPETENCY CERTIFICATION INFORMATION C29277 Ce' dification Information Collier County Board of County Commissioners DBA: P&T LAWN & TRACTOR SERVICE, INC. ADDRESS: 16980 OLD OLGA ROAD ALVA, FL 33920- PHONE: - 2396944M CELL: 2397074610 ' FAX: 2396944848 Va LICENSEE NBR: C29277 QUALIFIER: MARY CONWAY (TEENA) ZIELINSKI TYPE:. IRRIGATION'SPRINKLER CONTR. INSURANCE: General Liability October 05, 2019 Worker's Compensation January 01, 2020 CLASS CODE: 4220 ISSUANCE NBR: 201700000W Date: August 30, 2019 ORIG ISSD: EXPIRATION: October 01,.2018 September 30, 2020 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 ; tAj7QN SPRINKLER CONTR. C29rM.'- LZ 1SMA�LD�'�1�iIX R�A�1:!�' !''t'rl ...:� �'r':. •''.'. "'•`' � �A!,;;�!+iti339�9-:,�!`,tne ,1,:;a�nr•r,;_�tL;i�i��r � i Sinned: �..- .. ...._.... .... _ ......... Parks Landscape Maintenance - COLLIER COUNTY solicitation No. 20-7676 CERTIFICATE. OF COMPETENCY CERTIFICATION INFORMATION C29277 Certification Information ' Collier County Board of County Commissioners Date: August 30, 2019 DBA: P&T LAWN & TRACTOR SERVICE, INC. ADDRESS: 15980 OLD OLGA ROAD ALVA, FL 33920- PHONE: 2396944848 r CELL: 2397074610 FAX: 2396WB48 LICENSEE NBR: C29277 QUALIFIER: MARY CONWAY (TEENA) MELINSKI TYPE: LANDSCAPING RESTRICTED CONTR. CLASS CODE: 4235 ISSUANCE NBR: 29277 .. INSURANCE: ORIG ISSD: EXPIRATION: General Liabllfty October 01, 2018 September 30, 2020 October 05, 2019 Worker's Compensation January 01, 2020 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 t City of Naples contractor iiecasing NG RESTRICTED CONTR. r Ceri'lib up RLY{►it1�1:�s 3'S,2 �11 ii,,, r:?3�13yF:if?.� ,�t;:!C Parks Landscape Mointenonce- Solicitotion No. 20-7676 Florida Department of Agriculture and Consumer Services Pesticide Certification Office SUM MpacMMtt of c ulture Mb fta= This card is your license. it ComnucW Appuaetw Ltcem authorizes you, the license holder, ueLtNstu, Pareioxrr Me=# caMM to purchase and apply Restricted 15M OLD OWA PM 3, �a Use Pesticides (RUPs). Please ALVA,FL. 33920 sign your card and keep it with you lmea: September19,2M7 B=hw. sept=bw3%� when applying or purchasing RUPs. Siswum of I iocascs ADAM H. MWAM, CO MGS IGNER 1LetDpra bavid=1 b r1--d=;krdOQMVhkM dC�a4n. PS.eoad W* eeMcatcm Parks Landscape Mointenonce- Solicitotion No. 20-7676 Florida Department of Agriculture and Consumer Services This card is your license. It authorizes you, the license holder, to purchase and apply Restricted J Use Pesticiiles (RUPs). Please �---- sign your card and keep it with you L when applying or purchasing RUPs. PeRffidde C_AMfirafian CMifk•n ffl%tOa # wfted Oi apt (hut Mb commer &"bias Peffwde Ca Qeaftn Office CoMnser W APPUMtor license Lkcuse N CMU994 ZtMJNSKi FL ROBERTA ofics 2290 BROWN RD 6,3 ALVA, FL 33920 Issued: June27,2017 E:gp1m: June3D,2D21 Sfgaaiuinoftiocasco _..__�_._.._ AD"ILVUTNAKC0MMMt0*A shun4Qwm�.ktothtkmmfmangy,pw hkQ3Qf0M$ff4M.vampmmm�eggt��mMdase pm 'F STATE OF FLORIDA -�mcpltrtlltcnt ai 910rtdture aR'a C0115UnICr erbic¢5 BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires April 24, 2019 LCIO8359 April 30, 2020 i THE COMMERCIAL LANDSCAPE MAINT. HOLDER NAMED BELOW HAS REGISTL-RED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2020 TEENA M ZIELINSKI 15980 OLD OLGA ROAD ALVA, FL 33920 I ► ct�-� NICOLL"NIKK1"F IED,COMM[SSiONER Parks Landscape MGintenonce- S-c4Lc ppL(76kj Xd. 20-7676 7apartmatt of ftriculture All3 CORgumcr �bc['(c5 BUREAU OF LICENSING AND ENFORCEMENT TEENA M ZIELINSKI COMMERCIAL LANDSCAPE MAINT. BOLDER LCIO8359 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING Aprtl 30.2020 r) I CAI, - 41 tAl Signature COMMISSIONER Wallet Card • Fold Herr, BUREAU OF LICENSING S ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE. FLORIDA 32399-1650 Landscape Maintenance- 2019_2Q HENDRY COUNTY BUSINESS TAX RECIpI� n17 Ela ER: Issued by: Patrick B. Langford, HENDRY COUNTY TAX COLL`L&�P RECEIPT EXPIRES 09130/2020 200025B474292 MACHINES ROOMS SEATS EMPLOYEES 48 SUPPLEMENT BUSINESS TYPE: 471458 LAWNITRACTOR SERVICE FR-I ncv, ? I.wlff u5 XRENEWAL HPIM-HY 0"'Ts'TY !,;,'�S - — NEW RECEIP103d _tjuvj L rj1jo1 P & T LAWN & TRACTOR SERVICE, INC �` TRANSFER DATE ZIELINSKI TEENA T i.1 i2A 15980 OLD OLGARD �,• �?F=� ���� ALVA FL 33920 PENALTY 0.00 TOTAL 75.00 LOCATION 2581 BROWN RD ADDRESS: ALVA, FL 33920 X 0000007500 0000007500 0000000000006866 1001 9 SIGN I SNEAK T"TTH*3APPLPCA7YJII FCA REC IT G VAUE FC11 ri1F MtSNatl OR PpCFE5L,04 Pr:SCATC0 I1EA[0IIAROi5 Mit A19 CO"I :T. T F. "PMA'13R LWSTCWPLV%MTX STATE AM LGWL0ADA0= 111CW3110ZDN10. Parks Landscape Maintenonce- -- — --- --- Solicitation No. 20-7676 T 990324 Florida Department of Agriculture and Consumer Services CERTIFICATE OF NURSERY REGISTRATION Section 581.131, F.S. and Rule SS-2.002, F.A.0 1911 S.N. 34th St. P.O. Box 147100, Gainesville, FL 32614-7100 (352) 395-4700 NICOLE "NIKKI" FRIED COMMISSIONER ISSUED TO: P & T LAWN & TRACTOR SERVICE, INC. ZIELINSKI, PET & TEENA 15990 OLD OLGA RD ALVA, FL 33920-3447 REGISTRATION NO.: 48015917 THIS CERTIFICATE EXPIRES: 09/19/2020 FEE PAID: $35.00 DATE ISSUED: 08/02/2019 THIS IS TO CERTIFY that the nursery stock on the premises of the nursery shown hereon has been inspected for plant pests and meets at least the minimum requirements of Section. 581.131, Florida Statutes. THIS CERTIFICATE OF REGISTRATION MUST BE DISPLAYED or in the immediate possession_ of any person engaged in the sale or distribution of nursery stock. FDACS-08002 Revised 05/O5 n NICOLE "NIKKI" FRIED Commissioner of Agriculture Parks Landscape Maintenance- B R �-V�/ARD � � GRATER OK41DO 'ty hx ^ f,�I�T FOOT COUNTY l - !i ,4 IM 1iUl RTY JACKSONVILLE TRANSPOPTATION lEECBUNTYRORTAUTHdiIITY AUTHORITY orm a Unmifoled Certmifoication Program Disadvantaged Business Enterprise (DBE) Certificate of Eligibility MIMI®L1ADE P & T LAWN AND TRACTOR SERVICE INC MEETS THE R EQ UIREMENTS OF 49 CFR, P11 R T 2 6 APPROVED NAICS CODES: 561730 mu ehre Samuel (Sammy) Fehres DBE & Snrrrll Business Development Mrmrrrger Florida Department of Transportation /,Tampa International �: Airport 41'ee Count s�,Etimstr��; A License Holder JESSICA KATHLEEN ZIELINSKI Name: Firm Name: P AND T LAWN AND TRACTOR SERVICE IN Address: 15980 OLD OLGA RD ALVA, FL 33920 Parks Landscape Maintenonce- Solicitation No. 20-7676 LIC2016-00931 lkzielinski26@gmail.com Thank you for assisting Lee County Contractor Licensing in their effort to "Go Green". Please keep this document/file In a safe place as you will not be receiving any additional copies of your license from this office. Be sure to keep your email address current with us at all times. Below please find your Lee County Certificate of Competency. This Certificate will need to be renewed yearly if you wish to perform work in Unincorporated Lee County. Renewal will begin in the middle of August of each calendar year. If you choose to place your license on inactive status please notify this office as soon as possible. Please keep yourself up to date with our departments information by periodically reviewing our website at www.lee-county.com/dcd/contractorlicansing.htm In addition to this Certificate, it is your responsiblity to maintain your workers compensation, general liability Insurance and obtain a yearly business tax receipt from the Lee County Tax Collector while performing work In Unincorporated Lee County. You may email your certificates of insurance to ContractorLicensing@Leegov.com. Our phone number is 239-533-8895. Please send e-mail address and/or telephone changes to ContractorLicensing@Leegov.com IMPORTANT CHANGE PLEASE READ: In an effort to reduce costs and "go green" we will no longer be mailing renewal reminders. If you wish to receive a renewal reminder via email please provide us with your email address along with your case number LIC2016-00931 to ContractorLicensing@Leegov.com. Re: "renewal by email'. ditions of Certificate Renewal due for active and Inactive certificate each year in September. COMP. NO. shall appear on all advertisements including vehicles reflecting a business name. Shall only contract In DIBlA name as it appears on certificate. Board of Approval required on business name changes. cut Hera LEE COUNTY CERTIFICATE OF COMPETENCY (239) 5334895 NAME: JESSICA KATHLEEN ZIELINSKI DIB1A P AND T LAWN AND TRACTOR SERVICE IN LICENSED FOR: Irrigation Sprinkler Cntr COMP. NO.: LS16-OD931 NOT VALID AFTER: 0913012020 Qnndlfions of tiificate Shall maintain required Insurances on active certificates. Shall Inform the Contractor Licensing Offtce of any Address or telephone # change. gnaWm & LICense HaIder fa*Wcren2V ge Count siouf6s[11=w L 7�ori a License Molder PETE J ZIELINSKI Name: Firm Name: P AND T LAWN AND TRACTOR SERVICE IN Address: 15980 OLD OLGA ROAD ALVA, FL 33920 Parks Landscape Mointenonce- Solicitotion No. 20-7676 LI C2008-00752 petezielinskl@comcast.net Thank you for assisting Lee County Contractor Licensing in their effort to "Go Green". Please keep this document/file in a safe place as you will not be receiving any additional copies of your license from this office. Be sure to keep your email address current with us at all times. Below please find your Lee County Certificate of Competency. This Certificate will need to be renewed yearly if you wish to perform work in Unincorporated Lee County. Renewal will begin in the middle of August of each calendar year. If you choose to place your license on Inactive status please notify this office as soon as possible. Please keep yourself up to date with our departments information by periodically reviewing our website at www.lee-county.00m/ded/contractodicensing.htm In addition to this Certificate, it is your responsibl'ity to maintain your worker's compensation, general liability insurance and obtain a yearly business tax receipt from the Lee County Tax Collector while performing work in Unincorporated Lee County. You may email your certificates of insurance to ContractorLicensing@Leegov.com. Our phone number is 239-533-8895. Please send e-mail address and/or telephone changes to ContractorLicensing@Leegov.com IMPORTANT CHANGE PLEASE READ: In an effort to reduce costs and "go green" we will no longer be mailing renewal reminders. If you wish to receive a renewal reminder via email please provide us with your email address along with your case number LIC2008-00752 to ContractorLicensing@Leegov.com. Re: "renewal by email". Conditions of Certificate Renewal due for active and Inactive certificate each year in September. COMP. NO. shall appear on all advertisements Including vehicles reflecting a business name. Shall only contract in Di8/A name as it appears on certificate. Board of Approval required on business name changes. ....Cut Rare. LEE COUNTY CERTIFICATE OF COMPETENCY (239)633-8895 NAME: PETE J ZIELINSKI DIB/A P AND T LAWN AND TRACTOR SERVICE IN LICENSED FOR: Irrigallon Sprinkler Cntr COMP. NO.: LS08-00762 NOT VALID AFTER: 09/3012020 Coriditians of Certiiioate Shall maintain required Insurances on active certificates. Shall inform the Contractor Licensing Office of any Address or telephone # change. gnature of Uceme Holder I Icntd=mn2.rp1 Coo*& Tax Co , for a %fie of pi Dear Business Owner. Local Business Tax Receipt Parks Landscape MointeWM002 Solicitation No. 20-7676 Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 0905016. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, M Lee County Tax Collector ----------------------------------------------------------------------------------------------------- 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 0905016 Location: 15980 OLD OLGA RD ALVA FL 33920 P & T LAWN & TRACTOR SERVICE INC ZtELLINSKI PETE 15980 OLD OLGA RD ALVA FL 33920 Account Expires: September 30, 2020 business PROFESSIONAL. LANDSCAPING COMPANY The business and qualifier on this Business Tau Receipt is "REGISTERED" in compliance with ordinance 08-08. M Payment Information: PAID 328474-65-1 O8R3f201910:50 AM $50.00 9eej C��o'unt� �'OUf�WCl� �F�ON10A UcenseHotder .JESSICA KATHLEEN ZIELINSKI Name: Firm Name: P AND T LAWN AND TRACTOR SERVICE IN Address: 15980 OLD OLGA RD ALVA,-FL 33920 Parks Landscape Maintenonce- Solicitation No. 20-7676 LIC2016-00931 jkzielinski26@gmaii.com Thank you for assisting tee County Contractor t€tensing In their effort to "Go Green'. please keep this documentifile In a safe place as you will not be receiving any additional copim of your Ii©enw fram this office: Be- sure to keep your email address current with us at all times. Below please find your Lee County Certificate of Competency. This Certificate will need to be renewed yearly if you wish to perform work in Unincorporated Lee County. Renewal will begin in the middle of August of each calendar year. If you choose to place your license on inactive status please notify this office as soon as possible. Please keep yourself up to date with our departments Information by periodically reviewing our website at www.lee-0ounty.comfdcdfcontractodicensing.htm In addition to this Certificate, it isyour responsibrAy to maintain your workefs 4=mpensa*M, general U''bilRY insurance and obtain a yearly business tax;;eGa i from the Lee County Tau CoQeclacar while performing work In Unincorporated Lee County. You may email your certificates of insurance to ContractorUcensing@Leegov.com. Our phone number is 239,533-8896. Please send e-mail address and/or telephone changes to ContractorLicensing@Leegov.com IMPORTANT CHANGE PLEASE SAD.: In an effort to reduce costs and "go green" we will no longer be mailing renewal reminders. If you wish to receive a renewal reminder via email please provide tm with your email address along with your case number LIC2016-00931 to ContractorLicensing@Leegov.com. Re: "renewal by email'. .................:...........::::::::......:... I ..................::Cut mere ............:...................................:::. - - :::::::::: ' •,- .y • to : i—Ri Renewal due for active and inactive certificate each year in September. COMP. NO. shag appear on all adverti2emords including vehictes rattecting &business nitre. Shall only contract in D/B/A name as It appears en certificate. Board of Approval required on business name changes. LEE COt7NTY CERTIFICATE OF COMPETENCY (239) 533- M NAME: JESSICA KATHLEEN 7JELINSKI D/B/A P AND T LAWN AND TRACTOR SERVICE IN LICENSED FOR: /rogation Sprinkler Cntr COMP. NO.: LS16-00931 NOT VAUD AFTER. 0913012019 Conditions of CerGllmle Shall maintain required insurances on active certificates. Shall inform the Contractor Licensing Office of :any Address or telephone-4-change. gna a se14M&I rerttrtoerer2.rpr Parks Landscape MGintaLMOM Solicitation No. 20-7676 'eoOlow Tax Co for %aa Local Business Tax Receipt Dear Business Owner: Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 1001452. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, s� i Lee County Tax Collector ---C�ff----------------------- ------- ---------------------------------------------------- ------------------ 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number. 1001452 Location: 15980 OLD OLGA RD ALVA FL 33920 P AND T LAWN 8t TRACTOR SERVICE INC 21ELINSKI PETS J 15990 OLD OLGA RD ALVA FL 33920 Account Expires: September 30, 2020 IRRIGATION / LAWN SPRINKLER CONTRACTOR BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 52847"8-1 08123/201910:50 AM $50.00 Parks Landscape Mointg{idg Solicitation No. 20-7676 Local Business Tax Receipt Tax Co for '94teof'n�a Dear Business Owner! Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 8903963. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year - Sincerely, Lee County Tax Collector ------------------------------------------------------ -------------------------------------- 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8903963 Lamflon: 15980 OLD OLGA ROAD ALVA FL 33920 P & T TRACTOR SERVICE MUNSKIPETSJ 15990 Ol D OLGA RD ALVA FL 33920 Account Expires: September 30, 2020 TRACTOR SERVICE RECEIPT IS NON Paymant Information: PAID 5U47"7-1 08/23/201910:50 AM $50.00 1 -- STATE OF FLORIDA 3epartment of ,21gticulture anD ComMilllcr &Cvblte5 BUREAU OF LICENSEXGAIND E,NFORCEIMIENT pats File Nm Expires , p� Cebruary 19, 2019 t.1,Z31112 Marclr 24.2023 � } THE LTD CONIKERCIAL FERTILIZER_1PPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF } CHAPTER 482 FOR THE PERIOD =IRING: March 21, 2023 ANTONIO BARRERA ALEJANDRO t 15930 OLD OLGA RD I ALVA, I'L 33920 : I� i r)I ntrcaLla •,N[1;I:r" r et1, ca�ln4lss 1avEti 3 STATE OF FLORIDA Department of 01griculturt nab itengumer .lerbiteg BUREAU OF LICENSING AND ENFORCEMENT Date File No.. Expires a June 24, 2015 LF234226 June 23, 2019 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED 13ELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: Julie 23, 2019 MARIO NICOLAS 15980 OLD OLGE RD ALVA, FL 33920 a ADAM H. PUTNAM. CONIMISSIONER STATE OF FLORIDA 3epartntellt of fgritutture aub rtro inner ,%)Prbireo BUREAU OF LICE,NSMG AND ENFORCE TENT Lute File No. Expires 6 Winrcb 18, 2015 LF230880 March 17, 2019 THE LTD COMMERCIAL FERTILIZER APPLECATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: March 17, 2019 FRANCISCO FRANCISCO ` 1598D OLD OLGA RD ALVA, FL 33920 ADAM H. PUTNAM, COMh115510NLR Parks Landscape Mointenonce- Solicitotion No. 20-7676 STATE OF FLORIDA Department of 01gricuiture imb Consumer-erbire5 BUREAU OF LICENSING AND ENFORCEMENT Date FfloNTo. Expires August 16, 2018 LF275358 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOWHAS REGISTERED UNDER TREPROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August I5, 2022 MARIO HUMBERTO CAVIL 15980 OLD OLGA RD ALVA, FL 33920 f ADAM 11. PUTNAM, COMMISSIONER f STATE OF FLORIDA epartltunt of 21gricniture anb Conoumer :�Prrbice5 BUREAU OF LICENSING AND ENFORCEMENT Datc File No. Expires August 16, 2018 LF275348 August 15,2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FORTHE PERIOD EXPIRING: August M 2022 KEVIN DIEGO PABLO 15980 OLD OLGA RD ALVA, FL 33920 ea.�� ADAM li. PUTNAM, COMMISSIONER STATE OF FLORIDA ;0epactatent of Agricuttuce alit Co"Mittler Aberbice5 BUREAU OF LICENSING AND ENFORCEMENT Date File NNO. Expires August 16, 2018 LF275347 August 15, 2622 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 ANGEL M GARCIA-MARTINEZ 15980 OLD OLGA RD ALVA. FL 33920 Parks Landscape Maintenonce- Solicitation No. 20-7676 z _ ADAM H. PUTNAM, COMMISSIONER Parks Landscape Maintenonce- Solicitation No. 20-7676 STATE. OF FLORIDA Zeilartment at 21griculture anb Caugumer serbite5 BUREAU OF LICENSING AND IriyFORCEMENT Date File a No. Expires August 17, 2018 TY275350 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOWAAS REGISTERED UNDER T14E PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 YZAEL COLON HEAVELIN 1598U OLD OLGA RD ALVA, FL 33920 ADA��.wit�+w UTNAM. COM1IMISSIONER STATE OF FLORIDA ;Departlntnt of 9grirulhtre anb Con5mntr ;fzerbitt5 BUREAU OF LICENSING AND ENFORCEMENT Date Tile No. Expires August 16, 2018 LF275359 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 SAMUEL DELEON 15980 OLD OLGA RD ALVA, FL 33920 e.w .7v.«,,.. ADAM H. PU7 NAM, COMriISS10NER 4 STATE OF FLORIDA Deputmcnt of ftricultllre Aub C0115umrr berbicc5 BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 17, 2018 LF275349 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER i NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: Augustly, 2022 - i i BACILIO DIEGO PABLO 15980 OLD OLGA RD ALVA, FL 33920 N b.'�itAMI AD��UTNAM17. COMh11SSIONER STATE OF FLORIDA 3Brpartment of Sgriruthtrt anb Cnn5utner Zrrhirt5 BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 16, 2018 LF275346 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 NICOLAS JUAN MARCOS 15980 OLD OLGA RD ALVA, FL 33920 ela9- ADAM H. PUTNAM, COMMISSIONER STATE OF FLORIDA ii. epartment of Sgricaturr aub Consumer Arrtnrr5 BUREAU OF LICENSING AND ENFORCEMENT Data File 1@o. Expires August 16, 2018 LF275345 August 15, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER TIE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2022 JUAN MALDONDO 15980 OLD OLGA RD ALVA, FL 33920 e�� ADAM H. PUTNAM. COMMISSIONER STATE OF FLORIDA ;3rportinrnt of Agrirtllhtrr anb Con5imirr Zrrilirr5 BUREAU OFLICENSLIG AND ENFORCEMENT Date File No. Expires August 15, 2018 LF275271 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 MOISES RIVERA 15990 OLD OLGA RD ALVA, I-L 33920 Parks Landscape Mointenonce- Solicitotion No. 20-7676 ADAM 11. PUTNAM. COMMISSIONER Mtportmettt of Ogrfrulturt anb anaumer &trbkefi BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 15, Iola LP275271 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING- August 14, 2022 MOISES RIVERA 15980OLD OL(iA RD ALVA. FL 33920 Rej3lTt nad a �rt[iltann� RSUInt ��e BUREAU OF LICENSING AND ENFORCEMENT MOISES RIVERA LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF275271 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FORTHE PERIOD EXPIRING Avgrat 14,Z= Walle&Card - Fold Here � BU"AU OF LICENSING &EW13RCEME1T ARAM H. PUTNA . COMM155iONER TA3125 CONNER BLVD. BL13M 8 LLAHASSE& FWRIDA 32390-1650 STATE OF FLORIDA 3aepartment of 91grktilture anb ftounler §b2rb1ceg BUREAU OF LICMSING AND ENFORCEMENT Date File No. Expires August 15, 2018 LF275270 August 34, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 MANUEL J ROBLES-MARTINEZ 15980 OLD OLOA RD ALVA, FL 33920 ADAM K PUT , OOMMISSiONER STATE OF FLORIDA mepartm a of dockoture imb t1Cmumer OexWag BUREAU OF LICENSING AND ENFORCEMENT Date File No. EXPIM August 15, 2018 LFZ75268 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14.2022 RAFAEL RODRIGUEZBERRIOS 15980 OLD OLGA RD ALVA. FL 33920 STATE OFFLORJDA ftaftad of SuftItule 411b CMUIi1tt ffi tlt9 BUREAU OF LICENSING AND ENFORCEMENT MANUEL 3 ROBLES-MARTINI:Z LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF275270 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING Aupd 14, 2022 Signature BUREAU OF LICENSING & ENFORCEMENT 312S CONNER BLVD. BLDG. 8 TALLAHASSEL FWRIDA =99-1650 STATE OF FLORIDA Dtp=W d Sg[ficutM anU &11 == teg BUREAU OF LICENSIM AND ENFORCEMENT RAFAEL RODRIGUEZBERRIOS LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF275268 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING Augur t 14, 2022 Signature col�Msstoll>:R Wallet Card - Fold Here ADAM H. PUTNA . COMMISSIONER BUREAU OF LICENSING & ENFORCEMENT 3125 CONNERBLVD. BLDO.8 TALLAHASSEE. FLORIDA 32399.1650 Parks Landscape Mointenonce- Solicitotion No. 20-7676 STATE. OF FLORIDA nCpiIrtlileiit of Affrkutturr Iola C011gtllller 9'Erbire$ BUREAU OF LICENSING AND ENFORCEMENT Dale File No. Expires August 15, 2018 LF275270 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 MANUELJ ROB LES-MARTINEZ 159811 OLD OLGA R D ALVA. FL 33920 ADAM H.PUTNAh1. COh1AflSSIONER STATE OF FLORIDA Dtpartlntlit of z1griculttae allb Con5umrr crhirr5 BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 15, 2018 LF275268 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW EAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 RAFAEL RODRIGUC•ZBERRIOS 15990OLD OLGA RD ALVA. FL 33920 ADAM IL PUTNAM. COhihtISSIONER Parks Landscape Maintenance- • Solicitation No. 20-7676 STATE OF FLORIDA j8tltartment of glyieulture aub Cangutner 6blrbit" BUREAU OF LICENSING AND ENFORCEMENT Date Pile No. Expires Apr119, 12019 LMOSSO March 17, 2023 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDEk THE PROV1510NS OF CHAPTER 482 FOR THE PERIOD EXPIRING: Mu'ctk 17, 2023 FRANCISCO FRANCISCO I59BO OLD OLGA RD ALVA, FL 33920 jI NCOLE"NIKKI" AED,COMMISSIONER MnM� STATE OF FLORIDA ;arpartmcnt of 29drulture aub collounter gprrtlicco SUREAU OF LICENSING AND ENFORCEMENT File No. Expircs Date LV234226 ,tune 23, 2023 April 15, 2019 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER UNDERNAMEDER ABpFOR THE PERIOD I:XPIRDVG: J� pROVI23,, 20 3IONS OF CH APT MARIO NICOLAS 1598o OLDOLGA RD ALVA, FL 33920 NICOLEU KKI'F EA.COMM155IONER Parks Landscape Mointenonce- Solicitotion No. 20-7676 STATE OF 11.0111D.% �C(!al'tlllCllt Of ggrirllltttre jub C011gmurr Ar this, BUREAU OF LICENSING AND I.NFOIICEiNIENT Date File No. L'spires August I6, 2018 LF273349 AnRust I5, 2022 'l'HE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NA41L'D BELOW IIAS REGISTERED UNDER THE PROVISIONS or Cl-IAPTER 492 FOR THE PERIOD EXPIRING: August li, 2022 BACILIO DIEGO PABLO 15980 OLD OLGA RD ALVA. FL 33920 AD 01114. PUTNAM. CImmass1O\ER STATE OF FLORIDA 3arpartilltnt of 91[grintlturc ana Cnummirr 6rrbirc$ BUREAU OF LIC)NSING AND E,NFORCLMENT Date rile No. Expires August 15.2018 LF275260 August 14,2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER T13E PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 i ENRIQUE MATH 15980 OLD OLGA RD i ALVA. FL 33920 ADAM H. PUTNAAI. COti1AiISSIONER 7 I STATE OF FLORIDA ;)tpartmtnt of 59grirttttnrr nab Congmatr .6trltiteg BUREAU OF LICENSING AND ENFOItCERTENT Date Fla No. Expires August 15, 2018 i.F275266 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF S CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 GUADALUPE ROJOP ORDONEZ 119KU OLD OLGA RD ALVA, FL 33920 ADAM H. PUTNAM. COMMISSIONER IDepartntent of .9y rulturr nub Coll mmer brrUirc5 BUREAU OF LICENSING ACD ENFORCEMENT Parks Landscape Mointenonce- Solicitotion No. 20-7676 Date File No. Expires August 15, 2018 LV275267 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER :NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 34, 2022 VICTOR ROSADO 15980OLD OLGA RD ALVA.I'L 33920 ��.c..- ADAM I•!. PUTNA i. COMMISSIONER STATE OF FLORIDA ;3 partltitllt of f trkutWc a11t1 C0115111nEr �§tl'tllro BUREAU OFI.ICENSING AND ENFORCEMENT Date File NO. Expires August 15, 2018 L17275263 August 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 14, 2022 JORGE TORRES GARCIA 15980 OLD OLGA RD ALVA, ILL 33920 ADAM H. PU'rNA 1. CUMh11SSiONER STATE OF FLORIDA DrIhzrtment d Agrirulturr ana Con5m irr ScrUires BUREAU OF LICENSING AND ENFORCEMENT Date File No. rixpires February 11, 2019 LF231111 plarch 24, 2023 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THEPROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: March 24, 2023 RODERT ANTHONY ZIEUNSKI D 4� 2250 BROWN RD ALVA. FL 33920 rn I CYU NICOLE'NIKKI' FRIED, COMMISSIONER Parks Landscape Maintenance - Solicitation No. 20-7676 Woman Business Certification P & T Lawn & Tractor Service Is certified under the provisions of 287 and 295.187, Florida Statutes. for a period from: 05/14/2019 0 05/14/2021 Uf R. SaVs% Sacreta.'j Florida Department of Vanagement serr,:---es `y office of supplier Office cat Supplier Diversity - 40' Esplanade Way, suite 380 • raiLar.as5ee, FL 32399 • 850-487-0915 9 w•.rw_dms.myflartQa.comros� Parks Landscape Maintenance - Solicitation No. 20-7676 C -V ti, '9 a M C Tp a r I ave U to raf 11 a, r T a t t o n Robert Zielinski/P & T Laren & Tractor Service, Inc. U T it oTT Ll R 11U D LG Da.ao.IZc ipgo Oamto � (D�a a-M1, 2•Yi'la 11-I.1- .�'.11Il Eli. �. y 1 1I 1II11-Ilau�: ] November 9, 2014 FL) - ... ,�TRESS Number BT 1 9-004 8 16.D.5.k PROFESSIONAL SERVICE AGREEMENT # 20-7676 for PARKS LANDSCAPE MAINTENANCE THIS AGREEMENT, made and entered into on this day of 20 20 , by and between P&I Lawn & Tractor Service. Inc authorized to do business in the State of Florida, whose business address is 15980 Old Olga Road. Alva. FL 33920 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: The Agreement shall be for a three (3 ) year period, commencing ❑■ upon the date of Board approval E Ur UH and terminating 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 Fn7 Purchase Order ❑ Netiee to oreeeed ❑ WOOF 9rde 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions ❑ Request f„r Proposal IDCD\ ❑ Invitation to Bid (ITB) 0 Other Invilationfor Qualifications (lFo ) # 20-7676_ , 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 I of 14 Professional Smicc Agreement a2019_01 l 'jL ri t Packet Pg. 988 2 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. 32 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement_ 3.3 0 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. Iti •lll II�I�li1� � 3 5 ❑■ The County reserves the right to specify in each Request for Quotations: the period of completion: collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. THE AGREEMENT SUM The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology 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): 0■ 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. brc-vvva i rrc cv ien Page 2 of 14 Nroressional Service Agreement #2019.011 Packet Pg. 989 F-I- - - -s e - 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. 4 A ❑ Tray buf ah 1�c-,PeT.5es; TFave�- a n d e 0 rn sa bfe €x r> ses irayel expenses sshial'De reimbursed as nee SeGtlen 112.061 Fla__L.tafs_ RemmbuFserneRtS shall be at the fe!!E)W*Rg Fates� $-feakfa t $6--89 1 ' nip "noted to tourist er Goa h Glans fare Rental en al etual rental rest limited -to -compact e standaFd sire uehiGles Lebgip@ Astuat se&t of lodging a-t &Ogle nrGUpancy rate with a nap of no mere z.u1✓ v+ +w +�+v+c, Reimbursable items otheF than tFayel expenses shall be limited to the follovVina- telephen lGRg distance charges _ fax e{->�' bur�^tiab! r + will tea G itemswtpr shall hn n� i ra -'vrreceipts. r h-a up(JeFtakeR pursuant to this Agreement. 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 Pa,e 3 (WI 4 Prolcssional Service Agreement 92019.011 Packet Pg. 990 16.D.5.k 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: P&T Lawn & Tractor Service, Inc Address: 15980 Old Olga Road Alva, FL 33920 Authorized Agent: Teena Zielinski Attention Name & Title: President Telephone: (239) 694-4848 E-Mail(s): ztepet@comcast.net 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: Barry Wiliams Division Name: Parks and Recreation Address: Administrative Agent/PM: Telephone: E-Mail(s): 15000 Livingston Rd Naples, FL 34109 Matt Catoe Operations Analyst matt.catoe@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 Page 4 of t4 Professional Service Agreement 92019-0 11 Packet Pg. 991 16.D.5.k all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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. ■W 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. Fs-1 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. I 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 $ 500,000 for each accident. Pale 5 or 14 Professional Service Agreement N2019-01 Packet Pg. 992 D. ❑ Prefessionai-Uabiit+t this OnSUFaRGe. SUGh iRGUFaRee shall haye limits of not less than $ eaGh GlaiFn _a t: andaggregate. and rL E- ❑ gaber--WttFFFty! oyeFage shall haye r inimm limits of _ $ Per eeel� .� .�. •+ F—❑ TeGhnolesm i�r ,� -Coverage" l a m+vi tam - li +ts e# Q -per eEcIrre n ee- Iimits Of $ peF eGGHFFefl 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 Commerciai 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 shalt 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 Page 6 of 14 Professional Service Agreement P201v-U I I Packet Pg. 993 16.D.5.k rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Parks and Recreation 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), ❑■ Exhibit A Scope of Services, ❑ RFP ❑ lTB/FW_1 Other Invitation for Qualifications # 20-7676 , including Exhibits, Attachments and Addenda/Addendum, 0 subsequent quotes, and ❑ Other Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box will 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. Page 7 of 14 Professional Service Agreement 02019-011 ,r1 Packet Pg. 994 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 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. Page $of14 Professional Service Agreement #2019-011 � t r Packet Pg. 995 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 shalt/ have the discretion to uniiaterally 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. 22. 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. 23. 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. 24. 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. 25 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. 26. ❑ KEY PERSONNEL. projeet shall be kRE)Wledgeable in th e F areas of expertise. The Cow* Feserves available fer an amount of time adequate to. -meet the Fecluired seFy*ce dates. The GontfaGte shall nat change Key PeFsenRel unless the­4ollowiR j Gondi ions are met� (1) PFG tI- ake Pace 9 of 14 Prolessional Sc" ice Agreement #2019-011 Packet Pg. 996 V 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. 27 0 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. ❑ ORD€R-OF-PRECEDEN Grant-Funde e event Of a en-&F�9 eced'eni ever the 4ermc of _I othe be resolved by appliGation ef the SupplemeRtal ' 'tflrte445 28. 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. 29, 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 Page 10 of 14 Pruii•ysiunnl Scn'ir:Agrccmem 92019-01] Packet Pg. 997 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 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. (Intentionally left blank -signature page to follow) Page l 1 of 14 Professional Service Agreement #2019-U11 Packet Pg. 998 16.D.5.k IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. Crystal Kinzel, Clerk of Courts of the Circuit Court & Comptroller Dated: (SEAL) Contractor's Witnesses: c�rn� ontracto s First Witness TType/print witness name'` Contractor's Second Witness ja1 mio 4lexviclno TTypelprint witness name T Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA IN Burt L. Saunders . Chairman P&T Lawn & Tractor Service, Inc Contractor By: Oignature Teem 71 TType/print signature and title" Pige 12 of 14 I'r<)t s+inrtal Scn ice Agreement 42019-01 I 1� Packet Pg. 999 Exhibit A Scope of Services ❑■ following this page (pages 1 through ) ❑ this exhibit is not applicable Page 13 of 14 Professional Service Agreement #t2019-011 Packet Pg. 1000 IFQ# 20-7676 "Parks Landscape Maintenance" EXHIBIT A SCOPE OF SERVICES WORK ASSIGNMENTS All projects will be quoted to the qualified vendors using lump sum pricing. Quotes must be received within ten (10) business days or within timeframe dictated by project manager for non -urgent work requests. TECHNICAL SPECIFICATIONS The award is to include, but not limited to, mowing, edging, blowing/street cleaning, weeding, general site trimming, and trash removal at Collier County Regional, Community, & Neighborhood Parks. 1. Mowing and Edcinu Prior to mowing, Contractor shall be responsible in the removal and disposing of all trash and debris which includes, but not limited to, palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, shrubbery, and other miscellaneous objects on the ground in the service area to include the right-of-way. The number of mowing services may be modified by the County's Field Supervisor or designee depending upon seasonal conditions. • Mowing and edging shall include park medians and areas along the outside edge of the sidewalks of N adjacent properties, if existing, which are not currently maintained by the property owners. Contractor shall ensure all trash and debris is disposed of the same day and areas with pavement and curbing shall be clear of all grass clippings from mowing. a, TL • Swale areas must be mowed throughout the entire year. If mowing is not possible and the swales are full 00 of water, the swales must be addressed at every service to reduce the height of the weeds to 12" above the water. Li 0 • Grass shall be cut at the height of 3 1/2" for Bahia and 4" for St. Augustine. • Edging is required in all turf areas around isolated trees, valve boxes, shrubs, signposts, utility holes, etc. 06 c 3: where they exist. All debris on streets, sidewalks, or other areas, resulting from edging, shall be removed. No herbicide shall be used for edging. a • Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, street light bases, signposts, headwalls, guardrails, N timer pedestals, posts, and trees. a� • Swales and dry retention areas must be mowed and weed trimmed. A full singular mowing service shall include trash removal, mowing, and edging of the entire project.° a • Side of the road, a full mowing service shall include: side of the roadway mowing and edging, all Swale areas, and side of right-of-way trash removal. Exhibit A Page I of 4 Packet Pg. 1001 • Mowing ahead signs are required when mowing is being completed. 2. Trash Removal Before mowing turf areas, the Contractor shall remove all debris trash from the service site. • Park trash removal for each service for all site areas shall be cleaned by removing all trash or debris which shall include, but not limited to the following: paper, bottles, cans, other trash, and horticultural debris. • Disposing of trash and debris must beat a proper landfill or disposal site. 3. Street Cleanine Sidewalks, curbing, and gutters to include the four (4) foot area from the face of the gutters and curbs, turn lanes, medians, and sidewalk areas shall be cleaned the same day as the mowing service to remove any accumulation of debris or objectionable growth to maintain a neat and safe condition. Sidewalks shall be blown clean. Grass clippings or other debris shall not be blown on other adjacent property or accumulate on right-of-way areas, paved areas, traffic, or roadways. Blowing shall be directed toward the existing landscape median or grass. 4. Weeding Weeding of plant beds, sidewalks (asphalt, concrete paver), guardrail bases, curb joints and other mulched areas by chemical and/or hand removal and must be performed weekly or as necessary to provide a weed -free and well -maintained area. Blue tracker is required when spraying non -selective herbicide (Glyphosate). ➢ Must be a Florida Pesticide Licensed Applicator. 5. General Site Trim min /Prunin General site pruning shall be defined as the pruning of any plant's foliage height that is ten feet (10') and below. a) Shrub pruning should be done at a minimum of every 6-weeks throughout each Park for all shrub types that require pruning so that landscape gives the appearance of continuity throughout that Park project area. b) Groundcovers and shrubs shall be maintained at the required height as specified by the County's Project Manager or designee up to a maximum height of thirty-six inches (36"), with the exceptions of sight windows when the height needs to be maintained at a maximum of eighteen thru twenty-four inches (l 8"- 24"). c) Shrubs and plant material shall not grow over the curbing and into the roadway or parking area, d) Shrubs and trimming, as described above must be completed in order to submit an invoice for payment. 6. Miscellaneous and Landscape Maintenance Responsibilities a) if plants, shrubs, trees, grass or foliage die due to neglect or damaged by the Contractor as determined by the County's Project Manager and/or designee, they shall be replaced at the Contractor's expense. b) The Contractor shal I provide ramps or other devices to gain access over the curb in all parks. The curb or turf areas shall not be damaged due to gaining access, or they will be furnished and replaced at the Contractor's expense. Exhibit A Page 2 of 4 Packet Pg. 1002 c) It shall be the Contractor's responsibility to notify the County's Project Manager or designee of any maintenance problems or additional maintenance needs. d) The Contractor shall perform inspections on all plants, shrubs, trees, and grassy areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the County's Project Manager or designee should a disease or infestation be found. e) If a harmful pest is identified and needs treatment, quotes arc required to be approved by Parks Field Supervisor or Project Manager before any treatments. f) The Contractor shall have a singular point of contact with cellular phone and e-mail for on -site and offsite communication to communicate with the County's Project Manager or designee. The Field Supervisor or designee must be able to meet on -site when requested and must be able to answer any questions regarding the landscape maintenance for the specifications herein. If the Contractor is unavailable there must be a secondary person who can be available to answer questions and/or make decisions. 7. Utilities Contractor shall be responsible for exercising caution while in the vicinity of utilities. Any damage to utilities will be the Contractor's responsibility. It is the contractor's responsibility to call Sunshine8l l (81 l or 1-800- 432-4770) before starting any digging project. 8. Maintenance of Traffic (MOT) MOT may be requested on an "as -needed basis." Contractor shall comply with the requirements of the County's Maintenance of Traffic (MOT) Policy. • Upon approval of a MOT Plan and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc., the lane may be restricted from traffic. 9. E ui ment Requirements The equipment utilized shall be in good working condition, properly maintained, and designed and manufactured for the work required in the specifications. It shall be equipped with all safety devices available and must be properly maintained. The crews must be trained to safely use the equipment. • Equipment List: Provide a list of all company -owned and leased equipment for this contract. 10. Crew Communication Contractor shall provide a qualified English-speaking crew leader/supervisor which shall be present and readily available to Division personnel and during business hours of operation at the worksite. • Contractor Project Manager or designee shall be a singular point of contact with cellular phone and e- mail for on -site and off -site communication. • They must be able to meet on -site when requested and must be able to answer any questions regarding the work. Exhibit A Page 3 of 4 Packet Pg. 1003 1 I. Uniforms and Identification Bad es: The Contractor's employees shall be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The uniform shall consist of a logo shirt and matching long pants. The contractor's employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. Any employee found without a badge and full uniform will be sent home and the Contractor shall be fined $100 per day per incident. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. The front of the employee identification badge shall have the employee's photo, the employee's name: and the Contractor's company name. Exhibit A Page 4 of 4 Packet Pg. 1004 Other Exhibit/Attachment Description: ❑ following this page {pages through _} ❑■ this exhibit is not applicable Page 14 of 14 Professional Service Agreement N2019-011 Packet Pg. 1005 1 16.101.5.1 1 ACCOR E CERTIFICATE OF LIABILITY INSURANCE I DATE IN 2020 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: Mary Kay McKeand Chapman Insurance Group, LLC PHONE FAX 2455 Tamiami Trail A/C No Ext : 9413474707 A/C No): 8885596583 Port Charlotte FL 33952 ADDRESS: commercial@cigflorida.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Southern -Owners 10190 INSURED P&TLAWN-01 INSURER B : Owners 32700 P&T LAWN & TRACTOR SERVICE, INC AND P&T PEST MANAGEMENT INSURERC: 15980 OLD OLGA RD INSURER D ALVA FL 33920 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 1810724075 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 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 POLICYNUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 20503122 10/5/2019 10/5/2020 EACH OCCURRENCE $1,000,000 F_V� CLAIMS -MADE OCCUR DAMAGE PREM SES� RENTEa o_cur ence $ 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 5050312201 10/5/2019 10/5/2020 COMBINED SINGLE LIMIT Ea accident $ 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 LXNON-OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR 5050312200 10/5/2019 10/5/2020 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 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 $ A INLAND MARINE 20503122 10/5/2019 10/5/2020 RENTED EQUIPMENT 100,000 SCHEDULED EQUIP. 197,271 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTOMATIC ADDITIONAL INSURED STATUS AND AUTOMATIC WAIVER OF SUBROGATION APPLIES TO CERTIFICATE HOLDER WITH REGARD TC GENERAL LIABILITY AND AUTO. RE: Collier County Board of County Commissioners for additional insured for 20-7676 "Parks Landscape Maintenance. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS, OR BOARD OF COUNTY COMMISSIONERS IN COLLIER COUNTY, OR, COLLIER COUNT GOVERNMENT, OR, COLLIER COUNTY INCLUDED AS AN ADDITION INSURED UNDER THE CAPTIONED COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES ON A PRIMARY AND NON-CONTRIBUTORY BASIS IF AN TO THE EXTENT REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION Collier County Board Of County Commissioners 3295 Tamiami Trail East 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 A —A a r a ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1006 Dal 16.D.5.1 CERTIFICATE OF LIABILITY INSURANCE 4/30 Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no rights 2739 U.S. Highway 19 N. upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below. Holiday, FL 34691 Insurers Affording Coverage NAIC # (727) 938-5562 Insured: South East Personnel Leasing, Inc. & Subsidiaries Insurer A: Lion Insurance Company 11075 InsurerB: 2739 U.S. Highway 19 N. Insurer C: Holiday, FL 34691 Insurer D: Insurer E: Coverages 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 y 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. Aggregate limits shown may have been reduced by paid claims. INSR ADDL Policy Effective Policy Expiration Date Limits LTR INSRD Type of Insurance YP Policy Number Y Date S (MM/DD/YY) (MM/DD/YY) GENERAL LIABILITY Each Occurrence 6 d Commercial General Liability 0. Damage to rented premises (EA Claims Made Occur occurrence) N Med Exp C Personal Adv Injury J General aggregate limit applies per: � Policy ❑ Project ❑ LOC General Aggregate L d Products - Comp/Op Agg ti AUTOMOBILE LIABILITY Combined Single Limit �p ti (EA Accident) 6 �' Any Auto N Bodily Injury All Owned Autos (Per Person) Scheduled Autos M Hired Autos Bodily Injury (V Non -Owned Autos (Per Accident) 0) Property Damage V C (Per Accident) 3 EXCESS/UMBRELLA LIABILITY Each Occurrence = Occur ❑ Claims Made Aggregate iI O Deductible t� 0 CID A Workers Compensation and WC 71949 01/01/2020 01/01/2021 x I WC Statu- OTH- Employers' Liability tory Limits ER 6 E.L. Each Accident $1,000,000 Any proprietor/partner/executive officer/member 3 excluded? NO J E.L. Disease - Ea Employee $1,000,000 If Yes, describe under special provisions below. ~ 06 E.L. Disease - Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 It — Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 90-67-744 c Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": N P&T Lawn & Tractor Service,Inc Coverage only applies to injuries incurred b South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL. 9 Y pP J Y 99 d E Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. s 0 A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or email certificates@lioninsurancecompany.com r Project Name: Q ISSUE 04-30-20 (AR) Begin Date:6/12/2019 CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COUNTY COMMISSIONER Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. 3295 TAMIAMI TRAIL E _ - - NAPLES, FL 34112 Packet Pg. 1007 Collier County Solicitation 20-7676 Solicitation 20-7676 Parks Landscape Maintenance licitation Designation: Public ceofleer COU14ty Collier County 11 /22/2019 10:17 AM I P. 1 Solicitation Number 20-7676 Solicitation Title Parks La Collier County Solicitation 20-7676 Parks Landscape Maintenance dscape Maintenance Solicitation Start Date Nov 4, 2�19 11:51:15 AM EST Solicitation End Date Dec 4, 2 19 3:00:00 PM EST Question & Answer End Date Nov 22, 019 5:00:00 PM EST Solicitation Contact Sue Zim erman Procurement Strategist Adminis rative Services 239-252 8034 Suezim erman@colliergov.net Contract Duration 3 years Contract Renewal 2 annual renewals Prices Good for 180 days Solicitation 20-7676 Solicitation Comments 20-7676 - Oarks Landscape Maintenance Collier Coi my Parks and Recreation is responsible for various County -owned Regional, Community, & Neighbor Parks throughout Coliier County. In order to maintain operations of these facilities, the County in nds to quality a pool of vendors to complete various landscape maintenance projects. Added on Iov 14, 2019: Addendu # 1 — 20-7676 — Parks Landscape Maintenance 20-7676 — Addendum #1 — List of Parks Facilities - Attached i a list of various Collier County Park Facilities but this i$ not exhaustive of all of the facilities that may be inc luded in the future. Addendum # 1 [New Documents 20-7671 20-7671 - Addendum 1.pdf - Addendum 1 Collier County Park and Recreation Facility List. pdf Item Response Form Item 20-7676- 01-01 - 20-7676 - Parks Landscape Maintenance Quantity 1 project Prices are not requested for this it Bm. Delivery Location Collier County 1. Procurdment Services 3295 E. T miami Trail 11/221201910:17 AM p. 2 Collier County Solicitation 20-7676 Building C Naples FL 34112 Qty 1 Expecte Expenditure $1.00 Description 20-7676 - Parks Landscape Maint nance Qualify Pool of Vendors 11/22/2019 10:17 AM p• 3 Collier County Solicitation 20-7676 .a This solicitation to this document subsequenta co lEY i✓01414tY Administrative Services Dcpa! ment Froca eme,ni Ser ce, v ,sw> r. COLLIER COUNTY OF COUNTY CO SIONERS ATION FOR QUALIFICATION (IFQ) FOR 'ARKS LANDSCAPE MAINTENANCE SOLICITATION NO.: 20-7676 ZIlVIMERMAN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8034 Sue.Zimmerman@colliercountyfl.gov!, (Email) tent is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations by the Vendor may be grounds for rejection of proposal, cancellation of any or any other legal remedies available to the Collier County Government. 11/22/2019 10:17 AM I p. 4 Collier County SOLICITATION PUBLIC NOTICE Solicitation 20-7676 INVITATION FOR QU LIFICATION NUMBER: 20-7676 PROJECT: PARKS LANDSCAPE MAINTENANCE PRE -PROPOSAL C NFERENCE: NO PROPROPOSAL MEETING LOCATION: N/A IFQ OPENING DA "E/TE%IE: December 3. 2019 at 3:00nm PLACE OF 7 OPENING: PROCUREMENT SERVICES DIVISION 3295 TAIyIIAMI TRAIL EAST, BLD C-2 NAPLES, FL 34112 All proposals shall be submit ed online via the Collier County Procurement Services Division Online Bidding System: tili ?itiS ii l:tlPllil'.11t ll ! k INCRODUCTION' As requested by the Parks and Recreation Division (hereinafter, the "Division or Depastment"), the Collier County Board of County Commissioners Procurement erviDivision (hereinafter, "County") has issued this Invitation for Qualification (hereinafter, "IFQ") with the intent of obta m gces proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attache The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitati Commissioners Procurement Parks and Recreation does not the fiscal year, as needed. His of future buying patterns. may be used by other County departments once awarded according to the Board of County y have a fixed -term contract for annual landscape maintenance, but has bid out projects through , County departments have spent approximately $125,000; however, this may not be indicative Collier County Parks and Re reation is responsible for various County -owned Regional, Community, & Neighborhood Parks throughout Collier County. In order to maintain operations of these facilities, the County intends to qualify a pool of vendors to complete various landscape ma' tenance projects. Service Intervals Services shall be performed on an as -needed basis for service locations unless otherwise specified by the Division Project Manager or designee. 31.7,7i Ell &SIllev I RX" I The contract term, if an awardO is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices fir shall remain m for the initial erm of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure The intent of this solicitation is o qualify between three (3) and five (5) vendors to complete various landscape maintenance projects in Regional, Community, & Z borhood Parks. All projects will be quoted to the qualified vendors using lump sum pricing. Quotes must be received within t10) business days or within timeframe dictated by project manager for non -urgent work requests. The County Manager, or desi eel may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one h dred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to ex nd the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. Technical Specifications The below specification is tonclude, but not limited to, Park mowing, edging, blowing/street cleaning, weeding, general site 11/22/2019 10:17 AM I p 5 trimming, and trash removal at Collier County Community, & Neighborhood Parks. Solicitation 20-7676 Mowing and Edging Prior to mowing, Contractor shall be responsible in the removal and disposing of all trash and debris which includes, but not limited to, palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, shrubbery, and other miscellaneous objects on the ground in the service area to include the right-of-way. The number of mowing services maybe modified by the County's Field Supervisor or designee depending upon seasonal conditions. • Mowing and edging shell include park medians and areas along the outside edge of the sidewalks of adjacent properties, if existing, which are not currently maintained by the property owners. Contractor shall ensure all trash and debris is disposed of the same day and are with pavement and curbing shall be clear of all grassclippings from mowing. • Swale areas must be mowed throughout the entire year. If mowing is not possible and the swales are full of water, the swales must be addressed at ev ry service to reduce the height of the weeds to 12" above the water. • Grass shall be cut at the height of 3 '/2' for Babia and 4" for St. Augustine. • Edging is required in all turf areas around isolated trees, valve boxes, shrubs, signposts, utility holes, etc. where they exist. All debris on streets, sidewalks, or other areas, resulting from edging, shall be removed. No herbicide shall be used for edging. • Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility servi e boxes, street light bases, signposts, headwalls, guardrails, timer pedestals, posts, and trees. • Swales and dry retenti n areas must be mowed and weed trimmed. A fuil'singular mowing service shall include trash removal, mowing, and dging of the entire project. • Side of the road, a full owing service shall include: side of the roadway mowing and edging, all swale areas, and side of right of --way trash rem val. • Mowing ahead signs ar required when mowing is being completed. Trash Removal Before mowing turf areas, the • Park trash removal for not limited to the follo • Disposing of trash and Street Cleaning Sidewalks, curbing, and g' sidewalk areas shall be cle to maintain a neat and safe Sidewalks shall be blown c of -way areas, paved areas, Weeding Weeding of plant beds, sideN hand removal and must be pe when spraying non -selective ➢ Must be a Florida General site pruning shall be actor shall remove all debris trash from the service site. service for all site areas shall be cleaned by removing all trash or debris which shall include, but paper, bottles, cans, other trash, and horticultural 'debris. must be at a proper landfill or disposal site. to include the four (4') foot area from the face of the gutters and curbs, turn lanes, medians, and the same day as the mowing service to remove any accumulation of debris or objectionable growth Grass clippings or other debris shall not be blown on either adjacent property or accumulate on right - or roadways. Blowing shall be directed toward the existing landscape median or grass. (asphalt, concrete paver), guardrail bases, curb joints and other mulched areas by chemical and/or led weekly or as necessary to provide a weed -free and well -maintained area. Blue tracker is required icide (Glyphosate). Licensed Applicator. as the pruning of any plant's foliage height that is ten feet (10') and below. • Shrub pruning should a done at a minimum of every 6-weeks throughout each Park for all shrub types that require pruning so that landscape give the appearance of continuity throughout that Park project area. • Groundcovers and s bs shall be maintained at the required height as specified by the County's Project Manager or designee up to a maximum height of thirty-six inches (36"), with the exceptions of sight windows when the height needs to be maintained at a maxirr um of eighteen thru twenty-four inches (18"- 24"). 11122/201910:17 AM I P. 6 Collier County Solicitation 20-7676 • Shrubs and plant mater�al shall not grow over the curbing and into the roadway or parking area. • Shrubs and trimming, al described above must be completed in order to submit an invoice for payment. If plants, shrubs, trees, grass �r foliage die due to neglect or damaged by the Contractor as determined by the County's Project Manager and/or designee, they shall be replaced at the Contractor's expense. The Contractor shall provider ps or other devices to gain access over the curb in 411 parks. The curb or turf areas shall not be damaged due to gaining access or they will be furnished and replaced at the Contractor's expense. It shall be the Contractor's responsibility to notify the County's Project Manager or designee of any maintenance problems or additional maintenance needs. rr The Contractor shall perform spections on all plants, shrubs, trees, and grassy areas for disease or insect infestation during each week's service to the site. Th Contractor shall immediately notify the County's Project Manager or designee should a disease or infestation be found. • If a harmful pest is ide4tified and needs treatment, quotes are required to be approved by Parks Field Supervisor or Project Manager before any tre tments. The Contractor shall have a s gular point of contact with cellular phone and e-mail for on -site and offsite communication to communicate with the County' Project Manager or designee. The Field Supervisor or designee must be able to meet on -site when requested and must be able t answer any questions regarding the landscape maintenance for the specifications herein. If the Contractor is unavailable there must be a secondary person who can be available to answer questions and/or make decisions. Utilities Contractor shall be responsible responsibility. It is the contract MOT may be requested on an Traffic (MOT) Policy. • Upon approval of a the lane may be res Equipment Requirements The equipment utilized shall required in the specifications. must be trained to safely use t • Equipment List: Crew Communication Contractor shall provide a qua personnel and during business • Contractor Project off -site communic� • They must be able to The Contractor's employees be neat and clean in anneara The contractor's employees employee found without a incident. No employee or supervisor exercising caution while in the vicinity of utilities. Any damage to utilities will be the Contractor's s responsibility to call Sunshine8l 1 (811 or 1-800-432-4770) before starting any digging project. basis." Contractor shall comply with the requirements of the County's Maintenance of Plan and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc., from traffic. in good working condition, properly maintained, and designed and manufactured for the work t shall be equipped with all safety devices available and must be properly maintained. The crews equipment. a list of all company -owned and leased equipment for this contract. English-speaking crew leader/supervisor which shall be present and readily available to Division 3 of operation at the worksite. or designee shall be a singular point of contact with cellular phone and e-mail for on -site and on -site when requested and must be able to answer any questions regarding the work. 1 be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall The uniform shall consist of a logo shirt and matching, long pants. also wear an identification badge, provided by CollierCounty, in plain sight and at all times. Any ;e and full uniform will be sent home and the Contractor shall be fined $100 per day per be allowed to work in a County facility without a proper uniform and a County identification badge. 11/22/2019 10:17 AM p. 7 Collier County Solicitation 20-7676 The front of the employee name. 1.1 The Proposers will Development of Sh The Proposers will scored by the COU library for services, information after gr qualifications and s 1.2 The COUNTY will 1.3 The intent of the scori staffing and organizat 1.4 The intent of the oral discussions with the '. 1.5 Based upon a review clarifying questions, badge shall have the employee's photo, the employee's name and the Contractor's company INVITATION FOR CiVALIFICATION tIFO)14L CESS mit a qualifications proposal which will be scored based on the criteria in Grading Criteria for st, which will be the basis for short -listing firms. t to meet the minimum requirements outlined herein in order for their proposal to be evaluated and '. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a ed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional g and before the final ranking. A contract will be devleloped with the selected firms, based on their : of services and submitted for approval by the Board 4f County Commissioners. a Selection Committee in the INVITATION FOR Qualification selection process. of the proposal is for respondents to indicate their interest, relevant experience, financial capability, nal structure. resentations, if deemed necessary, is to provide the vendors with a venue where they can conduct ection Committee to clarify questions and concerns before providing a final rank. these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and I recommend multiple firms in a library for quoting services. EN ON MMEMAO WX O-MM S O c 1.6 For the development o a shortlist, this evaluation criterion will be utilized by the COUNTY'S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: 1. Cover Letter / gement Summary 5 Points 2. Certified Minori Business Enterprise 5 Points 3. Business Plan 25 Points 4. Experience and C pacity of the Firm 30 Points 5. Specialized Expeitise of Team Members 25 Points 6. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to ,the proposer with the lower volume of work previously awarded. olume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to tie RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie bre king procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. hi the event a tie still exists, selection will be determined based on random selection by e Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below (5 Total Points) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the service stated herein. Include the SUE ZIMMERMAN(s), telephone number(s) and email(s) of the authorized contact person(s) con erring proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a resul of this RFP. EVALUATION CRITERIA NO.2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points) Submit certification th the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business E terprise. (25 Total Points): In this tab, include b4t not limited to: 11/22/2019 10:17 AM I P. 8 Collier County Solicitation 20-7676 • Detailed plan of approach (including major tasks and sub -tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY Ot THE FIRM (30 Total Points) In this tab, include but not limited to: • Provide infoirriation that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe th various team members' successful experience in working with one another on previous projects. The County requires that the vendor submit 04npleted reference forms from governmental or commercial clients during the past three (3) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Reference Form provided. Vendors m*y include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project w k. (25 Total Points) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brie resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach evid nce of Pesticide applicator license held by a member of proposed contract team • Attach evi lence ,of Florida Green Industries Best Management Practices (GI-BMPs) held by a member of proposed cot tract team • Attach rest mes of any sub -vendors and attach letters of intent from stated sub -vendors must be included with proposal sub nission. EVALUATION CRITERIA NO.6: LOCAL VENDOR PREFERENCE (10 Total Points) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to pro sal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. CHECKUST ***Vendor should check off e List): The Solicitation Submittal has All applicable forms have bee Any addenda have been sign( Affidavit for Claiming Status ; Division of Corporations - Flo E-Verify/Immigration Affidav of the following items as the necessary action is completed (please see, Form 2: Vendor Check signed. signed and included, along with licenses to complete the requirements of the project. and included. a Local Business, if applicable. Department of State — Of work performed in the State). (Company Profile or Memorandum of Understanding). 11/221201910:17 AM I P. 9 Collier County Solicitation 20-7676 Insurance t *nd Type I Required 'Limits 1. ® Worker's Compensat on Statutory Limits of Florida Statutes, Chal Statutory Limits and Requirements 2. ® Employer's 3. ® Commercial Gene Liability (Occurrence patterned after the cui ISO form 4. ® Indemnification 5. ® Automobile 6. ❑ Other insurance as 7. ❑ Bid bond 440 and all Federal Government Evidence of Wor rs' Compensation coversLeor a Certificate of Exemption issued by the Stte of Fl r da is required. Entitiesre formed as Sole Proprietorships shall notlllbe re d to provide a proof of ation. An application for exemption can be obtained o ii#e at h ://a s.fldfs,ccexem t! $ 500,000_ single limit per occurrence Bodily Injury and Property Damage $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. To the maximum extent permitted by Florida low, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the world. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance ❑ Cyber Liability ❑ Technology Errors & Omissions $ Per Occurrence $ Per Occurrence $ Per Occurrence 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. 11122/201910:17 AM I P. 10 Collier County Solicitation 20-7676 8. ❑ Performance and Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 1 00% of the Contract award amount, the cost home 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 Cl4ss 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. ® Vendor shall ensure t all subcontractors comply with the same insurance requirements that he is required to meet. same Vendor shall provid County with certificates of insurance meeting the required insurance provisions. The 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. his insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the bei efit of, the Additional Insured and the Vendor's policy'Lshall be endorsed accordingly. 11. ® The Certificate Hol ler shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier ounty, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or P oject Number, or specific Project description, or must lead: For any and all work performed on behalf of Collier County. 12. ® On all certificates, a Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days C llation Notice required. 14. Collier, Co shall proc a and maintain Builders Ris Insurance on all construc on projects where it is deemed necessary. Such covera e s ll be endors to cover the interests of Collier County as well as Contractor. Premiums shall be billed to the project, and a Contractorshall not include Builders Risk premiums in its proj t proposal or project billings. All questions regarding B lder's Risk urance will be a ssed dne Collier County Risk ement Division. 10/17/19 - CC Vendor's Insurance Statement We understand the insurance re4uirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this so 'citation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm v Vendor Signature Print Name Insurance Agency Agent Name Date Telephone Number 11/22/2019 10:17 AM I P. 11 pq(*C-7 C arch s -� �Yla� ►�- R N LAWN NIAINTE AX10E Ricardo Rives 340 6th ST SE Naples, fl 3411 239-253-3395 rnlawn@amail.corn December 2, 219 Sue Zimmerman Procurement Services 3295 E Tamiami Trail Building C2 239-252-8034 suezimmerman coll iergov. net Dear Ms. Zimm�rman, �p) 1b4vLho Y-\ ,;�0,7 �7 (� I NTC. I am writing to z pply for the Parks Landscape Maintenance Solicitation 20-7676.1 am excited to see the job open and look forward to a great working relationship. We are proud of the work we have been providing the collier county and surrounding areas over the past 30 years. R&N delivers excellent residence and commercial lawn and landscaping services, in a timely manner and at affordable prices. Our company has grown overthe years because of the trust we have built in the community. We are the righ choice for the job. Thank you for your consideration for this solicitation and we look forward to a great working relationship. Please follow-up with me, Rick Rives, the owner and operator of R&N Lawn Maintenance inc. Sincerely you Ricardo Rives 340 6th Street SE Naples FL 34117 rnlawn@gmail.com �a-7G7(o R N LAWN MAINTENANCE INC. BUSINESS PLAN Prepared by: Ricardo & Noel Rives 340 6th St SE Naples, Florida 34117 2392533395 RNLAWN@GMAIL.COM WWW.RNLAWN.COM Pcir(t5 l�u �n IZ 1. EXECUTIVE SUMMA11Y tic u-)P\ R&N LAWN MAINTENA CE INC. (referred to from hereon in as the "Company")was established as a S-corporation at 34 6th St SE, Naples, Florida 34117 with the expectation of rapid expansion in the lawn & landscape industry. Business Description The Company was formed on 01/01/1992 as S-corporation under Florida state laws and headed by Ricardo & Noel Rives Landscape Certificate Best Practices Manag Certified Limited Pest Tree and Shrub Where we excel Effective Lawn Care in Residential, Commercia Licensing to Protect our The Company currently Management Team The Company has asses Operating Manager - F CL Pest Control. Works oversees all work. Supervisor of Employe Supervises employees delegating work related of all properties Skilled Worker -Level 5 Crew Leader -Walter � related information. Schi Administration - Noel I Office Manager. Custom Skilled Worker- Level 1. illier County ent Cert. ntrol iuth West, Florida and H.O.A ients.. iploys 6full-time employees and 0 part-time employees. ibled an experienced management team: icardo Rives, 30+ years experience- Certification BMP, Tree Trimming, in the field and with all employees to direct and explain job details and as - Noah Rives, 3 years- AA degree working on BA -Business. and reports back to operating manager. Works will all employees information. Scheduling jobs in a timely manner over sees maintenance Salustiano Rivs, 50 years of experience. Ground maintenance worker. as, 25 years of experience- Works will all employees delegating work duling jobs in a timely manner over sees maintenance of all properties ives, 30 years of experience- BS in Opticianry- Manages all AP & AR. rr service relations manager. HR administrator. - Noel, 20 years of experience- Ground) maintenance worker. Business Mission We have been providing excellent and reliable service for our clients since 1994. When developing custo ized solutions, we combine creativity with realistic planning and due care in the implementati n phase. In the process, we are guided by your individual wishes, needs and interests, as well as the existing vegetation, topography, house architecture. The result is a harmonious concept. R&N professional lawn care in South West, Florida delivers customized lawn & landscaping to help you get the lawn you want. Professional lawn care not only strengthens your home's curb appeal, it allows you to devote your weekends to enjoying your outdoor living space with family and friends rather than wasting �APDSGo�-r ic',c,4-o+1 2a -74 7b u+ time maintaining it. That'3 where R&N comes in with a comprehensive suite of reliable lawn and landscaping solutions ano services. New Service The Company is Lawn Maintenance: M Bed maintenance. Tree to introduce the following service to the market: ruing, Edging, Blowing, Weed -eating,' Trimming, clean-up. Landscape rimming, landscaping, annuals, mulch Ali ID say,, II. BUSINESS SUMMARY yKa t 2 v - 7&7 Industry Overview ca In the United States, the awn & landscape industry presently makes 150 dollars in sales. Research shows that c nsumers in this industry primarily focus on the following factors when making purchasing deci ions: Collier County is one f the top residential and commercial areas in Florida growing and developing. Business Goals and. Obiectives Short Term: To expand our comme Long Term: Grow and develop our Legal Issues The Company affirms patents. business. siness to be a top business in collier county. at its promoters have acquired all legally required trademarks and 501 icy r,_ 4r-v►-\. PAft �C5 Cu h d 9C61 III. MARKETING S 7to [2-+ 0 town Target Markets The Company's major ta,get markets are as follows: Commercial, Residentia , County, City of Naples related work- Lawn, Landscaping and Tree Trimming The estimated number of potential clients within the Company's geographic scope is2,500. Pricing Strategy The Company has completed a thorough analysis of its competitors' pricing. Keeping in mind our competition's pricing and the costs of customer acquisition, we have decided on the following pricing strategy: We offer fair pricing at the going rate of local competition Promotional Strategy The Company will prom to sales using the following methods: Word of Mouth, Signage Services First-rate service is inte ded to be the focus of the Company and a cornerstone of the brand's success. All clients will r ceive conscientious, one-on-one, timely service in all capacities, be they transactions, conflicts or complaints. This is expected to create a loyal brand following and return business. IV. FINANCIAL PLAN 12-Month Profit and U Monthly expense for si (projected): Revenue and sales for (projected): Gross profit for upcomi (projected): co LawA s Projection .ries and overhead $40,000.00 )coming year of business $750,000.00 1 year of business $200,000.00 W1� & ft ;�� - - l Sal Slotnrs.-O,"",ty Admirust atve Services Department e.ocwe ,e, 4 ser, cs - ,s.on Reference Questionnaire Solicitation: Reference Questionnaire for: $ N (AkL) e h 4e (il qA c C - 71 C . i (Name of Individuals Requesting Reference Information) Name: Lrv\t�� Li +Vl� Company: ,i V i J1 cS r 5►��►1Ct� fere Company-dompleting { (Evaluator completing r ce questionnaire) (Evaluator's reference) Email: t4aud-75 7~1-CorYU F` Telephone.,) Collier County has imple mented a process that collects reference information on firms and their key personnel to be used in the selection of I inns to perform this project. The Name of the Company listed in the Subject above has listed you as a client for hich 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 fum/indi idual 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 perfbrmance in a particular area, leave it blank and the item or fort will be scored "0." Project Description: e{ Re gv ✓ot' Completion Date: /0 2 5'�-1 — Project Budget: boo Project Number of Days: Item T__---- -, Citei is Score 1. 1 Ability to matLage the project costs (minimize change orders to scope). I --2 j Ability to maintain project schedule (complete on -time or early). j 3 Quality of work. 4 Quality of cot Lsultative advice provided on the project. 1 5 Professionalism a and ability to manage personnel. 6 ! Project admin stration (completed documents, final invoice, final pw&ct turnover, invoices: man Ws or going forward documentation, etc.) 7 Ability to ved iaW communicate and document information clearlyand succinctly. / t ; 0-9 8 Abiltity to tge risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, ro i 10 3 Overall comfort level with hiring the company in the future (custozl I satisfaction). t TOTAL SCORE OF ALL ITEMS etc. i ;L6 GOIT County Administrative Services Department Procurement SeRices Dhision Reference Questionnaire Solicitation: 2d,'7 �e tO Reference Questionnai for: �i ,�1 i"!146 (Name of Individual Requesting Reference Information) Name: 41 i_ 11 i 1 d1 �L t u!h Company: we.e.'—&C ✓2v1 (Evaluator completing fefence questionnaire) (Evaluator's Company completing r�ference) Email: Mi f-b hh , ; c, .y, �'�"s r ite iEAX: ; i 67, 2- — 6) G� Telephone: 6 2 -1 Collier County has impl ented a process that collects reference information on firms and their key personnel to be used in the selection of >rms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for hick they have previously performed work. Please complete the survey. Please rate each criteria to the best of yo knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firmlindi idual again) and 1 representing that you were very unsatisfied (and would never hire the firmhndivdival again). f you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or fo will be scored "0." Project Description: completion Date: Off`\ -4 } 07 Project Budget: Project Number of Daiys:,� 4 Item Citeria Score 1 Ability tom age the project costs (minimize change orders to scope)r e 2 Ability to mai tain project schedule (complete on -time or early). / 0 3 Quality of wo . t (J 4 Quality of con ultative advice provided on the project. rL� 5 Professionali and ability to manage personnel. 0 6 Project admini tration (completed documents, final invoice, final product turnover; invoices; man Is or going forward documentation, etc.) 7 Ability to verb lly communicate and document information clearly and. succinctly. C U 8 Abiltity to rnnage risks and unexpected project circumstances. 9 Ability to fol ow contract documents, policies, procedures, rules, regulations, etc. to Overall con-M)rt satisfaction). level with hiring the company in the future (customd.r TOTAL SCORE OF ALL ITEMS 0 U alder ican PROPERTY MANAGEMENT SERVICES Sullivan"' a 3070 4ridgewater Bay Blvd. 239.592,1869 Naple4, Florida 34109 239 5915209 239.200.4070 Ake . -- 2,o— 7 6 —7 tr ser. V35Der �. Reference Questionnaire Solicitation: 24;;�-7(o !� Reference Ouestionnai a for: (Name of Company Requesting Reference Information) (Name of Individua s Requesting Reference Information) ��l Name: 5rCVe till Company: (Evaluator completing ference questionnaire) -?7 (Evaluator' omp3 —k-y - any completing reference) 39 " Email: 62 FAX: Telephone: Collier County has impl ented a process that collects reference information) on firrns and their key personnel to be used in the selection of s to perform this project The Name of the Company listed in the Subject above has listed you as a client for which ey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowied a on a scale of I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) d I representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not ha sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: L 1A) 0 Completion Date: o n ► n 0 Project Budget: Project Number ofDays: Item Citeria Score 1 Ability to ma ge the project costs (minimize change orders to scope). 2 Ability to ma Intain project schedule (complete on -time or early). 3 Quality of k. e 4 Quality of co ultative advice provided on the project. 5 Professionalis n and ability to manage personnel. 6 Project admin stration (completed documents, final invoice, final product turnover; invoices; man ials or going forward documentation, etc.) 7 1 Ability to ver ally communicate and document information clearly and succinctly. 0 8 Abiltity to ma ge risks and unexpected project circumstances. 9 Ability to fall w contract documents, policies, procedures, rules, regulations, etc, In 10 Overall comfo level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS v Rql-K-5 tandscllpp Solicitation: OU Reference 'R 4- � 1R,wn for: CAT C01411tY Adrr4r**t&v9 Sees t Reference Questionnaire LCI (Name of Indivi s Requesting Reference Information) Name: &Ant/# Compatty-4) 's Conx] (Evaluator completi g reference questionnaire) (Evaluatorpanyrample grefer A Erna: kwo,, C FAX Telephone. IV ... ...... . .. . . ........... . Collier County has' lemented a process that collects reference information on firms and their key personnel to be used in the selection f firms to perform this project. The Name of the Company listed in the Subject above has limed you as a client r which they have previously performed work. Please complete the survey. Please rate each criteria to the bed of our knowledge on a scale of I to 10, with 10 representing that you were very satisifed (and would hire the firm/i dividual again) and I representing that you were very unsatisfied (and would never hire the fam/indivdival again) If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or arm will be sco d "0 Project Description: 4ftC.I(A 4��Completion Date: _19r, Project Budget: 4 40 0 � Project Number of Days: I Ability to i ianage the project costs (minimize change orders to scope). 2 Ability to t Writwin project schedule (complete on -time or early). 3QuaLty of , work. 4 Quality of consultative advice provided on the project. 5 Professsion ism and ability to manage personnel. ism 6 E Project inistration (completed documents, final invoice, final product tu mover; adi is invoices; in uaLs or going forward documentation, etc.) 7 Ability to v�bally communicate and document information clearly and succinctly. 20- 7 te-7 (- 8 Abiltity to ge risks and unexpected project circumstances. _... .... ... 9 .Ability to fo ow contract.. documents, policies, procedures rules,. 10 1 Overall coma xt level with hiring the company in the future (custom TOTAL SCORE OF ALL ITEMS etc. i Co per County Administrative Services Department Fr_xurermen _ems sD i�!oi Reference Questionnaire Solicitation: 1 Reference Questionnaire for: (Name of Company Re q eating Reference information) i i (Name of Individuals R questing Reference Information) Name: j� Company. � ���� lr-l� i (Evaluator comp etmg re e nce quests re) (Evaluator's Company completing reference) I Email: J�/�%� FAX: Telephone: Collier County has imply used in the selection of listed you as a client for criteria to the best of yo would hire the firm/indi firmlindividual again). blank and the item or for Project Description: W Edging, Weed -eating, B ented a process that collects reference information on firms and their key personnel to be ms to perform this project. The Name of the Company listed in the Subject above has hich they have previously performed work. Please complete the survey. Please rate each knowledge on a scale of 1 to 10, with 10 representing that you were very satisfied (and lual again) and 1 representing that you were very unsatisfied (and would never hire the you do not have sufficient knowledge of past performance in a particular area, leave it will be scored " 0." dy maintenance -Mowing, Completion Date wing, Clean-up % Dl -5 Project Budget: 0 ^ 1 � Project Number of Days: i Item Citeria Score 1 €Ability to ge the project costs (minimize change orders to scope). ` 2 Ability 10 to n project schedule (complete on -time or early). j a 3 Quality of won . 1 YY4 1 Quality of cons Atative advice provided on the project. AO____ 5 j Professionalis and ability to manage personnel 6 Project adminis tion (completed documents, final invoice, final product turnover, I invoices; man s or going forward documentation, etc.) f �0— — - ' 7 Ability to verb ly communicate and document information clearly and succinctly. �� � 8 1 Abiltity to m ge risks and unexpected project circumstances. 9 i Ability to folio contract documents, policies, procedures, rules, regulations, etc. Overall comfo level with hiring the company in the future (customer j i satisfaction). j TOTAL SCORE OF ALL ITEMS { 1 ��(— i E-Verify Tutorial - Knowledge Test Results ��L r -LO ` ?Q 7 i" 12/2/19, 10:10 PM USA ri. r-v '�` ,� Illlll►, `` Employment Eligibility Ve if! atio(! Tutorial Home !I Exit Tutorial ;Loy Out f E-Verify Program Administrator Tutorial for Employers 30 of 30 Knowledge Test Results Congratulations! Ricardo Rives (RRIV1908), your score is 9286% Ricardo Rives, you success lu Ily completed this tutorial and passed the E-Verify Knowledge Test on December 02, 2019. Use you browser's print capability to obtain a copy of this page for your records. To use E-Verify, select'Exit Tutorial.' E -Verify REMINDER: You must visit'V ew Essential Resources' to read the E-Verify User Manual, and you must print and clearly display the 'Notice of E-VerifyParticipation' and 'Right to Work' posters in all languages supplied by DHS. i U S Department of Homeland Security - vnrow dhs gov U S Citizenship and Immigration Services - 4wny usc,s goy Accessibility Download Viewers https://e-verify.uscis.gov/web/TutorialRender.a�px?tutorialPage=Tutorial/EV/Test/kt_pg0290.htmi Page 1 of 1 CERTIFICATION INFORM LCC20140003434'' Certific Collier CountyBoard of Co DBA: R & N LAW ADDRESS.- 340 6TH S1 NAPLES, F PHONE: 239249153' CELL: 2392533391, 239249153, FAX: LICENSEE NBR: LCC20140003434 INSURANCE: General Liability July 07, 2020 Worker's Compensation January 01, 2020 Worker's Comp Exemption October 14, 2020 Worker's Comp Exemption October 13, 2020 NOTE: It is the Qualifier's re and to provide up to date co and any change of address in Collier County: *City of Marco otractor Licensir LANDSCAPING RESTRICTED- Cert Nbr. , p,,v 610W COLLIER COUNTY' -�o 110 4-L4,-ory CERTIFICATE OF COMP ENCY a D - �7 co 7 io Date: August 14, 2019 UNTENANCE, INC. 117 QUALIFIER: RIVES, NOEL M. TYPE: LANDSCAPING RESTRICTED CONTR. CLASS CODE: 4235 ISSUANCE NBR: 201400001891 O'RIG; ISSD: EXPIRATION: October'07, 2016 September 30, 2020 I onsibility to keep all business, licensing and requirements current i s for Collier county files. This includes all insurance certificates i ation. ----------- My of Naples R._. t tus: COLLIER LOCATION: 340 6TH ST SE ZONED: HOME OCCUPATION BUSINESS PHONE: 353-5558 STATE OR COUNTY LIC #. GV1 7069 1-10 EMPLOYEES CLASSIFICATION: LANDSCAPING CLASSIFICATION CODE: 02102601 This document is a business tax only. This i., It does not permit the licensee to violate any nor does it exempt the licensee from any ott COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 932925 V TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES';FLORIDA 34104 - (239) 252-2477 VISIT OUR WESSITE AT: www.colliertax.c ' THIS RECEIPT EXPIRES SEPTEMBER 30,2720 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. LEGAL FORK! Corporation R & N LAWN MAINTENANCE, INC. RIVES, NOEL M 340 6TH ST SE NAPLES, FL 34117 ESTRICTED CONTRACTOR -THIS TAX IS NON -REFUNDABLE - DATE 07/31/2019 AMOUNT 36.00 not certification that licensee Is qyqlified. RECEIPT WWW-20-00073704 misting regulatory zoning laws oJLtae it coup ,Pr 8!� ate, tj w taxes or permits that may be required by law. ok'l c-', )-o - -7 (-a-1 (,o NY\ bAY1 d s Cap -e 2 4 A) cu�h [2arK-s 16tJ Car /9%Qil1-�. DOCUMENT# P960000253. Entity Name: R & N LAWN Current Principal Place of 340 6TH STREET SE NAPLES, FL 34117 Current Mailing Address: 340 6TH ST SE NAPLES, FL 34117 US FEI Number: 65-0733218 Name and Address of Curr, RIVES, RICARDO 340 6TH STREET SE NAPLES, FL 34117 US The above named entity771!__�, is sta SIGNATURE:( Electronic Signai Officer/Director Detail Title PRESIDENT Name RIVES, RICARDO Address 340 - 6TH ST SE City -State -Zip: NAPLES FL 3411 INTENANCE, INC. Registered Agent: 2O - 7 6P -7 FILED Feb 07, 2019 Secretary of State 5433830702CC Certifi0ate of Status Desired: No -nt for the p iDose of angin or registered agent, or both, in the State of Florida. of Register Title VP Name RIVES, NOEL M Address 340 6TH ST SE City -State -Zip: NAPLES FL 34117 I hereby certify that the information indicated on th' report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as it made under oath; that I am an officer or diredor of the corpora t' or the receiver or trustee empowered to execarfe this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other Pike em erect. SIGNATURE: NOEL RIVES VP 02/07/2019 Electronic Signature A Signing Officer/Director Detail Date DIVISION OF AGRICULTURAL ENVIRONMENTAL SERVICES BUREAU OF LICENSING AND l (850)617-7997 (850) 617-7967 FAX FLORIDA D Ricardo Rives 340 6th St Se Naples, Fl 34117 . r�'J', ♦ CPiP C��'$UfAER 5�4 TMENT OF AGRICULTURE AT COMMISSIONER ADAM H. PUTN November 19, 2014 3125 CONNER BLVD, BLDG 8 TALLAHASSEE, FLORIDA 32399-1650 CONSUMER SERVICES Enclosed herewith please find our Limited Certification Card. Per Chapter 4821.156, Florida Statutes, this entitles you as a commercial landscape maintena ce person to apply pesticides. Limited Certification does not authorize you to operate a pest control business. Category: Commercial Landscap Pass/Fail: PASS Score: 76' This card is valid until its expiry ion date, at which time you will be required to submit proof of having obtained four (4) hours of acceptable continuing education( long with the required renewal fee. Therefore, please keep this office informed of any change in your mailing address within ten � 10) days after change occurs so that you will receive copies of memoranda, renewal notices, etc. which might pertain to you. Sincerely, Pamela Fries Regulatory Specialist I Bureau of Licensing and Enforcement pamela.frics@freshfromflon'da.com FMITTFF.' Collier County Solicitation 20-7676 INSTRUCTIONS TO PROPOSERS 1. QUESTIONS 1.1 Direct questions relat d to this RFQ to the Collier County Procurement Services Division Online Bidding System webslte: Illtos'/A1 1 tilyt llti.CCi(1]' )lilyy T„� ii51 . 1.2 Proposers must clear y understand that the only official answer or position of the County will be the one stated on the Collier Coun Procurement Services Division Online Bidding Syst0in website. For general questions, please call the refere ced Procurement Strategist noted on the cover page. 2. PRE -PROPOSAL CON RENCE 2.1 The purpose of the re -proposal conference is to allow an open forum for discussion and questioning with County staff regar ing the RFQ with all prospective vendors having an equal opportunity to hear and participate. Oral que tions will receive oral responses, neither of which will be official, nor become part of the RFQ. Only written r sponses to written questions will be considered officia4 and will be included as part of the RFQ as an addendum 2.2 All prospective ven ors are strongly encouraged to attend, as, this will usually be the only pre -proposal conference for this so icitation. If this pre -proposal conference is denoted as' "mandatory", prospective Vendors must be present in or er to submit a proposal response. 3. COMPLIANCE WITH T RFO Proposals must be in strict compliance with this RFQ. Failure to comply with all provisions of the RFQ may result in disqualification. 4. AMBIGUITY CONFLIC OR OTHER ERRORS IN THE RFQ It is the sole responsibili of the vendor if they discover any ambiguity, conflict, discrepancy, omission or other error in the RFQ, to imm diately notify the Procurement Professional, noted herein, of such error in writing and request modification or ci fication of the document prior to submitting the proposal. The Procurement Professional will make modifications b issuing a written revision and will give written notice to all parties who have received this RFQ from the Procurement Services Division. 5. PROPOSALS PRESENT TIONS AND PROTEST COSTS The County will not be lia le in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFQ, nor or the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any prote procedures. 6. VALIDITY OF PROPOS LS No proposal can be withdr wn after it is opened unless the vendor makes their request in writing to the County. All proposals shall be valid fo a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection pr cess. 7. METHOD OF SOURCE S LECTION 7.1 The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinanc Number 2017-08, establishing and adopting the Collier County Procurement Ordinance. 7.2 If the County receives p oposals from less than three (3) firms, the Procurement'Director shall review all the facts and determine if it is the best interest of the County to solicit additional proposals or request that the Selection Committee rank order e received proposals. 8. EVALUATION OF PROP ALS 8.1 The County's for selecting is as follows: 11/22/2019 10:17 AM I p. 12 Collier County Solicitation 20-7676 8.1.1 The Procure ent Services Director shall appoint a selection committee to review all proposals submitted. 8.1.2 The Request or Proposal is issued. 8.1.3 Subsequent t the receipt closing date for the proposals, the Procurement Professional will review the proposals r ceived and verify each proposal to determine if it minbAally responds to the requirements of the publish d RFQ. 8.1.4 Selection con mittee meetings will be open to the public and publicly poticed by the Procurement Services Division. 8.1.5 In an initial o ganization meeting, the selection committee members w$11 receive instructions, the submitted proposals, d establish the next selection committee meeting date and time. After the first meeting, the Procureme t professional will publicly announce all subsequent committee meeting dates and times. The subse ent meeting dates and times will be publicly posted with at least one (1) day advanced notice. 8.1.6 Selection co ittee members will independently review and score each proposal based on the evaluation criteria stat d in the request for proposal using the Individual Selection Committee Score and Rank Form and p epare comments for discussion at the next meeting. The Individual Selection Committee Score and ank Form is merely a tool to assist the selection committee member in their review of the proposals. 8.1.7 At the publicl noticed selection committee meeting, the members will present their independent findings / conclusion / comments based on their reading and interpretation, of the materials presented to each other, and ay ask questions of one another. Time will be allowed fpr public comment. 8.1.8 Collier Coun selection committee members may consider all the material submitted by the Proposer and other info ation Collier County may obtain to determine whether the Proposer is capable of and has a history of s ccessfully completing projects of this type, including, without limitation, additional information oilier County may request, clarification of proposer information, and/or additional credit information. 8.1.9 Once the indi dual scoring has been completed, the Procurement professional will read the results publicly. Th committee will make a determination if oral presentations are needed and which firms will be invited to ive oral presentations by short listing the proposals submitted. The selection committee may ask for a ditional information, present materials, interview, ask'', questions, etc. The members may consider any d all information obtained through this method in formulating their final ranking. 8.1.10 The selection c mmittee's overall rank of firms in order of preference (from highest beginning with a rank of one (1) to e lowest) will be discussed and reviewed by the Procurement Professional. By final tabulation, a d having used all information presented (proposal, presentation, references, etc.), the selection com ittee members will vote and thus create a final ranking and staff will subsequently enter into neeotiati ns. 8.2 The County reserve the right to withdraw this RFQ at any time and for any reason, and to issue such clarifications, modi cations, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. 8.3 Receipt of a proposal y the County offers no rights upon the proposer nor obligates the County in any manner. 8.4 Acceptance of the proposal does not guarantee issuance of any other governmental approvals. 9. REFERENCES The County reserves the right to contact any and all references submitted as a result of this solicitation. 10. RESERVED RIGHTS Collier County reserves th right in any solicitation to accept or reject any or all bids, proposals or offers, to waive minor irregularities and tec -calitiesI or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, pr posal, or offer, and to increase or decrease quantities to meet additional or reduced 11/22/2019 10:17 AM I p. 13 Collier County Solicitation 20-7676 requirements of Collier C unty. Notwithstanding any other provisions of this Article, if none or only one responsive and responsible bid or pr osal is received following any solicitation, the County, Manager, or designee, reserves the right to reject all bids, pr posals or offers and to negotiate with any responsible providers to secure the best terms and conditions in the sole interest of the County unless otherwise provided by law. 11. INSURANCE AND BONDING REQUIREMENTS 11.1 The Vendor shall at is own expense, carry and maintain insurance coverage from responsible companies duly authorized to do bu iness in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The V dor shall procure and maintain property insurance upon the entire project, if required, to the full insurable val e of the scope of work. 11.2 The County and the endor waive against each other and the County's separate Vendors, Contractors, Design Vendor, Subcontra tors agents and employees of each and all of them, all damages covered by property insurance provided erein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, here appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Ve dors and Subcontractors and shall require each of then} to include similar waivers in their contracts. 11.3 Collier County shall a responsible for purchasing and maintaining, its own liability insurance. 11.4 Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier Co ty." 11.5 The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as additional insured as to the operations of Vendor under this solicitation and shall contain a severability of inte ests provisions. 11.6 Collier County Boa of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state e Contract Number, or Project Number, or specific Project description, or must read: For any and all work perf rmed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 11.7 The amounts and type of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attac ent, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vend r has any self -insured retentions or deductibles under any of the below listed minimum required coverage, V ndor must identify on the Certificate of Insurance the nature and amount of such self - insured retentions o deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self sured retentions or deductibles will be Vendor's sole responsibility. 11.8 Coverage(s) shall be aintained without interruption from the date of commencement of the Work until the date of completion and ac ptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 11.9 The Vendor and/or its urance carver shall provide 30 days written notice to,the County of policy cancellation or non -renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within my -four (24) hours after receipt, of any notices of expiration, cancellation, non renewal or material change in overage or limits received by Vendor from its insurer aiid nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided y Vendor hereunder, Vendor shall immediately take 'steps to have the aggregate limit reinstated to the full a tent permitted under such policy. 11.10 Should at any time t e Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreem nt or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such c erage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after deman , the County has the right to offset these costs from any amount due Vendor under this Agreement or any oth r agreement between the County and Vendor. The County shall be under no obligation 11/22/2019 10:17 AM I p. 14 Collier County Solicitation 20-7676 to purchase such msur ce, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. T e decision of the County to purchase such insurance, coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 11.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificote(s) of Insurance not later than ten (10) calendar days fter the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal ce tificate(s) shall be considered justification for the County to terminate any and all contracts. 12. ADDITIONAL ITEMS AN/OR SERVICES Additional items and / orservices may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 13. COUNTY'S RIGHT TO IN PECT 14. 15. 16. The County or its authoriz d Agent shall have the right to inspect the Vendor's'facilities/project site during and after each work assignment the Vendor is performing. The County has implemen ed a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. The County reserves the fight to take into consideration a vendor's past performance under a prior or current County contract when it is considering the granting of a new contract, the assignment of a work order, or any additional work. Past poor performance may result in the County deeming the vendor non -responsible and therefore refraining from awarding stuh work. 15.1 The selected Vendor s 11 be required to sign a standard Collier County contract. 15.2 The resultant contract(s) may include purchase or work orders issued by the County's project manager. 15.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The Cou ity will not be obligated to sign any contracts, maintenance and/or service agreements or other documents pro ided by the Vendor. 15.4 The County's project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, sul plies, and equipment associated with the scope or work. 16.1 Florida Public Records (b) as follows: IF THE CON' APPLICATIO] CONTRACTO RELATING T OF PUBLIC R] Chapter 119, including specifically those contractual requirements in 119.0701(2Xa)- RACTOR HAS QUESTIONS REGARDING THE OF CHAPTER 119, FLORIDA STATUTES, TO THE 'S DUTY TO PROVIDE PUBLIC RECORDS THIS CONTRACT, CONTACT THE CUSTODIAN CORDS AT: and Customer Relations Division 3299 Tamiami Trail East Suite 102 11/22/2019 10:17 AM I P. 15 Collier County Solicitation 20-7676 17. 16.2 The Contractor must Naples, FL 34112-5746 Telephone: (239) 252-8383 comply with the Florida Public Records Law to: 16.2.1 Keep and maintain public records required by the public agency to perform the service 16.2.2 Upon request from the public agency's custodian of public records, provide the public agency with a copy of the req ested records or allow the records to be inspected or copied within a reasonable time at a cost that does of exceed the cost provided in this chapter or as otherwise provided by law. 16.2.3 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. 16.2.4 Upon compl tion of the contract, transfer, at no cost, to the public agency all public records in possession of t e Contractor or keep and maintain public records required by the public agency to perform the se ice. If the Contractor transfers all public records to the public agency upon completion of the contract, e 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 th public agency's custodian of public records, in a format that is compatible with the information tec ology systems of the public agency. 17.1 The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given fum. Work Order service assignments shall be at the sole discretion of the '',County. 17.2 Agreements issued tha are determined to be "CONTINUING CONTRACTS" Where services will be requested by Work Orders in exces of $200,000 shall be approved by the Board of County', Commissioners. 17.3 Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project. 18. PAYMENT METHOD 18.1 Payments are made in�ccordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoi es must include: 18.1.1 Purchase Ord Number 18.1.2 Description nd quantities of the goods or services provided per instructions on the County's purchase order o contract. Invoices shall be sent to: Board of Conn Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami T ail East, Suite 700 Naples FL 3411 Or Emailed to: bcca clerk@"collierclerk.com 18.2 Payments will be made f or articles and/or 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 contract. Any untimely 11 /22/2019 10:17 AM ( P. 16 Collier County Solicitation 20-7676 submission of invoice of "lathes" as untime invoices under this ag 18.3 In instances where tt Collier County and t reserves the right to contractor for service, 18.4 Invoices shall not re Division for payment Florida Statutes, othe right to withhold ai unsatisfactory perfon 19. ENVIRONMENTAL HE. 19.1 All Vendors and Su Occupational Safety Standards and any ot] safety of their emplo property within and a 19.2 Collier County Gove and/or right-of-way negotiable by any de] 19.3 All new electrical in: Flash Studies where i 19.4 All electrical installs labels. 20. POLLUTION PREVENT] The vendor is required to pollution incidents occur, 21. LICENSES s beyond the specified deadline period is subject to nqn-payment under the legal doctrine y submitted. Time shall be deemed of the essence with respect to the timely submission of cement. successful contractor may owe debts (including, but �ot limited to taxes or other fees) to e contractor has not satisfied nor made arrangement!! to satisfy these debts, the County off -set the amount owed to the County by applying the amount owed to the vendor or performed of for materials delivered in association wit a contract. lect sales tax. After review and approval, the invoice's will be transmitted to the Finance Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 wise known as the "Local Government Prompt Payment Act." Collier County reserves the i/or reduce an appropriate amount of any payment for work not performed or for ance of Contractual requirements. ,LTH AND SAFETY Vendors performing service for Collier County are Xequired and shall comply with all ind Health Administration (OSHA), State and County Safety and Occupational Health er applicable rules and regulations. Vendors and Sub Vendors shall be responsible for the ees and any unsafe acts or conditions that may cause injury or damage to any persons or ound the work site. All firewall penetrations must be protected in order to meet Fire Codes. nment has authorized OSHA representatives to enter any Collier County facility, property )r the purpose of inspection of any Vendor's work operations. This provision is non- u-tment and/or Vendor. ons shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc 1t as determined by the engineer. shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective lent industry relevant pollution prevention and best management practices. Should County Pollution Control must be notified immediately. 21.1 The Vendor is requi ed to possess the correct Business Tax Receipt, professional license, and any other authorizations necess ry to carry out and perform the work required by the project pursuant to all applicable Federal, State and Loc 1 Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses ust be submitted with the proposal response indicating that the entity proposing, as well as the team assigned t the County account, is properly licensed to perform the activities or work included in the contract documents. F tilure on the part of any Vendor to submit the required ;documentation may be grounds to deem Vendor non -re onsive. A Vendor, with an office within Collier County is also required to have an occupational license. 21.2 All State Certified co tractors who may need to pull Collier County permits or call in inspections must complete a Collier County Cor tractor License registration form and submit the required fee. After registering the license/registration wil need to be renewed thereafter to remain "active" in Collier County. 21.3 If you have questio is regarding professional licenses contact the Contractor Licensing, Community Development and Env' onmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, lease contact the Tax Collector's Office at (239) 252-2477. 22. SURVIVABILITY The Vendor agrees that an Purchase Order/Work Order/Solicitation Documents that extends beyond the expiration date of the original Solici tion will survive and remain subject to the terms and conditions of that Agreement until 11/22/2019 10:17 AM I p. 17 Collier County Solicitation 20-7676 23. 24. the completion or By submission of this Pro osal the undersigned, as Vendor, does declare that the'', only person or persons interested in this Proposal as pnncip 1 or principals is/are named therein and that no person other than therein mentioned has any interest in this Propos 1 or in the contract to be entered into; that this Proposal is made without connection with any person, company or arties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. It is the intent of the part neither the Vendor nor th, County, and that the Coin their employees or agents, corporation. 25. TERNUNATION Should the Vendor be foi may terminate this Agre convenience with a thirty that the award of this so purchase orders may be t vendor(s) pursuant to the 26. LOBBYING 27 After the issuance of any si contact, communicate with elected or appointed officiE ends upon execution of the that lobbies any Collier C( recommended for award (i: Director, and (ii) will be sul 2017-08. hereto that the Vendor shall be legally considered im independent Vendor, and that employees shall, under any circumstances, be considered employees or agents of the shall be at no time legally responsible for any negligence on the part of said Vendor, ;ulting in either bodily or personal injury or property damage to any individual, firm, or to have failed to perform services in a manner satisfactory to the County, the County ent immediately for cause; further the County may terminate this Agreement for ) day written notice. The County shall be sole judge (f non performance. In the event tation is made by the Procurement Services Director, the award and any resultant inated at any time by the County upon thirty (30) days written notice to the awarded I Procurement Ordinance. licitation, no current or prospective vendor or any person acting on their behalf, shall >r discuss any matter relating to the solicitation with any Collier County employee or , other than the Procurement Services Director or his/her designees. This prohibition nal contract or upon cancellation of the solicitation. Any current or prospective vendor unty employee or elected or appointed official while a solicitation is open or being may be deemed ineligible for award of that solicitation by the Procurement Services ect to Suspension and Debarment outlined in section Twenty-eight of County Ordinance Statute 607.1501) In order to be considered ith award, firms must be registered with the Florida Department of State Divisions of Corporations in accordancith the requirements of Florida Statute 607.1501 and provide a certificate of authority (w'ww.sunbiz.org/search.h prior to execution of a contract. A copy of the document may be submitted with the solicitation response and document number shall be identified. Firms who do not provide the certificate of authority at the time of resse shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannrovide the document within the referenced timeframe,, the County reserves the right to award to another firm. 28. SINGLE PROPOSAL Each Vendor must submit, ith their proposal, the required forms included in this RFQ. Only one proposal from a legal entity as a primary wi 1 be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture ubmitting as primary may not then act as a sub -vendor to any other firm submitting under the same RFQ. If a leg 1 entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity m y act as a sub -vendor to any other firm or firms submitting under the same RFQ. All submittals in violation of this equirement will be deemed non -responsive and rejected from further consideration. 29. PROTEST PROCEDURES 29.1 With respect to a protes� of the terms, conditions and specifications contained in a solicitation, including any 11/22/2019 10:17 AM I P. 18 Collier County Solicitation 20-7676 30. 31. provisions governin the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further neg tialion or modifying or amending any contract, the protesting party shall file a notice of intent to protest wit in three (3) days, excluding weekends and County holidays, after the first publication, whether by posting o formal advertisement of the solicitation. The formal Written protest shall be filed within five (5) days of the d to the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of th information required for the Procurement Services Director, to render a decision on the formal protest and d ermine whether postponement of the bid opening or proposal/response closing time is appropriate. The Pro urement Services Director's decision shall be considered final and conclusive unless the protesting party files appeal of the Procurement Services Director's decision. 29.2 Any actual proposer or respondent to who desires to protest a recommended contract award shall submit a notice of intent to pr test to the Procurement Services Director within three (3) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. 29.3 All formal protests ith respect to a recommended contract award shad be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends End County holidays, from the date that the notice of intent to protest is received by the Procurement Services Pirector, and accompanied by the required fee. 29.4 Complete form and i ttructions for formal protest are set forth in Section 23 of Collier County Ordinance 2017- 08. The protesting p must have standing as defined by established Florida case law to maintain a protest. A person or affiliate who as been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bi 11 proposal, or reply on a contract to provide any goods for services to a public entity; may not submit a bid, pro posa , or reply on a contract with a public entity for the construction or repair of a public building or public work; in y not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform ork as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transac business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for period of 36 months following the date of being placed 'on the convicted Vendor list. 31.1 The Contractor is regi for five (5) years and t responsible for the coy for all employees that limited to, checking fe credit reports, educati( required to maintain re 31.2 All of Contractor's en at all times while perfe (1) year from the date period in which their 1 the name of the contra+ 31.3 The Contractor shall FMOPS@colliergov.r This notification is cr notify within four (4) ] 31.4 CCSO requires coordinated upon all costs. ;d to comply with County Ordinance 2004-52, as amended. Background checks are valid Contractor shall be responsible for all associated costs. If required, Contractor shall be of providing background checks by the Collier County Facilities Management Division all provide services to the County under this Agreement. This may include, but not be ral, state and local law enforcement records, including a state and FBI fingerprint check, residence and employment verifications and other related records. Contractor shall be rds on each employee and make them available to the County for at least four (4) years. loyees and subcontractors must wear Collier County Government Identification badges ring services on County facilities and properties. Contractor ID badges are valid for one f issuance and can be renewed each year at no cost to the Contractor during the time �kground check is valid, as discussed below. All technicians shall have on their shirts )r's business. imediately notify the Collier County Facilities Management Division via e-mail (DL- ) whenever an employee assigned to Collier County separates from their employment. ;al to ensure the continued security of Collier County facilities and systems. Failure to rrs of separation may result in a deduction of $500 per incident. fingerprinting prior to work being performed in any of their locations. This will be of the contract. If there are additional fees for this process, the vendor is responsible for 11/221201910:17 AM I P. 19 pAR.V-S Collier County ^ 4- A 1 L AW r Solicitation 20-7676 32. CONFLICT OF INTEREST �C 1\ Vendor shall complete th Conflict of Interest Affidavit included as an attachment to this RFQ document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or proclude conflict of interest situations during contract selection md execution. 33. PROHIBITION OF GIFrS TO COUNTY EMPLOY ES No organization or indivi ual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any Co employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and Co ty Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequent s: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specifi d period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified p riod of time, including but not limited to: submitting bids, RFQ, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause, 34. IMMIGRATION LAW AFFIDAVIT CERTIFICATION 34.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individ is who are eligible to work in the United States. 342 The Employment Ei ibility Verification System (E-Verify) operated by the'Department of Homeland Security (DHS) in partnershi with the Social Security Administration (SSA), provides an Internet -based means of verifying empioyme t eligibility of workers in the United States; it is not a substitute for any other employment eligibility verificatio requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Prop sals (RFQ) including Request for Professional Services (RFQ) and construction services. 34.3 Exceptions to the pr am: 34.3.1 Commodi based procurement where no services are provided. 34.3.2 Where the equirement for the affidavit is waived by the Board of County Commissioners 34.4 Vendors / Bidders re required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the tim of the submission of the Vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properl completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Un erstanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached the solicitation documents. If the Bidder/Vendor does not comply with providing the acceptable E-Verify idence and the executed affidavit the bidder's / Vendor's proposal may be deemed non- responsive. 34.5 Additionally, Vendo s shall require all subcontracted Vendors to use the E-Verify system for all purchases not covered under the "E ceptions to the program" clause above. 34.6 For additional inform ition regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: h ://www.dhs.gov/E-Verify. It shall be the Vendor's responsibility to familiarize themselves with all rules and regL lations governing this program. 34.7 Vendor responsible for compl: U.S.C. 1324, et seq. a within this affidavit. of this affidavit shall unilaterally terminate Yes ❑ No s, and without exception or stipulation, any firm(s)'receiving an award shall be fully ng with the provisions of the Immigration Reform and Control Act of 1996 as located at 8 i regulations relating thereto, as either may be amended and with the provisions contained iilure by the awarded firm(s) to comply with the laws referenced herein or the provisions onstitute a breach of the award agreement and the County shall have the discretion to agreement immediately. 11 /22/201910:17 AM I p. 20 Collier County Solicitation 20-7676 Certification: I certify that I am in agreement, to the best of my knowledge, with the Instructions To Proposers above. 11/22/201910:17 AM p. 21 y a r IL 5 tardscvf Collier County Solicitation 20-7676 0 Lao Co r County Form 7: Vendor Submittal — Local Vendor Preference Affidavit (Check Appropriate Box s Below) State of Florida (Select ounty if Vendor is described as a Local Business) Collier Con ty Lee County Vendor affirms that it is local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners a d the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: Local business means e vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or propos 1 submission to do business within Collier County, and that identifies the business with a permanent physical b iness address located within the limits of Collier County from which the vendor's staff operates and performs business m an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, o a non -permanent structure such as a construction trailer, storage shed, or other non- permanent structure s 11 not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor s 11 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 expansi n of employment opportunities, support and increase to the County's tax base, and residency of employ s and principals of the business within Collier County. Vendors shall affirm in writing their compliance with he foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" der this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submi ed to the County will lose the privilege to claim Local (Preference status for a period of up to one year under this ction. Vendor must complete thfollowing information: Year Business Establishe in Wollier County or r 'fee County: Number of Employees (In luding Owner(s) or Corporate Officers):_ �Q _ Number of Employees Li ing in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): If requested by the Coun ,vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to d so will result in vendor's submission being deemed not applicable. Vendor Name: ' i)&rkPQjW_L.W Date: Address in Collier or Lee ounty: (� 4, Signature: Title: 11/22/201910:17 AM p• 22 Collier County Solicitation 20-7676 1.0 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 busines means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior o 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-permandnt structure such as a construction trailer, storage hed, or other non -permanent structure shall not be used for the purpose of establishing said physical a ldress. In addition to the foregoing, a vendor shall net 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 sub fitting 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 f4 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 st to 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 spegific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and in trumentalities, 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. Stat. Sec.287.087 eferences to businesses with drug -free workplace programs). If the lowest local bidder meets the requ' ements 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, f r o in i he 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 iade to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the re uirement 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 I his solicitation. 1.6 A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privile to claim Local Preference status for a period of up to one (1) year. 1.7 The County m y, as it deems necessary, conduct discussions with responsible bidders determined to be in contention fo being selected for award for the purpose of clarification to assure full understanding of, and responsive ss to solicitation requirements. 11/22/2019 10:17 AM I p. 23 Collier County Solicitation 20-7676 1. 1.1 Offer This offer is subject to cancellation by the COUNTY without potice if not accepted by VENDOR within fourteen (14) days of issuance. 1.2 Acceptance and Confirmation This Pur hase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDCR shall be deemed to be upon the terms and conditions', contained in this Purchase Order. No addi ional terms may be added and Purchase Order may, not be changed except by written instrument executed by the COUNTY. VENDOR is deemed',to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 1.3 Inspection 1.3.1 All goads and/or services delivered hereunder shall be received subject to the COUNTY'S inspectic n and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. 1.3.2 To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospect vely reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non conforming or otherwise rejected by the C DUNTY. 1.4 Shipping and It voices 1.4.1 a) 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. 1.4.2 b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be j ssued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. 1.4.3 c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips mu t show Purchase Order number and must be included on each package of less than container load (L ) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Ordernumbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Pure se Order and the full invoice value of such shipment., 1.4.4 d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt o goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt o a proper invoice and in compliance with Chapter 218 Fla. Stats., otherwise known as the "Local C overnment Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchas g Policy. 1.5 Time Is Of the Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it 11/22/2019 10:17 AM I p. 24 Collier County Solicitation 20-7676 at law r in equity. VENDOR agrees to reimburse the COL: NTY for any expenses incurred in enforci its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or s rvices is not a waiver of the COUNTY'S right to insist upon further compliance with all specific tions. 1.6 Changes The CO Y may at any time and by written notice make changes to drawings and specifications, shippi instructions, quantities and delivery schedules within the general scope of this Purchase Order. hould any such change increase or decrease the cost oflor the time required for performance of the P chase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the OUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligati n to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be ade within thirty (30) days from the date the change 'is ordered or within such additional period o time as may be agreed upon by the parties. 1.7 Warranties VEND R expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNT , and will be of satisfactory material and quality production, free from defects and sufficie for the purpose intended. Goods shall be delivered free from any security interest or other I enc mbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage f title and payment by the COUNTY. 1.8 Statutory Conf rmity 1.8.1 Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health a d Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any lawor regulation noted on the face of the Purchase Order. 1.9 Advertising No VE OR providing goods and services to the COUNTY shall advertise the fact that it has contract d with the COUNTY for goods and/or services, of appropriate or make use of the COUNT 'S name or other identifying marks or property without the prior written consent of the COUNT ' S Purchasing Department. 1.10 Indemnifleatio VENDO shall defend, indemnify and hold harmless the COUNTY from any and all claims, inclu claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising in, caused by or related to the injury or death of any person (including but not limited to employland/or and agents of VENDOR in the performance of their duties or otherwise), or damage to propertyncluding property of the COUNTY or other persons), :which arise out of or are incident to the gooservices to be provided hereunder. 1.11 Warranty of N{m Infringement 1.11.1 VE R represents and warrants that all goods sold or services performed under this Purchase Order arc: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or tradesecret; and c) do not constitute unfair competition. 1.11.2 VE R shall indemnify and hold harmless the COUNTY from and against any and all claims, includin claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise frLR laim, suitor proceeding alleging that the COUNTY'S use of the goods and/or services providthis Purchase Order are inconsistent with VENDOR'S representations and warranties in secti. 1.11.3 If awhich arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods on services so that they become non infringing, (without any material degradation in performance, quality, functionality or additional cost to the CC UNT Y). 11/221201910:17 AM p. 25 Collier County Solicitation 20-7676 1.12 Insurance The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaiiiing adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 1.13 Compliance vi ith Laws In fulfil ing the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, ard local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibit ons against discrimination on the basis of race, religion; sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulate n shall be fully responsible for complying with the provisions of the Immigration Reform and Cor trol Act of 1986 as located at 8 U. S.C. 1324, et seq. and!,regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitu e a breach of the award agreement and the County shall have the discretion to unilaterally terminale said agreement immediately. Any breach of this',provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 1.14 Force Maieu Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturba ices and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchas Order, VENDOR shall immediately give notice thereof, including all relevant information with re s cts to what steps VENDOR is taking to complete delivery of the goods and/or services to the CO Y. 1.15 Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior wr tten consent of the COUNTY. Any assignment made without such consent shall be deemed void. 1.16 Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on ieal property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 1.17 Annual App priations The CO Y' S performance and obligation to pay under this Purchase Order shall be contingent upon an nnual appropriation of funds. 1.18 Termination This Puichase Order may be terminated at any time by the COUNTY upon 30 days prior written notice te the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provide VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt c f such notice. 1.19 General 1.19.1 a) Tlis Purchase Order shall be governed by the laws of the' State of Florida. The venue for any action bi ought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida 1.19.2 b) ire of the COUNTY to act immediately in response to a breach of this Purchase Order by shall not constitute a waiver of breach. Waiver of the COUNTY by any default by hereunder shall not be deemed a waiver of any subsequent default by VENDOR. 11 /22/2019 10:17 AM I p. 26 Collier County Solicitation 20-7676 1.19.3 c) Al notices under this Purchase Order shall be sent to the respective addresses on the face page by certif ed mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and', other charges shall be paid by the sender. party may change its address for notice by written notice complying with the requirements of this section. 1.19.4 d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. 1.19.5 e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents,', the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall go ern. 11/22/201910:17 AM I p. 27 DIVISION OF AGRICULTURAL. ENVIRONMENTAL SERVICES BUREAU OF LICENSING AND 1 (850) 617-7997 (850) 617-7967 FAX FLORIDA DEP Ricardo Rives 340 6th St Se Naples, Fl 34117 3125 CONNER BLVD, BLDG 8 TALLAHASSEE, FLORIDA 32399-1650 TMENT OF AGRICULTURE AND CONSUMER SERVICES COMMISSIONER ADAM H. PUTNAM November 19, 2014 In Reply Refer To: DTN 691677 Enclosed herewith please find our Limited Certification Card. Per Chapter 482E 156, Florida Statutes, this entitles you as a commercial landscape maintenan e person to apply pesticides. Limited Certification does not authorize you to operate a pest control business. Category: Commercial Landscape Pass/Fail: PASS Score: 76 This card is valid until its expiration date, at which time you will be required to submit proof of having obtained four (4) hours of acceptable continuing education long with the required renewal fee. Therefore, please keep this office informed of any change in your mailing address within ten 10) days after change occurs so that you will receive copies of memoranda, renewal notices, etc. which might pertain to you. Sincerely, Pamela Fries Regulatory Specialist I Bureau of Licensing and Enforcement pamela.fries@freshfromflotida.com 1111111111 GIT$, LLC Examination Operations Division Providing the se ces and products to assist Government Agencies to make informed educated decisions. Official Score Repoi Candidate Informati Name — Noel Rives Candidate #: 337151 Testing Site: Ocala, Final Score Result: These results repres Procedures examinati County, Florida on O If you have any forth Sincerely, Jay E. Dowermeister President PO Box 83 Official Examination Score Report October 22, 2013 Free Contractor Score: 76% (10/22/13) Business Procedures Score: 76% (10/21/13) t the grade that has been achieved on the Tree Contractor and Business n(s) administered by Gainesville Independent Testing Service for Collier tober 22, 2013. questions, please do not hesitate to contact us. 1127 Ocala, Florida 34483-1127 — Voice (352) 369-GITS -» Fax (352) 387-2443 800 997 2129 PaY'tCs l,Q,n�SCc:� i�ia.in�. r Co Ier Co�lanty _. a� 7��� d- [�'"'� 6W) Adminlstratve Ser jj s Department P orurernk'nt serv,ce, n : s,w 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 vailable through our company. Our firm could not ineel specifications/scope of work. Specifications/scope of ork not clearly understood or applicable (too vague,'xigid, etc.) Project is too small Insufficient time allowei I 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: R&N LAWN MAINTNEANCE INC, 340 6THT ST SE _NAPLES FL 34117 239-253-3395 RNLAWN a TK7r-APK00 7�l1/ES Ricardo Rives Date. 12/2/2019 Puri�S-20 AdmnLstratve Services Qej'sior ent r�ro'urem n �r%.=c D�.��sian Form 2: Vendor Check List U ted: bdober 24th 2019', IMPORTANT: THIS SHEET 14UST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of he following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing D Dcurnent (Bid Schedule/Quote Schedule/etc.) has been completed and attached. All applicable forms have een signed and included, along with licenses to complete the requirements of the project. Any addenda have been si ed and included. Affidavit for Claiming S s as a Local Business, if ann 'cable. Collier or Lee'', County Business Tax Receipt MUST be included. Proof of status from Divis on of Corporations - Florida Department of State (If work performed in the State) - hop-.// dos.Tmlloric.,_Coll, lszilt iz. Proof of E-Verify (Memo dum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - ans: %«�a ��.c-� eriIA -aoN `. Grant Provisions and Assi Reference Questionnaires ALL SUBMITTALS MUST HE Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: ;es package in its entirety, if dgulicable. ST be included or you may be deemed non -responsive. THE SOLICITATION NUMBER AND TITLE. R&N LAWN MAM-NEANCE INC, 340 6THT ST SE Naples F134117 239-253-3395 RNLA\VN'a Gf%1AIL.00'i1 RICARDO RIVES Date 12/2/2019 t vac, Land SCUP l ato 5b (l C i t e�"Oh [� �� CO ICT county} �� V rJ �' Adtrin strz4ve Se v ces Department Pfocurement Ser,ires D Asto Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the I nst of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not po 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 tl ic 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 propo s / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice i o 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 i entified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or Oture solicitations and contracts. In addition to this signed affidad 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 o�having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for ture solicitations affiliated with the above referenced project(s). By the signature below, the f (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevatit 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: R&N LAWN MAINTNE[ANCE INC, Signature and Date: 7�/Cr1/(D T�/1/FS 42/ ?/ c7Ty Print Name: RICARDO RIVES Title of Signatory: RndMI R� t� Law BOARD OF COUNTY COI Collier County Government Naples, Florida. 34112 Dear Commissioners: The undersigned, as Vendor dei proposal is in every respect fair The Vendor agrees, if this solici formal contractual relationship solicitation pertains. The Vend( Further, the vendor agrees tt compete, submit a proposal, b this awarded contract. IN WITNESS WHEREOF, WE in the State Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: Gtn� •U�iC�L�lUr. O ler C014ftt:N° Administrative Services Deoartmerr 2o- � �O ! 4- P. ocu,ennet` JLfti:ces %)!'4SRU-' Form 4: Vendor Declaration Statement SIONERS )lex ores that this response is made without connection or arrangement with any other person and this id made in good faith, without collusion or fraud. Lion submittal is accepted, to execute a Collier County document for the purpose of establishing a )etween the firm and Collier County, for the performance of all requirements to which the states that the submitted is based upon the documents listed by the above referenced Solicitation. t if awarded a contract for these goods and/or services, the vendor will not be eligible to awarded, or perform as a sub -vendor for any future associated with work that is a result of ive hereunto subscribed our names on this .2- day of P? cev�,bat , 201-r in the County of T'1. by r. LAWN MAINTNEANCE INC, 340 6TH ST SE NAPLES, FL 34117 65-033218 239- 53-3395 RICARDO RIVES PRESIDENT 5otrCt4-4b� pap-►� [O vt d Scurr � � Law r This Affidavit is required and , submittals. Further, Vendors are the time of the submission of th Company Profile page or a cop Collier County will not intent constituting a violation of the and Nationality Act ("INA"). Co Aer County Administrraluve Services Department Prccurernent Spin; ct,s ` li5 b; i Form 5: Immigration Affidavit Certification ao 767� could be signed, by an authorized principal of the firm and submitted with formal solicitation -equired to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify of the fully executed E-Verify Memorandum of Understanding for the company. Failure to award County contracts to any Vendor who knowingly employs unauthorized alien workers, ,ment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration 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 conb act by Collier County. Vendor attests that they are ful13 compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and grees 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 partnershil with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name R&N LAWN MAINTENANCE INC, Print Name Signature /�/c/-I; RIVES %ZNES Title PRESIDENT Date 12/2/2019 Title PRESIDENT Date 12/2/2019 pa('K5 Cads Q e N In accordance with the Inte information for tax reporting F security numbers if used bj requires that the county notify purpose than herein stated. l proposal. 1. General Information (pror Taxpayer Name RICARL (as shown on income tax Business Name (if differe Address 340 6TH ST SE State FLORIDA Telephone Order Information Address 340 6th St. City NAPLES State ffia lf) cep �7 6 7 � r co14nty Z Form 6: Vendor Substitute W — 9 luest for Taxpayer Identification Number and Certification d Revenue Service regulations, Collier County is required to collect the following poses from individuals and companies who do business with the County (including social the individual or company for tax reporting purposes). Florida Statute 119.071(5) )u in writing of the reason for collecting this information, which will be used for no other ase complete all information that applies to your business and return with your quote or le all information) RIVES urn) t from taxpayer name) be filled out) Email RNLAWN(&GMAIL.COM 2. Company Status (check on�y one) Email Zip 34117 City NAPLES Zip_34117 RNLAWN@GMAIL. COM Remit / Payment Information (Must be filled out) Address 340 6th St. SE'. City NAPLES State FL Zip_ 13� _ Email RNALWN@GMAIL.COM _Individual / Sole Proprietor X_Corporation I —Partnership � _Tax Exempt (F entity under In1 guidelines IRC 3. Taxpayer Identification income tax-exempt _ Limited Liability ;Company Zevenue Service Enter the tax classification I mber (for tax reporting purposes only) i Federal Tax Identifcatio Number (TIN) 65-0733218 i � 4 i (Vendors who do not hav a TIN, will be required to provide a social security number prior to an award). { 4. Sign and Date Form: Cer Under penalties of perjury, I cE r— Signature_C,9?�D0 that the information shown on this IS is correct to my knowledge. i Date 12/2/2019 Title OWNER/PRESIDE I Phone Number 239-253-3395 maio . Collier County k o-U)N Administrative Services Procurement Services Solicitation 20-7676 Email: Sue. Zimrnermana-colliercountygov.net Telephone: 239-252-8034 Memorandum ADDENDUM # 1 Date: November 14, 2019 From: Sue Zimmerman, Procurement Strategist To: Interested Parties Subject: Addendu # 1 — 20-7676 — Parks Landscape Maintenance This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. LIST OF COLLIER COUNTY PARKS FACILITIES — Attached is a list of various Collier County Park Facilities but is not exhaustive of all of the facilities that may be included in the future. © 20-7676 Addendum #1 — List of Parks Facilities CC: Matthew Catoe, Pa*s Operations Analyst Please ature) dge ceipt of this Add+ um and include whit `our bid. j Date (Name of Firm) If you require additio the above contact ini 11 /22/2019 10:17 AM p. 36 Collier County Parks and Recreation Facilities Name of Facility Address Phone Type Region Arterial Roadway Aaron Lutz Neighborhood Park 4401 23rd Avenue SW, Naples, FL 34116 239.252.4180 NP 2 Golden Gate Pk /43,d Lane SW Ann Olesky Park 6001 Lake Trafford Road, Immokalee, FL 34142 239.657.4449 BL 1 SR 29 / Lake Trafford Rd Barefoot Beach Access 5901 Bonita Beach Road Bonita Springs, FL 34134 239.252.4000 BP 1 Bonita Bch Rd / Barefoot Barefoot Beach Preserve 505 Barefoot Beach Boulevard, Naples, FL 34112 239.252.4000 BP 1 Bonita Bch Rd / Barefoot Ba view Park 1500 Danford Street, Naples, FL 34112 239.252.4000 BL 1 US41 East / Thomasson Dr Best Friends Park 700 104th Avenue N, Naples, FL 34108 239.252.4000 NP 2 US41 North / 104th Avenue Big Corkscrew Island Regional Park 825 39th Avenue NE Naples, FL 34120 239.252.4000 RP NA Immokalee Road / Oil Well Road Bluebill Beach Access #8 11129 Gulfshore Drive, Naples, FL 34108 239.252.4000 BA 1 US 41 North / Immokalee/111'h/ Bluebill Caxambas Park 9119 South CaIHAr Cm,rt, MarGo island, FL 34145 Collier Blvd South Swallow Clam Pass Park 465 Seagate Drive, Naples, FL 34103 239.252.4000 BP 1 41 North / Seagate Dr Cocohatchee River Park 13531 Vanderbilt Drive, Naples. Fl 34104 239.513.7919 BL 1 US 41 North / Wiggins Pass Rd Coconut Circle Park 4035 Guava Drive, Naples, FL 34104 239.793.4414 NP 2 Airport Road / Estey Avenue Collier Boulevard Boating Park 3620 Collier Boulevard North Naples, FL 34113 239.252.4000 BL 1 US41 East/CR951 South/CR952 Conner Park 492 Bluebill Avenue, Naples, FL 34108 239.252.4000 NP 1 US 41 North / Immokalee Rd / Bluebill Corkscrew Elementary/Middle School 1065 County Road 858, Naples, FL 34120 239.348.7500 RF 2 Immokalee Rd / Oil Well Rd "Dreamland Park" (Mary Evans 411 9th Street South, Immokalee, FL 34142 239.657.4449 NP 3 SR29 W.Main / 9th St Eagle Lakes Community Park 11565 Tamiami Trail — East, Naples, FL 34113 239.793.4414 CP 2 41 East Trail East Naples Community Park 3500 Thomasson Drive, Naples, FL 34112 239.793.4414 CP 2 41 East Trail Eden Elementary School 3650 Westclox Street, Immokalee FL 34142 239.657.4449 RF 3 SR29 / Westclox Road Freedom Memorial Park 1515 Golden Gate Parkway, Naples, FL 34105 239.252.4062 RP 1 GG Pkwv & Goodlette Frank Golden Gate Aquatic Center 3300 Santa Barbara Boulevard, Naples, FL 34116 239.252.6128 AF 4 Santa Barbara/Recreation Ln Golden Gate Boat Ramp 3300 Santa Barbara Boulevard, Naples, FL 34116 239.252.6128 BL 1 Santa Barbara/Recreation Ln Golden Gate Community Center 4701 Golden Gate Parkway, Naples, FL 34116 239.252.4180 CP 2 GG Pkw / Sunshine Blvd Golden Gate Community Park 3300 Santa Barbara Boulevard, Naples, FL 34116 239.252.6128 CP 4 Santa Barbara/Recreation Goodland Boat Park 750 Palm Point Drive Goodland, FL 34140 239.389.4247 BL 1 US41 East/CR92/CR92A Gordon River Greenway Goodlette - Frank Road, Naples, FL 239.252.4000 PR 1 Golden Gate Pkw / Goodlette - Frank C-AffC,oast GornrnEFntty- -ark 14 Aftmn Street, Naples, F 34113 239:.793.4414 RIF 2 us4f East / St Andrews Blvd / Warren Immokalee Airport Park 330 Airways Road, Immokalee, FL 34142 239.657.4449 NP 3 SR29 Main E /Aitwa s Ave Immokalee Cemetery 1155 Little League Road, Immokalee, FL 34142 239.657.4449 NA 3 Lake Trafford Road Immokalee Community Park 321 North 16t Street Immokalee, FL 34142 239.657.4449 CP 3 SR29 / Immokalee Dr Immokalee High School 701 Immokalee Drive, Immokalee FL 34142 239.657.1951 RF 3 SR29 / Immokalee Dr Immokalee Sports Complex 505 Escambia Street, Immokalee, FL 34142 239.657.1951 AC 3 SR29 / Immokalee Dr Isles of Capri Park 139 Capri Boulevard Isles of Capri, FL 34113 239.252.4000 NP 1 CR 951 / CR 952 LASIP Park (Transportation) CR 951 Collier Boulevard, Naples, FL 239.252.4000 PR 1 CR 951 south of Davis Blvd Manatee Park 1890 Roost Road Naples, FI 34114 239.793.4414 NP 2 US41 East / Manatee Rd / Roost Mar- ood Harbor Park 321 Pear Tree Avenue, Goodland FL 34140 239.252.4000 BL 1 US41 East/CR92/CR92A/Pear Tree Max A Hasse Jr Community Park 3390 Golden Gate Boulevard West, Naples, FL 34120 239.348.7500 CP 2 GG Blvd & CR951 Naples Manor Park 5530 Tucker Avenue, Naples, FL 34113 239.793.4414 NP 2 US41 East/Floridian/Martin/Tucker North Collier Regional Park 15000 Livingston Road, Naples, FL 34109 239.252.4000 RP 4 Livingston Rd / South of Immokalee Rd North Gulf Shore Beach Access 0 Seagate Drive, Naples, FL 34103 239.252.4000 BA 1 Seagate Dr & 41 North Oakes Neighborhood Park 6350 Spanish Oaks Lane, Naples, FL 34109 239.353.9669 NP 2 Tarpon Bay/Spanish Oaks Oilwell Park 7671 SR 29, Immokalee, FL 34142 239.657.4449 NP 3 SR 29 South / x Oil Well / entrance Collier County Parks and Recreation Facilities Name of Facility Address Phone Type Region Arterial Roadway Osceola Elementary School 5770 Osceola Trail, Naples, FL 34109 239.566.2367 RF 2 Livingston & Osceola Trl Paddlecraft Park 1295 Capri Boulevard, Naples, FL 239-252-4000 BL 1 CR951 & CR952 Palm River Neighborhood Park 670 Piper Blvd, Naples, FI 34110 239-252-4000 NP 2 Immokalee Rd & Piper Blvd Palm Springs Park 921 Palm Springs Boulevard Naples, FL 34104 239.252.4180 NP 3 Radio Rd / Palm Springs Blvd Palmetto Elementary School 3000 10th Avenue SE, Naples, FL 34117 239.348.7500 RF 2 Golden Gate Blvd East/Everglades Panther Park 850 Church Street, Copeland, FL 34137 239.657.4449 NP 3 SR 29 / CR 837 Pelican Bay Community Park 764 Vanderbilt Beach Road, Naples, FL 34108 239.598.3025 CP 2 US 41 North / Vanderbilt Beach RD Poinciana Village Park 2580 Ponce DeLeon Drive, Naples, FL 34145 239.252.4000 NP 2 Airport Road / Poinciana Drive Port of the Isles Marina2319.642.313-3 Rita Eaton Neighborhood Park 5305 18th Court SW, Naples, FL 34116 --El NP 2 Santa Barbara/ Hunter/20 Ct /51 St/ 17 Ave/ 53 Ln 239.252.4180 Sabal Palm Elementary 4095 18th Avenue NE, Naples, FL 34120 239.348.7500 RF 2 Randall/ Desoto/ 18' Avenue Serenity Walk Park 8985 CR 951 Collier Boulevard Naples, FL 239,252.4000 SW 1 CR 951 south of Davis South Immokalee Park 418 East Eustis Avenue, Immokalee, FL 34142 239.657.4449 NP 3 Immokalee Rd-CR846 / Eustis South Marco Beach Access lot 930 Collier Boulevard South, Marco Island, FL 34145 239.252.4000 BA 1 US 41 East / Collier Blvd - South Starcher PettyField / NPES 685 111th Avenue North, Naples, FL 34108 239,566.2367 RF 2 US 41 North / Immokalee Rd Su den Regional Park 4284 Avalon Drive Naples, FL 34112 239.793.4414 RP 2 US 41 East /Air ort Sun-N-Fun Lagoon NCRP-15000 Livingston Road, Naples, FL 34109 239.252.4021 AF 1 Livingston Rd / South of Immokalee Rd T' ertail Beach Park 430 Hernando Drive, Marco Island, FL 34145 239.252.4000 BP 1 Collier Blvd to Ti ertail Ct Tony Rosbou h Community Park 1213 Little League Road, Immokalee, FL 34142 239.657.4449 RF 3 SR 29 / Lake Trafford Road Vanderbilt Beach Access Garage 100 Vanderbilt Beach Road, Naples, FL 34108 239.252.4000 PG 1 Vanderbilt Bch Rd & Gulf Shore Vanderbilt Beach Access Restrooms 40 Vanderbilt Beach Road, Naples, FL 34108 239.252.4000 RR 1 Vanderbilt Bch Rd & Gulf Shore Vanderbilt Beach Access 0 Vanderbilt Beach Road, Naples, FL 34108 239.252.4000 BA 1 Vanderbilt Bch Rd & Gulf Shore Velocity Skate Park ENCP, 3500 Thomasson Drive, Naples, FL 34112 239.793.4414 SF 2 US 41 East / Thomasson Drive Veteran's Community Park 1895 Veteran's Park Drive, Naples, FL 34110 239.566.2367 CP 2 Immokalee Rd / West of Air ort Veteran's Memorial Elementary 15960 Veteran's Memorial Boulevard, Naples, FL 34110 239.566.2367 RF 2 Livingston Rd north of Immokalee Vineyards Community Park 6231 Arbor Boulevard West Naples, FL 34119 239.353.9669 _ _CP__ 2_ Vanderbilt Bch Rd/ Vinayards Blvd V eels BWand -Skate Park GGCC - 4701 Golden Gate Parkway, Naples, FL 34116 239.252.4180 SF 3 Golden Gate Pkw / Sunshine Willoughby Acres Park 18 Mentor Drive, Naples, FL 34110 239.252.4000 NP 2 Immokalee Rd / Piper Blvd AC — Athletic Center AF — Aquatic Facility BA — Beach Access BL — Boat Launch BP — Beach Park CP - Community Park INP - Neighborhood Park PG - Parking Garage PR - Preserve RF — Recreation Fields School Site RP — Regional Park RR - Restrooms SF — Skate Facility Company ID Number: 1474283 THE E-VERIFY FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY k "ts The parties to this agreement are the Department of Homeland Security (DHS) and the R&N LAWN MAINTENANCE INC. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). 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 Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 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 E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 w a C., 0 �II�II� Company ID Number: 1474283 4. The Employer agrees to become familiar with and comply with the most recent version of the 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 will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. 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 I-9 procedures, with two exceptions: a. 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 Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 8884644218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form I-9, The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-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 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination 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 of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ 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 Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1474283 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 faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-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 I-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 hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be 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. 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 11.13 of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. 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. The Employer 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. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.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 MOU for Employers I Revision Date 06/01/13 r v On Company ID Number: 1474283 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) 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 mismatch 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 nonconfirmation may call E-Verify at 1-888464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. 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 immigration -related unfair employment 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 VI 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 E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify 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. 16. The Employer agrees to notify DHS immediately in the 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 1-8884644218 or via email at E-Verify6d dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives 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)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1474283 reasonable notice, to review Forms I-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 prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU 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 DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such 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, USCIS, 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 in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual 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 vercation terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the 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. 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 in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not 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 to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 14, 4283 b. 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 begin 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 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 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 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 contract, whichever is later. c. Federal contractors 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 under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category 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 contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors 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 those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: The Employer cannot determine that Form I-9 complies with Article II.A.6, The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 r �,YIa'i'V.R Company ID Number: 1474283 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form I-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 be provided on this subject in the E-Verify User 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 employee by any Employer that is not a Federal contractor based on this 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 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. C. RESPONSIBILITIES 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 database. 2. SSA agrees to safeguard the 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 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). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer: 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 a Fm �Ve M fYl .rr«sr °�t1,14P< Company ID Number: 1474283 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 :-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 tc 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 Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. 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-Verify. 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. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirIlia tion 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 nonconfirmations. 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 Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 14, 4283 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 Employer 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 Jays. 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. 6. 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. REFERRAL 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 them 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 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. 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 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 14, 4283 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether therephoto match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. 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 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 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 a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 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 and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 �Ve I E r .r fN YI l P Company ID Number: 1474283 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby 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 a breach of system integrity or security by the Employer, or a failure on the part of the 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 of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively 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 notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. 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 necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. 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 Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, 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 be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. 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 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 Employer. E. The Employer understands that its 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, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1474283 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). 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 statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. 1 The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E=Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888 464=4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1474283 Approved by: Employer R&N LAWN MAINTENANCE INC. Name (Please Type or Print) Title Ricardo Rives Signature Date Electronically Signed 12/02/2019 Department of Homeland Security - Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 12/02/2019 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1474283 Information Required for the E-Verify Program Information relating to your Company: Company Name R&N LAWN MAINTENANCE INC. Company Facility Address 340 6TH ST SE NAPLES, FL 34117 Company Alternate Address County or Parish COLLIER Employer Identification Number 650733218 North American Industry Classification Systems Code 811 Parent Company Number of Employees 5 to 9 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1474283 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 Company ID Number: 1474283 Information relating to the Program Administrators) for your Company on policy questions or operational problems: Name Ricardo Rives Phone Number (239) 253 - 3395 Fax Number Email Address nrives7@gmail.com Page 16 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 M+ M M1t Y i h 0 Company ID Number: 1474283 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 PROFESSIONAL SERVICE AGREEMENT # 20-7676 for PARKS LANDSCAPE MAINTENANCE THIS AGREEMENT, made and entered into on this day of 20 20 , by and between _R & N Lawn Maintenance. Inc. authorized to do business in the State of Florida, whose business address is 340 6th ST SE, Naples, FL 34117 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): V1 3 WIT NESSETH: The Agreement shall be for a three (3 ) year period, commencing date of Board approval El or on and terminating three year(s) from that date or until all outstanding Purchase Order(s) issued expiration of the Agreement period have been completed or terminated. ❑■ upon the (3 ) prior to the 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. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a 0 Purchase Order ❑ Netmee to PFeeeed ❑ ref STATEMENT OF WORK. terms and conditions ❑ Other Invitation for Qualifications The Contractor shall provide services in accordance with the ❑ Invitation to Bid (ITB) [�] ( IFQ ) # 20-7676 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page I of 14 Professional Service Agreement 02019-011 Packet Pg. 1008 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 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 I•❑ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3.4 ❑ The pFeeeduFe feF ebtaining Work undeF this AgFeengent ❑ 9ther 3.5 ■❑ The County reserves the right to specify in each Request for Quotations: the period of completion-, collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology 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): 0 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. #erthe -prejest Page 2 of 14 Professional Service Agreement 42019-01 l Packet Pg. 1009 ❑ r eF ee6tye Fifiisatien) 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 "lathes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Est � $4-1-•B8 B+nnef $fig ' rare Rcr,+rake«r g Astuat east of tedging at angle 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 Page 3of14 Professional Service Agreement 42014-011 Packet Pg. 1010 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: R & N Lawn Maintenance Inc. Address: 340 61h ST SE Naples. FL 34117 Authorized Agent: Attention Name & Title: Ricardo Rives President Telephone: (239) 253-3395 E-Mail(s): -rnlawnagmail.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: Barry Wiliams Division Name: Parks and Recreation Address: 15000 Livingston Rd Naples, FL 34109 Administrative Agent/PM: Matt Catoe Telephone: Operations Analyst E-Mail(s): matt.catoe colliercount fl. 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 Page 4 of 14 Professional Service Agreement 02019.011 Packet Pg. 1011 all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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. ■❑ Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability- This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑■ Business Auto Liabilii� Coverage shall have minimum limits of $1 000 000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. ■❑ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident, Page 5 of 14 Professionai Servicc Agreement #2019-01 1 Packet Pg. 1012 D. ❑ and aggFegate- & ❑ essUFFenee. G- ❑Whet)., Govefage shall havemiiRimuw 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 Page 6 of 14 Professional Service Agreement 42019-011 x 3 Packet Pg. 1013 rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Parks and Recreation 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), ❑E Exhibit A Scope of Services, ❑ RFIQ ❑ ITB/7 Other Invitation for Qualifications #20-7676 , including Exhibits, Attachments and Addenda/Addendum, W subsequent quotes, and ❑ Other Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box will 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. Page 7 of 14 Professional Service Agreemem 42019-01 1 Packet Pg. 1014 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 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. Page S of 14 Professional Service Agreement 92019-011 Packet Pg. 1015 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, 22. 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. 23. 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. 24. 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. 25. 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. 26, ❑ KEY PERSONNEL. The G9AtFaGt9F'6 peFs9RRel and manageweRt to be utilized f0F this peFfeFm investigations as Pnay be deemed ReGessary to ensure that GOmpeteRt persons will be utilized in the peFfGfMaRGe of the AgFeement. The GE)ntFaGtE)F shall assigR as people as available feF an amouRt of time adequate to meet the reqUiFed SeFYiee dates, The GORtFa6te-F �pnt have substantially the name or vett�r �" G�Ta1�v'vL�7sa�JCCxrri��♦a� r y -`TrrG �� u r n ,L. v� y . the County is netified iR tt Page 9 of 14 Professional Service Agreement 92019-011 Packet Pg. 1016 commemially Feasenable e#ef4s te notify Collier County withiR seveR (7) days of the ehange, The--Cotom- Lk 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. 27. ❑■ 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. ❑ ORDER -OF -PRECEDENCE Grant-Rinde . l senflo�etw er aM9Rg Summai:y, the teFFAs of the Agreement shall take precede Gontraet } 1To the extent any nnnflin} in the terms of the �+,.,,,.,}r,., t�4C�-y Feefi'�'F}L—rvZrTc--c�cscnt-urr�c.�rrrrrar-n r crTc. terms v� the Conditions, 1 lam. .Tf ron} }ho nnnflin} eemIVL shall he r gran-vc� 28. 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. 29. 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 Page 10 o IA 4 Prolessional Service Agreement 42019-011 Packet Pg. 1017 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 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. (Intentionally left blank -signature page to follow) Page 11 of 14 Professional 5en•ice Agreement #2019-011 Packet Pg. 1018 16.D.5.n 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 Kinzel, Clerk of Courts of the Circuit Court & Comptroller By: Dated: (SEAL) Contractor's Witnesses: all 1' Contractor's First Witness i C TT /print witness n me Contractor's con fitness .5 Type/pnnl witness Mtn Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Burt L. Saunders , Chairman R & N Lawn Maintenance Inc. Contractor Sy: Signature TType/print signature and title i` Page I of Id Prafeutwaf Set we Apcenmt Y2o10 r711 Packet Pg. 1019 Exhibit A Scope of Services ❑ following this page (pages 1 through 4 ) ❑ this exhibit is not applicable Page 13 of 14 Professional Service Agreement 42019-011 Packet Pg. 1020 IFQ# 20-7676 "Parks Landscape Maintenance" EXHIBIT A SCOPE OF SERVICES WORK ASSIGNMENTS All projects will be quoted to the qualified vendors using lump sum pricing, Quotes must be received within ten (10) business days or within timeframe dictated by project manager for non -urgent work requests. TECHNICAL SPECIFICATIONS The award is to include, but not limited to, mowing, edging, blowing/street cleaning, weeding, general site trimming, and trash removal at Collier County Regional, Community, & Neighborhood Parks. 1. Mowing and Ed in Prior to mowing, Contractor shall be responsible in the removal and disposing of all trash and debris which includes, but not limited to, palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, shrubbery, and other miscellaneous objects on the ground in the service area to include the right-of-way. The number of mowing services may be modified by the County's Field Supervisor or designee depending upon seasonal conditions. • Mowing and edging shall include park medians and areas along the outside edge of the sidewalks of adjacent properties, if existing, which are not currently maintained by the property owners. Contractor shall ensure all trash and debris is disposed of the same day and areas with pavement and curbing shall be clear of all grass clippings from mowing. • Swale areas must be mowed throughout the entire year. if mowing is not possible and the swales are full of water, the swales must be addressed at every service to reduce the height of the weeds to 12" above the water. • Grass shalt be cut at the height of 3 1/2" for Bahia and 4" for St. Augustine. • Edging is required in all turf areas around isolated trees, valve boxes, shrubs, signposts, utility holes, etc. where they exist. All debris on streets, sidewalks, or other areas, resulting from edging, shall be removed. No herbicide shall be used for edging. • Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, street light bases, signposts, headwalls, guardrails, timer pedestals, posts, and trees. • Swales and dry retention areas must be mowed and weed trimmed. A full singular mowing service shall include trash removal, mowing, and edging of the entire project. • Side of the road, a full mowing service shall include: side of the roadway mowing and edging, all swale areas, and side of right-of-way trash removal. Exhibit A r, Page 1 of 4 Packet Pg. 1021 16.D.5.n • Mowing ahead signs are required when mowing is being completed. 2. Trash Removal Before mowing turf areas, the Contractor shall remove all debris trash from the service site. • Park trash removal for each service for all site areas shall be cleaned by removing all trash or debris which shall include, but not limited to the following: paper, bottles, cans, other trash, and horticultural debris. • Disposing of trash and debris must be at a proper landfill or disposal site. 3. Street Cleaning Sidewalks, curbing, and gutters to include the four (4') foot area from the face of the gutters and curbs, turn lanes, medians, and sidewalk areas shall be cleaned the same day as the mowing service to remove any accumulation of debris or objectionable growth to maintain a neat and safe condition. Sidewalks shall be blown clean. Grass clippings or other debris shall not be blown on other adjacent property or accumulate on right-of-way areas, paved areas, traffic, or roadways. Blowing shall be directed toward the existing landscape median or grass. 4. Weeding Weeding of plant beds, sidewalks (asphalt, concrete paver), guardrail bases, curb joints and other mulched areas by chemical and/or hand removal and must be performed weekly or as necessary to provide a weed -free and well -maintained area. Blue tracker is required when spraying non -selective herbicide (Glyphosate). ➢ Must be a Florida Pesticide Licensed Applicator. S. General Site Trimming/Pruning General site pruning shall be defined as the pruning of any plant's foliage height that is ten feet (10') and below. a) Shrub pruning should be done at a minimum of every 6-weeks throughout each Park for all shrub types that require pruning so that landscape gives the appearance of continuity throughout that Park project area. b) Groundcovers and shrubs shall be maintained at the required height as specified by the County's Project Manager or designee up to a maximum height of thirty-six inches (36"), with the exceptions of sight windows when the height needs to be maintained at a maximum of eighteen thru twenty-four inches (l 8"- 24"). c) Shrubs and plant material shall not grow over the curbing and into the roadway or parking area. d) Shrubs and trimming, as described above must be completed in order to submit an invoice for payment. 6. Miscellaneous and Landscape Maintenance Responsibilities a) If plants, shrubs, trees, grass or foliage die due to neglect or damaged by the Contractor as determined by the County's Project Manager and/or designee, they shall be replaced at the Contractor's expense. b) The Contractor shall provide ramps or other devices to gain access over the curb in all parks. The curb or turf areas shall not be damaged due to gaining access, or they will be furnished and replaced at the Contractor's expense. Exhibit A Page 2 of 4 Packet Pg. 1022 c) It shall be the Contractor's responsibility to notify the County's Project Manager or designee of any maintenance problems or additional maintenance needs. d) The Contractor shall perform inspections on all plants, shrubs, trees, and grassy areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the County's Project Manager or designee should a disease or infestation be found. e) If a harmful pest is identified and needs treatment, quotes are required to be approved by Parks Field Supervisor or Project Manager before any treatments. f) The Contractor shall have a singular point of contact with cellular phone and e-mail for on -site and offsite communication to communicate with the County's Project Manager or designee. The Field Supervisor or designee must be able to meet on -site when requested and must be able to answer any questions regarding the landscape maintenance for the specifications herein. If the Contractor is unavailable there must be a secondary person who can be available to answer questions and/or make decisions. 7. Utilities Contractor shall be responsible for exercising caution while in the vicinity of utilities. Any damage to utilities will be the Contractor's responsibility. It is the contractor's responsibility to call Sunshine8l 1 (811 or 1-800- 432-4770) before starting any digging project. 8. _Maintenance of Traffic (MOT) MOT may be requested on an "as -needed basis." Contractor shall comply with the requirements of the County's Maintenance of Traffic (MOT) Policy. Upon approval of a MOT Plan and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc., the lane may be restricted from traffic. 9. Equipment Requirements The equipment utilized shall be in good working condition, properly maintained, and designed and manufactured for the work required in the specifications. It shall be equipped with all safety devices available and must be properly maintained. The crews must be trained to safely use the equipment. • Equipment List: Provide a list of all company -owned and leased equipment for this contract. 10. Crew Communication Contractor shall provide a qualified English-speaking crew leader/supervisor which shall be present and readily available to Division personnel and during business hours of operation at the worksite. • Contractor Project Manager or designee shall be a singular point of contact with cellular phone and e- mail for on -site and off -site communication. • They must be able to meet on -site when requested and must be able to answer any questions regarding the work. Exhibit A Page 3 of 4 Packet Pg. 1023 11. Uniforms and Identification Badizes: The Contractor's employees shall be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The uniform shall consist of a logo shirt and matching long pants. The contractor's employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. Any employee found without a badge and full uniform will be sent home and the Contractor shall be fined $100 per day per incident. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. The front of the employee identification badge shall have the employee's photo, the employee's name and the Contractor's company name. Exhibit A Page 4 of 4 Packet Pg. 1024 Other ExhibitlAttachment Description. [] following this page (pages through ) 0 this exhibit is not applicable Page 14 of 14 Professional Service Agreement #12019-01 1 Packet Pg. 1025 ---"*i 16.D.5.o A� " CERTIFICATE OF LIABILITY INSURANCE DATE 3/27/2020 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 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 commercial service NAME: Brightway Insurance AIC NNo Ext: 855-841-3135 C NU: (904)482-0739 P.O. Box 5700 E-MAIL commercial @bri htwa com AnnRl g y' Jacksonville FL 32247 INSURERA:CYPreSS Property & Casualty 10953 INSURED INSURER B R&n Lawn Maintenance Inc INSURERC: 340 6th Street Se INSURER D: INSURER E : Naples FL 34117-9999 INSURER F: COVERAGES CERTIFICATE NUMBER:CL1971156389 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 ADDL SUBR POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,( A CLAIMS -MADE � OCCUR PRE AGE PRE EES ES a occurrencRENTED e $ 100,( MED EXP (Any one person) $ 5,( X GFL 1018603 07 7/7/2019 7/7/2020 PERSONAL & ADV INJURY $ 1,000,( GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,( X POLICY ❑ PRO JECT ❑ LOC PRODUCTS - COMP/OP AGG $ Incluc SETUP $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED HIREDAUTOS AUTOS UMBRELLA LAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN PER OTH- STATUTE ER ANY PROPRIETOR/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 $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners, Or Board of County Commissioners in Collier County, or Collier County Government are additional insured including primary and non-contributory as required by written contract. For any and all work performed in Collier County. Policy includes operations under class code 97050 Lawn Care Services and class code 97047 Landscape Gardening. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commission 3295 Tamiami Traile 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 Pedro Fred/DELDIC © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) 1 Packet Pg. 1026 16.D.5.o ADDITIONAL COVERAGES Ref # Description Coverage Code Form No. Edition Date AIOMN AIOMN Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 1 $250.00 Ref # Description Coverage Code Form No. Edition Date Policy Fee POLFE Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium $25.00 v c Ref # Description Coverage Code Form No. ca Edition Date C Premises/Operations PREM c Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 6,700 $98.00 !z cc Ref # Description Coverage Code Form No. Edition Date U) Premises/Operations PREM C ca Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium J 60,900 $802.00 U) tc (L Ref # Description Coverage Code Form No. Edition Date ti co ti Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium N r Cl) Ref # Description Coverage Code Form No. Edition Date N N Limit 1 it 2 Limit 3 Deductible Amount Deductible Type Premium v C cC L U) Ref # Description Coverage Code Form No. Edition Date —I N v Limit 1 Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type C Premium T" d .r C Ref # Description Coverage Code Form No. Edition Date C 3 Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium J Z Ga w w Ref # Description Coverage Code Form No. Edition Date to ti 0 Limit 1 Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium N T" C N E Ref # Description Coverage Code Form No. Edition Date v R r r Q Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium rOFADTLCV Copyright 2001, AMS Services, Inc. Packet Pg. 1027 CERTIFICATE OF LIABILITY INSURANCE 4/2 uzu I.o Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. rights upon the Certificate Holder. This Certificate does not amend, extend Holiday, FL 34691 or alter the coverage afforded by the policies below. (727) 938-5562 Insurers Affording Coverage NAIC # Insured: South East Personnel Leasing, Inc. & Subsidiaries Insurer A: Lion Insurance Company 11075 Insurer B: 2739 U.S. Highway 19 N. Insurer C: Holiday, FL 34691 Insurer D: Insurer E: Coverages 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. Aggregate limits shown may have been reduced by paid claims. INSR ADDL Policy Effective Policy Expiration Date Limits C LTR INSRD Type of Insurance Yp Policy Number Y Date (MM/DD/YY) (MM/DD/YY) GENERAL LIABILITY Each occurrence CL Commercial General Liability Damage to rented premises (EA y Claims Made ❑ Occur occurrence) -p c Med Exp J N Personal Adv Injury i General aggregate limit applies per: Policy ❑ Project ❑ LOC General Aggregate to Products - Comp/Op Agg to ti AUTOMOBILE LIABILITY Combined Single Limit CD (EA Accident) N Any Auto Bodily Injury All Owned Autos r (Per Person) CO) Scheduled Autos N Bodily Injury Hired Autos Non -Owned Autos (Per Accident) C Property Damage � L (Per Accident) 7 N C —1 EXCESS/UMBRELLA LIABILITY Each occurrence ~y Aggregate Occur ❑ Claims Made V C Deductible C d A Workers Compensation and WC 71949 01/01/2020 01/01/2021 X I WC Statu- OTH- _ Employers' Liability tory Limits ER CU E.L. Each Accident $1,000,000 Any proprietor/partner/executive officer/member E.L. Disease - Ea Employee $1,000,000 excluded? NO 3 � If Yes, describe under special provisions below. J E.L. Disease - Policy Limits $1,000,000 Z 06 Other Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 06-65-943 Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": ti R & N Lawn Maintenance, Inc. N Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL. C d Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or email certificates@lioninsurancecompany.com C1 Project Name: WAIVER OF SUBROGATION APPLIES IN FAVOR OF COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS, OR, BOARD OF COUNTY COMMISSIONERS IN Q COLLIER COUNTY, OR, COLLIER COUNTY GOVERNMENT, OR, COLLIER COUNTY. ISSUE 04-24-20 (BP) Begin Date:7131/2017 CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COUNTY Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to COMMISSIONERS do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. 3295 TAMIAMI TRAIL E.— NAPLES, FL 34112.a—e-+/�--- Packet Pg. 1028 CERTIFICATE OF LIABILITY INSURANCE 16.D.5.o DATE (I 04/16/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TH 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 endorse If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT CRYSTAL MAXWELL NAME: StateFarm GRAY INSURANCE AGCY INC HONE Ext: 239-261-5623 FAX No: 239-261-0267 THOM GRAY, AGENT AODRIess: CRYSTAL@THOMGRAYAGENCY.COM ° 3400 TAMIAMI TRAIL N SUITE 304 NAPLES, FL 34103 INSURED R & N LAWN MAINTENANCE INC 340 6TH ST SE NAPLES, FL 34117-9345 INSURER B : INSURER D : INSURER(S) AFFORDING COVERAGE State Farm Mutual Automobile Insurance Company 9901T/=I:7_Te3 Ildrefill IMIagJil:i=: NATAR9re7.Iill IT, l 1=I NAIC # 25178 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIC INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH 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 SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGES( RENTED PREMISES Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑PRO JECT ❑ LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY C2558040119 04/09/2020 04/09/2021 OEaMBINED accidentSINGLE LIMIT (CEO, $ XOWNED /� X BODILY INJURY (Per person) $ 1,000,000 B ANY AUTO �/ SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY X E320028A2959C E320035A2959B 01/29/2020 01/29/2020 01/29/2021 01/29/2021 BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE Per accident $ 1000,000 $ E320042A2959B 01/29/2020 01/29/20201 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANY PROPRIETOR/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 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ENOL AND HIRED AUTO 1M/1M/1M 07 MITSUBISHI FE145 JL6BBE1S87K000219 06 STERLING ACTERRA 2FZACGCS06AW36239 06 MITSUBISHI FE145 JL6BBE1S06K009236 CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAM IAMI TRAIL E NAPLES, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOF THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED �REPRESENTATIVE / iZB'l'i2u-� G a� V C to c N a+ C a� rL M U to C to J to Y L d to ti to ti CD N r t'M N r @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD , Packet Pg. 1029 CERTIFICATE OF LIABILITY INSURANCE 16.D.5.o DATE (I 04/16/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TH 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 endorse If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT CRYSTAL MAXWELL NAME: StateFarm GRAY INSURANCE AGCY INC HONN Ext: 239-261-5623 FAX No: 239-261-0267 THOM GRAY, AGENT AODRIess: CRYSTAL@THOMGRAYAGENCY.COM 3400 TAMIAMI TRAIL N SUITE 304 NAPLES, FL 34103 INSURED R & N LAWN MAINTENANCE INC 340 6TH ST SE NAPLES, FL 34117-9345 INSURER B : INSURER D : INSURER(S) AFFORDING COVERAGE State Farm Mutual Automobile Insurance Company 9901T/=I:7_Te3 Ildrefill IMIagJil:i=: NATAR9re7.Iill IT, l 1=I NAIC # 25178 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIC INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH 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 SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGES( RENTED PREMISES Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑PRO JECT ❑ LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ B AUTOMOBILE LIABILITY ANY AUTO �/ SCHEDULED AUTOS ONLY AUTOS NON -OWNED AUTOS ONLY AUTOS ONLY E320068A295913 01/29/2020 01/29/2021 (CEO, OEaMBINED accidentSINGLE LIMIT $ XOWNED /� XHIRED BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE Per accident $ 1,000,000 UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) 01 CHEVROLET C34 1GBJC34121F212076 CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAM IAMI TRAIL E NAPLES, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOF THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE a� V C to c tU a+ C a� rL M U to C cs J to Y L d to ti to ti CD N r t'M N r @ 1988-2015 ACI ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD N. All rights reserved. 11 Packet Pg. 1030 C4G3#W Cou"Ey halmntsran oSuNl=Dgv Miont pin wll'Iier1156Vk *[Whico Forrn 2: Vendor Check List Undated: October 24th 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor ould check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. —y/ The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. 11 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 MUST be included. Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - httii://dos.mvflorida.com/sunbizl. 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 ofF;rm: Superior Landscaping &Lawn Service, Inc. Address: 2200 NW 23 Avenue City, State, zip: Miami, FL 33142 Telephone: 305-634-0717 Email: superlandscape@bellsouth.net Representative Signature: Representative Name: senla Otero, Estimator Date 12/2/2019 CiAller Cauvery l+tlmnlsYat�mSon�lccs Dct�rlrFiant P� M.Ltll�iCtil SMVKzs Crvi!!g1 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: Superior Landscaping & Lawn Service, Inc. Signature and Date: \t;Qe64,,(,et(r , 12/2/2019 Print Name: JeSeblia Otero Title of Signatory: Co te►- Cou"ty Aalmnlstram SUM= Dopwoiant P� titaen�k�d L Yvio-s [�vViai 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 2 day of December, 20 1 9in the County of Miami -Dade in the State of Florida Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: Superior Landscaping &Lawn Service, Inc. 6220-2 Topaz Court Fort Mvers. FL 33966 65-0838100 3NRM9 305-634-0717 Estimator Additional Contact Information Send payments to: Superior Landscaping & Lawn Service, Inc. (required if different from Company name used as payee above) Contact name: Marla Valdes Title: Vice President Address: PO Box 35-0095 City, State, ZIP Miami, FL 33135 Telephone: 305-634-0717 Email: superlandscape@bellsouth.net Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Ga tet-10014my AdmMsbattileroS x fDvai"Ilwnt PixtirenierA sttvrx: C,vislnr Form 5: Immigration Affidavit Certificatiall 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 &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 ale) 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 (&Verity), 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 Superior Landscaping &Lawn Service, Inc. Print Name Jesenia Otero Title Estimator Signature LAAn Date 12/2/2019 �le�r Cujtft*'. Adm;,r*r ser,R:t owannai .t.unrW156.: n.K..n 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 $UperlOr LandSCaping & LaWn $erVlCe. In (as shown on income tax return) Business NameW-(fdif�erent ffrom taxpayer name) Address PO eox"35-0095 city Miami State_ Florida Order Information (Must be filled out) Address PO Box 35-0095 Zip 33135 Remit /Payment Information (Must be filled out) Address PO Box 35-0095 CityMlami State FL Zip 33135 City Mlaml State FL Zip 33135 Email superlandscape@bellsouth.net 2. Company Status (check only one) Email superlandscape@bellsouth.net Individual /Sole Proprietor _Corporation Partnership _Tax Exempt (Federal income tax-exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification 3. Taxpayer Identification Number (for tax reportingpwposes only) Federal Tax Identification Number (TIN) 65-0838100 (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 of nerianv I certify that the information shmvn on this form is correct to my knawledQe. S afore Date 12/2/2019 Title Estimator Phone Number 305-634-0717 Co per County Adnlrils auv0 SONiCO3 D0P*V )t Plaljenie" Sr VkW.s CWkJun Form 7: Vendor Submittal —Local Vendm• Preference Affidavit (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Procwement 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 []Collier County or N Lee County: 16 Number of Employees (Including Owners) or Corporate Officers): 180 Number of Employees Living in ❑Collier County or ®Lee (Including Owner(s) or Corporate Officers): 30 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:1aerior Landscaping &Lawn Service, Inc. Date: 12/2/2019 Address in Collier or Lee County: 6220-2 Topaz Court Fort Myers, FL 33966 SignaturAZJ/t„mc j Title; Estimator 1.0 LOCAL VENDOR PREFERENCE (LVPI 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. 13 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. Stat. 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, from 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. 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/boeexempt/ 2. ® Employer's Liability $_500,000_ 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 ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the ContractorNendorshatl 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. S. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/I-Iired; 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 (zones 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 $5,000000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5 % of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 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 subcontractor 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, Boud of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ®On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor, Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 10/30/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months fi•om the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Brown &Brown Estimator Date 12/2/2019 Agent Name Julio Guerrero Telephone Number 305-714-4400 Co'LLier County Administrative Services Department Procurement Services Division Memorandum Date: November 143 2019 Email: Sue.Zimmerman ancolliercountygov.net Tel e p h o n e: 2 39 -2 52-8 034 ADDENDUM # 1 From: Sue Zimmerman, Procurement Strategist To: Interested Parties Subject: Addendum # 1 — 20-7676 —Parks Landscape 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. LIST OF COLLIER COUNTY PARKS FACILITIES —Attached is a list of various Collier County Park Facilities but is not exhaustive of all of the facilities that may be included in the future. 0 20-7676 —Addendum #1 —List of Parks Facilities CC: Matthew Catoe, Parks Operations Analyst Please acknowledge receipt of this Addendum and include with your bid. 11 /22/2019 �iFft� Superior Landscaping &Lawn Services, Inc. (Name of Firm) If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. SUPERIOR LANDSCAPING & LAWN SERVICE, INC December 2, 2019 To whom it may concern, Superior Landscaping & Lawn Service, Inc along appreciates the opportunity to present the proposal with the intent to offer its services. The extensive experience that our company brings to this property will certainly continue to enhance the property's beauty and serene vista. Our approach is to team up with your staff, being the front line of the maintenance. By not only taking care of our contractual agreement, but reporting anything we see before your guest. For example if a light it out or if there is a tripping hazard, etc to name a few. This teaming approach will ensure an excellent and successful working relationship. Founded in 1982, Superior Landscaping & Lawn Service, Inc has provided on -point services for many quality municipalities, property management companies and historical residences. We pride ourselves in having successfully completed many challenging contracts that cover a full spectrum of services such as daily porter & janitorial services, Exotic vegetation removal, emergency Debris removal, HOAs, landscape & hardscape maintenance, arbor care, irrigation repairs and maintenance, pesticide and insecticide control, and pre- and post storm preparation and restoration services. Our company's mission statement is to exceed customer's expectations with a 'service -first' attitude while forming a lifelong company -client relationship that is committed and mutually beneficial. Our service teams are bilingual, friendly and knowledgeable. Most of our employees have dedicated their services to our company and customer base for over 30 years. It is with the same loyalty and dedication that our team members will provide services to our customers. Fully licensed, insured and bonded, Superior Landscaping & Lawn Service, Inc. is capable of handling the largest contracts. Our administrative and financial personnel and advisors constantly report, analyze and interpret data in order to guide the company and its stakeholders in the most fiscally sound manner. The following pages represent the commitment that Superior Landscaping & Lawn Service, Inc. will have in providing professional, quality service. Our company and its team will deliver friendly, customer -oriented services with the intention of creating a more welcoming, clean and special environment for its owners, tenants and visitors. P.O. Box 35-0095, Miami, FL 33135-0095 800.759.4156 1 www.superiorlandscaping.com Our office locations are Headquarters - Miami -Dade County 2200 NW 23 Avenue Miami, FL 33142 West Coast - Lee County 6220-2 Topaz Court Ft. Myers, FL 33966 Best, Orlando Otero Superior Landscaping & Lawn Service, Inc. About Us Since in 1998, Superior ;;;... Landscaping & Lawn Service, ' Inc. been tin n r c. as creating g landscape solutions for clients throughout the State of Florida. The owners, Orlando Otero and Maria Valdes, 4 began their business as a sole proprietorship over thirty years ' L5 ago with a vision to create a I company that would provide4 excellent service to their customers as well as create a welcoming and creative atmosphere for its employees. ;'r J hL 4 Years of experience, discipline and hard work have shaped a complete landscaping and lawn maintenance service company that can accommodate projects of any size. Throughout decades of exceptional performance and sound professional practices, the company has been exceeding the needs of its customers by providing the highest quality of services in the industry, establishing itself as one of the leading landscaping companies in South Florida. Structure Superior Landscaping & Lawn Service, Inc is a legal corporation registered in the State of Florida. Owned and operated by Orlando Otero and Maria Valdes, the company employs over 250 team members in the operations, administrative and business development departments. Our company teams are organized as follows: Executive Management Orlando Otero, President and Chief Executive Officer Maria Valdes, Treasurer and Chief Administrative Officer Operations Manaaement Beatriz Gerdts, Maintenance Division Manager Casimiro Gordillo, Certified Pest Control Operator Bernard Levy, Certified Plumber Michael Morel, Certified Arborist Paul Sands - Certified Pest Control Account and Project Managers Rolando Sanchez, West Coast Sales Manager Marcos Manzo, West Coast Account Manager Irene Cambeyro, Operations Manager Assistant Jesus Acosta, Construction Division, Irrigation Specialist Lisandro Iglesias, Construction Division Julio Valdes, Construction Division Daniel Roque, Maintenance Division Jorge Arroyo, Maintenance Division Julio Lumbi, Account Manager Administrative Office Larry Cantor, Operations Manager Aileen Villasana, Human Resources Director, EEO Officer Juan Vicario, Purchaser Manager Sandra Arroyo - Accounting Business Development Office John McCarthy, III, Director of Business Development Bob Hennis, Business Development and Junior Estimator Luis F. Cruz, Business Development and Senior Estimator Jesenia Otero, Estimating Coordinator One of South Florida's leading landscape contractors, Superior Landscaping & Lawn Service, Inc. has provided maintenance solutions to South Florida's elite residential, commercial and government properties. Our team of experts is trained to develop quality plans to provide a full menu of services in order to satisfy our customer's needs. We are fully licensed, insured and bonded to provide landscape & irrigation system installations and maintenance, fertilizer, pesticide and herbicide treatment plans, arbor services and pre -preparation and post -storm recovery. The company's influence stretches beyond Miami to include commercial and municipal accounts located in Broward, Palm Beach, Lee, Collier, Polk & Sarasota counties. SUPERIOR LAND$+^,AR rYC, 3 LAWN SCFMC€. INC. Quality Control Plan Attached you will find a sample Quality Control plan. All Quality Control plans are created for their respective project and upon award we will create one for the Collier County. Please see below. SUPERIOR LAND.�MG 3 LAWN SCFMCE. INC. SUPERIOR LAN;)S APN'G6',AM%.SERVI;E.-%C Quality Control Plan for Town of Miami Lakes Lakefront Beach Parks Superior Landscaping & Lawn Service, Inc., "Quality Control Plan" is as follows: The Quality objective of all services and materials provided by Superior Landscaping & Lawn Service, Inc. in accordance with the conditions and specifications of the contract between Contractor and Town of Miami Lakes is to maintain and service Parks P8, P21, P27, P32, P67 and Park P81 "Lakefront Beach Parks", keeping them in a healthy, growing, clean and attractive condition throughout the year. All work will be performed in accordance with the highest professional maintenance standards and horticultural techniques. Frequencies set for certain repetitive maintenance functions and tasks in specifications are minimum frequencies, which must be increased, if necessary to achieve the quality objective. All work will be completed in a continuous manner. That is all mowing, edging, line trimming, landscape trimming, weed control and blowing, shall be completed before leaving each park. In the Maintenance & Service Plan as well as the Annual Execution Plan we list in detail the schedules of all other services that will be provided to the Town of Miami lakes for beautification and maintenance of the parks. All crews will be supervised during their maintenance scheduled visit by Augusto Odio, Account Manager and ISA Certified Arborist from Superior Landscaping & Lawn Service, Inc. The Account Manager will be in constant communication with the Project Manager, Jose Orellana throughout the term of the contract. At all times Superior's Maintenance Division Administrator, Betty Gerdts will be made aware of any and all communications and visits to the job sites, as well as personally conducting monthly inspections of the sites. The Irrigation Technician will be supervised by Eleno Trevino, Irrigation Manager. The Pest Control and Fertilization Technician, Jose Perez will be supervised by Betty Gerdts and Augusto Odio every time he is treating the parks. Account Manager, Augusto Odio will perform maintenance inspection of all sites assigned for the day. The Project Manager, Jose Orellana shall provide continuous inspection to insure adequacy of maintenance and those methods of performing the work are in compliance with these specifications. Discrepancies and deficiencies in the work shall be brought the attention of the Contractor's Representatives (Betty Gerdts and Augusto Odio) in writing, directly by the Project Manager, and shall be corrected by the Contractor in a timely basis. The Project Manager and the Contractor's Representative shall meet on the sites once a month, or more frequently at the discretion of the Project Manager, for a walk-through inspection. The meeting shall be at the convenience of the Project Manager. Sample of Property Inspection Report which will be utilized by Augusto Odio (attached) The Project Manager will visit and observe the parks at anytime as to evaluate the work performance. These inspections should, where possible, occur during or shortly after Contractors performance. Results of each inspection will be documented on a SAC. A "Satisfactory" or "Unsatisfactory" will be assigned to each task inspected based on the performance standards. A brief description of observed defects or actions that should be taken will be recorded, if appropriate. An unsatisfactory rating should, where possible, require Contractor's re -performance of the work where possible. The SAC should also reflect if documented deficiencies were corrected and the process implemented to ensure recurrence of the deficiency is prevented. Within 24 hours of an inspection by the Project manager, copies of the SAC documenting the defects will be provided to the Contractor. The notification should advise the Contractor that they have (2) two days to correct the defects. If at the conclusion of a mowing cycle where a scheduled inspection has occurred and the quantity defects exceed the permissible AQL the work, and as such the work has not met the required performance standards, the work will be deemed unsatisfactory. The Town will issue a contract discrepancy report which will include copies of the inspection reports and advises the contractor of any reduction in payment, nonpayment, or other actions that are or may be required. If the Project Manager determines that the works needs to be re -done the Contractor will have 24 hours to redo the work. The Account Manager will notify the crews if any deficiencies were found and will explain to them in detail the correct method of performing the task and the method to be utilized in order to correct such deficiency. If a crew member does not follow the instructions and procedures mandated by the Account Manager that individual or crew will be suspended for a specific timeframe and another crew will come in and take over the job site with the supervision of the Project Manager. Contractor has already provided the Project Manager with email and phone contacts of our personnel. SUPERIOR IANDSCAP1% & LAWN SERVICE_ INC Integrated Pest Management Plan Ornamental & Turf Program Superior Landscaping & Lawn Service, Inc 2200 NW 23rd Avenue, Miami, FL 33142 (305)634-0717 The project area will be inspected by for the purpose of identifying areas of pest infestation (weed, insect & disease) on the grounds of the facility, making recommendations for corrective measures that should be implemented and developing a comprehensive integrated pest management (IPM) plan. The IPM plan will utilize all methods of pest control which may include modifying cultural practices, monitoring for pest populations, mechanical and biological control and the judicious use of pesticides. If possible, pesticides will not be applied on a routine basis, however, they may be used as a tool to maintain pest populations at or below an acceptable level while maintaining plant health and aesthetic quality. The selection of pesticides that may be used will be based on a pre -determined hierarchy that will utilize least toxic products as first choice. Whenever practicable, biological controls such as predatory insects, beneficial nematodes or microbial pesticides will be used. Proper implementation of this program will reduce the volume, toxicity and frequency of application of pesticides and other chemicals, thereby reducing negative environmental impact and the risk of potential exposure of building occupants and visitors to the grounds who may be sensitive to their use. Pest control services will be supervised by Daniel Ackenbrack, Certified Pest Control Operator, and performed by certified pest control technicians / pest id card holders. All pest problem areas and written recommendations for structural, sanitary or procedural modifications will be recorded on "Ornamental & Turf Pesticide Application Record /Monitoring Report' forms or substantially similar substitute. These forms will be kept in a file that will be maintained in the corporate office located at 2200 NW 23rd Avenue Miami, FL 33142. Additional records that will be maintained in this file will include a copy of this plan, copies of all soil sample analysis reports, and copies of the pesticide product label information provided at the time of contract. Turf Plan Best management practices will be implemented at all times in an effort to maintain turf health and appearance. Turf will be mowed to a 2"- 3" height a as required by contract. Mowing should be done when the grass is dry to avoid spread of turf diseases. Mower blades should be maintained with sharp cutting edges to avoid excessive wounding and stress of the turf -grass. Upon implementation of the IPM program and prior to the application of any fertilizer or pesticides, soil samples will be collected by the technician and analyzed. Soil samples will also be collected and analyzed annually to assess soil fertility and pH. Amendments will be made to the soil as recommended by the analysis reports. Proper soil pH and fertility will help to prevent many turf -grass diseases and promote plant vigor, thereby reducing the occurrence of insect and weed invasion. When practicable, organic fertilizers may be used, otherwise, fertilizer with 50% slow release nitrogen shall be utilized. Over -fertilization may result in an increase of some plant diseases, more frequent mowing, increased thatch layer and risk of leachate into groundwater in some circumstances. Proper management of grass clippings is an important part of maintaining the lawn. Fertilizer applications should be performed when grasses are actively growing, usually late May/early June and late August/early September. Fertilizer applications will not exceed 2-2 1 /2 pounds of nitrogen per 1000 square feet per year unless soil sample analysis reports indicate a necessity to further amend the soil. Turf Insects Visual inspection of the turf areas will be done monthly by the certified supervisor to monitor for evidence of destructive turf pests. Additional sampling may be performed to confirm the presence of these pests. Applications of insecticide to turf areas will be limited in an effort to preserve populations of beneficial insects and nematodes. Pesticide application will be considered if monitoring indicates the following pest populations or up to 20% damage can be anticipated. Weed Control A lawn area that is properly managed should produce dense, thick turf -grass, which ideally will help to prevent invasive weed species from getting established. Some weed growth should be anticipated, and tolerated to some degree. Widespread applications of broadleaf herbicides will not be performed unless weed species have invaded greater than 25% of the entire turf area. Spot applications will be performed to small areas on an as needed basis. A complete re-evaluation of any area requiring a broad application of pesticide will be performed by the certified supervisor to assess and re -implement proper cultural practices to maintain turf density and vigor. Disease Management Pesticide applications for control of turf diseases will be performed only if evidence of disease has been found and significant areas (10-15% of the total turf area) of permanent damage can be anticipated and all proper cultural practices have been employed. Flower Beds & Formal Landscaping Best management practices will also be followed for the care and management of all flowerbeds and ornamental plantings. Insect and disease resistant plant varieties will be selected for planting in any flowerbeds and/or formal landscaping areas whenever possible. The landscape/pest control technician will visually inspect plants for insect and/or disease infestation prior to planting. Plants found to have any infestation will be rejected in an effort to eliminate damage on a large scale. Plants will be planted at the proper depth to avoid plant stress. Mulch will be placed in all garden areas and around individual trees and shrubs. Mulch materials will be placed at sufficient depth to reduce weed growth and help to retain moisture. Mulch placement will also be placed to provide a buffer area to eliminate mechanical damage that may result from use of string trimmers or mechanical edgers. Foundation plantings and vines will be trimmed at least 12" away from the building to eliminate rodent harborage and access to the building and allow for monitoring of rodent activity. The landscape/pest control technician will remove and dispose of dead and dying vegetation from plants and plant beds (monthly) to prevent spread of disease. Leaves will also be raked away to prevent accumulation and development of rodent harborage. Branches and plant material will be properly disposed of at the end of each day that work has been performed. Ornamental Insect Control Visual inspections will be conducted during routine maintenance activities and pest monitoring traps will be utilized, where appropriate, to indicate the presence of harmful pests. Wherever pest activity is found and if practicable, infested plant(s) or branches will be washed off using a strong stream of water or removed and properly disposed of. In an effort to preserve beneficial and predatory insects, pesticides will be applied only on an as needed basis. Application of pesticide may be considered if it is anticipated that pest activity will result in unacceptable levels of damage to ornamental plants. For this facility, up to 15% damage or defoliation to ornamental plants will be considered acceptable. Pesticide application will be limited to only the infested area(s). General applications of pesticides will not be done. Bio-insecticides, insecticidal soaps, or dormant oil will be utilized if possible. The timing of each application will be based first on whether the pest is present and causing damage, the pest life cycle and at what stage the pest is most vulnerable to pesticides. Preventive pesticide applications may be performed only to areas where the previous year's monitoring has shown evidence of insect pests that may over -winter on ornamental plants. Disease Management Pesticide applications for control of ornamental diseases will be performed if evidence of disease has been found and significant areas (15% or greater) of permanent damage can be anticipated and all proper cultural practices have been employed. Preventive pesticide applications may only be performed when the previous year's monitoring has indicated a likelihood of disease or if certain plant species, prone to disease problems, are present. Preventive applications should be made only to specific problem areas. Pesticide Plan Pesticides may be applied if pest populations exceed an acceptable level. Applications will be performed only when conditions are ideal and when there is minimal or no pedestrian traffic. Priority is given to those pesticides having the lowest toxicity, taking into consideration the method and frequency of application and the risk of exposure to building occupants. Whenever practicable, biological pest control such as predatory insects, beneficial nematodes or microbial pesticides will be utilized. An appraisal of this IPM program will be conducted quarterly by the certified supervisor. A determination will be made as to the effectiveness of the program and revisions will be made to correct potential problems. References of Similar Work Project Description Start Date I End Date Final Project Cost Client Name Contact Person Information City of Miami Beach Jose del Risco / Assistant Director Providing excellent care to coastal and Rights -of -ways. Grounds Maintenance Coastal Areas Ph: 305-673-7000 Ext. 6276 Challenges include doing all the work with many rainy 1700 Meridian Avenue Fax:786-394-4448 days 2017-2018 $1,300,000.00 Miami Beach, FI.33139 JoseDelRisco@miamibeachfl.gov City of Hollywood Xavier Leal / 187,000 Citywide Grounds Maintenance Services Contract Compliance Coordinator Providing citywide landscape maintenance. No 2600 Hollywood Blvd. Ph: 754-208-8796 challenges encountered 2014-2017 $190,000.00 Hollywood, FL 33022-9045 Email: XLeal@hollywoodfl.org City of Miramar Landscaping, Irrigation Maintenance and Litter Control Services Billy Neal / Parks Superintendent Providing citywide landscape maintenance. No 2801 S.W. 186th Avenue Ph: 954-602-3344 challenges encountered 2017 - 2018 $434,322.00 Miramar, FL 33029 bdneal@miramarFl.gov City of Bonita Springs Mowing & Maintenance of Vacant Parcels, Medians & ROW Joel Langaney / Project Manager 2016-2017 $ 60,000.00 East Terry Street Landscaping and Maintenance 239-478-4614 Providing maintenance for vacant parcels, medians and 9101 Bonita Beach Road F:239-949-6245 rows. No challenges encountered 2015-2016 $ 561,000.00 Bonita Springs, FI.34135 Joel.langaney@cityofbonitasprings.org Town of Miami Lakes Jose Orellana Green Space Maintenance Superintendent ITB 2017-23 (305) 364-6100 Ext. 1139 Grounds maintenance for city parks and ROWs Fax: (305) 558-7974 Providing citywide landscape maintenance. No 15150 NE 79th Court Orellanaj@miamilakes-fl.gov challenges encountered 2017-2018 $439,862.00 Miami Lakes, FI 33016 REFERENCES That Involve working with the Motorola Irrigation System City of Miami Beach Parks & Recreation 1701 Meridian Avenue, Suite 401 Miami Beach, FL 33139 Contact: Jose Del Risco JoseDelRisco@miamibeachfl.gov Ph: (305) 673 7000 Current Contract: Over $1,300,000 Full Service Landscape Maintenance, Daily Landscaping and other services Contract for 13+ Years SUPERIOR PO BOAC 35-C-095, Miami, FI. 33135-00% LANDSCAPING & LAWN SERVICE, INC Ph. (305)6. 4-0717 Fx; {3 }634-0744 MARCO A. MANZO 6220 Topaz Court, Fort Myers, FL 33966 Cell: 786-367-6865 •Office: 786-431-8824 mceballos@superiorlandscaping.com PROFESSIONAL SUMMARY Branch Manager responsible for the administration and efficient daily operations of a full service branch office, including DOT Construction, DOT Road Away Maintenance Cycles, dedicated to identifying and cultivating team members' skills and talents to improve team performance and efficiency. High -achieving management professional possessing excellent communication, organizational and analytical capabilities. Devises innovative solutions to resolve business and technology challenges. EXPERIENCE SUPERIOR LANDSCAPING & LAWN SERVICES US-41 Medians Bonita Springs (Maintenance) Cape Coral Districts 1,4,7,15,17, and 18 (Maintenance) Lee County Roadways Area 4, 5, & 6 (Mowing/Large machine.) Fort Myers Roads (Alico, Business 41, US-41, Tree line, Corkscrew, Cypress) (Maintenance) Cape Coral Parks, (Maintenance) Fort Myers Airport, (Maintenance) Fort Myers, Sanibel (Maintenance) Bonita Springs, Retention Ponds (Maintenance) Villas of Estero (Maintenance) Bonita Springs Miscellaneous Neighborhood (Maintenance) Bonita Springs Old 41 (Maintenance) Charlotte Midway Blvd Sarasota Lee County Area 1 • Excel • Quality assurance and control • Microsoft Office • File/records maintenance • Contract negotiation/review/drafting • Training and development CORE QUALIFICATIONS • Multi -unit operations management • Change management Productivity improvement • Vendor sourcing • Cost reduction and containment • Unsurpassed work ethic PROFESSIONAL AFFILIATIONS 0 Green Industries Best Managment Practices ( GV399887-1 ) • LTD Commercial Fertilizer Applicator ( LF251295 ) 0 FDOT Maintenance of Traffic ( MOT ) Intermedian ( 21922 ) 0 SRS Heavy Equipment Operation 0 SRS Skid Steer Operator 0 OSHA ( 1 ) Construction Safety and Healt ( 36-005855013 ) Betty Gerdts Maintenance Division Manager PROFESSIONAL EXPERIENCE Superior Landscaping & Lawn Service, Inc. September 2011— present Maintenance Division Manager • Provide administrative staff assistance to upper management. • Plans and implement goals and objectives for the maintenance department and ensures that company policies and procedures are adhered to at all times. • Directs, oversees and participates in department work plans, assign work activities, operations and maintenance programs. • Monitors work flow and project status. • Visits job sites to oversee work in progress and provide needed direction; responds to emergencies at any time and evaluates the progress of ongoing maintenance activities. • Oversees the maintenance of department records and files. • Attends weekly department meetings with my staff. • Reviews costing reports. • Coordinates the fertilization program for all properties, including to ordering the materials and keeping an organized inventory control. • Interviews and hires new staff, prioritizes, assigns and reviews work • Approve time off for payroll purposes and participates in weekly payroll meetings. Vila & Son Landscaping Corp. March 2009 - August 2011 Office Manager • Act as liaison between customers and Account Managers. Followed up and resolved customer concerns. • Request insurance and federal bonds for construction projects. • Managed all office personnel as well as providing support to our Corporate Office as needed. • Responsible for all aspects of billing, A/R, Collections and A/P postings. • Input all customer information as well as the monthly billings in Great Plains Dynamic Accounting Software. • Create weekly financial projections reports for the corporate office. • Participate in all staff meetings and conference calls in order to provide feedback and maintain company standards. • Managed Payroll and FIR personnel. • Prepared all hiring packages and offer letters for new hires for salary personnel. • Order Office Supplies. • Maintained records of all workman compensation claims. Spanish Broadcasting System, Inc. Office Manager and Executive Assistant to C.O.O. December 1996 - April 2008 • Managed all aspects of the office, including a full range of administrative support for the organization's President, C.O.O., C.F.O and Board of Director. Duties included word processing of letters, internal memos, and expense reports. • Created weekly and monthly reports, pulling data from Arbitron and Nielsen systems as well as provided analysis to help the non -researchers understand the different dayparts performances. In addition to regularly scheduled reports, pulled data and provided analysis to respond to various requests from Programming, Sales and Marketing departments. • Other responsibilities included tracking the competition and other audience analysis, as needed. Coordinated a wide range of projects involving critical media analyses, research briefs and articles relating to broadcasting. • Coordinating all travel arrangements for upper management, talent, clients and contest winners. • Handled invoices, drafting of weekly production reports, and all correspondence. Maintained personnel files and employment contracts. • Adhered to the highest degree of professional standards and strict confidentiality in matters that require discretion. Peter Collins & Associates Law Office. Legal Secretary February 1993 - December 1996 Head assistant to two senior partners. Responsible for court filings, preparation of legal documentation, scheduling depositions and court appointments. • Responsibilities included scheduling appointments; researching case laws, arguing motions; conferencing cases in pre-trial procedure; drafting notices of discovery, subpoenas, and complaints; and preparing clients for examination before trial hearings. • Participated in civil, family law and criminal trials, took depositions, and drafted court decisions. • Prepared all monthly billings and filings of legal documents with different courts. Performed extensive research and heavy filing. • Answered phones and met with clients to assist with preparation of documents and answer questions. EDUCATION Miami Dade Community College Miami Sunset Senior High School Other Certifications: State of Florida Notary MICHAEL J. MOREL 145 Jefferson Avenue #411 PROFESSIONAL EXPERIENCE Miami Beach, FL 33139 USA Business Development 2016 - Current mobile 305.968.8613 Superior Landscaping & Lawn Services, Inc., Miami, FL email morellandscape@gmaiI.com . Responsible for driving sales, production and business development functions for the ISA Certified, FL-5372 landscape commercial division • Prospected profitable commercial landscape maintenance opportunities Broward County Class A Tree • Build strong, long-lasting relationships with potential and new clients Trimming License, A-383 • Review and understand specifications and contract documentation for each project • Meet property managers, attend HOA meetings, seminars and other functions Director of Horticulture Fisher Island Community Association, Miami, FL 2007 - 2016 • Responsible for all common green spaces on the 216 acre private residential island • Oversee and manage Landscape Department consisting of 55 crew members • Manage an annual budget of $3 million • Manage and implement maintenance contractswith 20 individual building associations, totaling $1.3 million annually • Design landscapes varying sub -climates and conditions across the island Notable Accomplishments: • Restructured the entire department in 2007, to increase overall efficiency through better organization andjob-role improvementand development • Implemented a sustainable in-house mulch program that recycles regulartrimming generated across the island • Reduced overall green waste and seaweed removal through composting systems and have implemented a more organic, eco-friendly approach to fertilization and integrated pest management • Currently conducting a case study on creating sustainable landscape management programs on the island • Designed a new Bird Sanctuary and relocated Flamingo Pond • Redesigned the landscape for numerous medians, fountain areas, buffers and golf course • Awarded a FNGLA Landscape Award of Excellence in 2009forthe Design and Installation of the Fisher Island entrance pond &fountain Senior Project Manager 2006 -2007 SnowCreek Landscaping, Asheville, NC Project Manager 2004 - 2006 Vila and Sons, Medley, FL City Landscaper 2001 - 2004 City of Deerfield Beach, Deerfield Beach, FL EDUCATION Florida International University- Bachelor of Liberal Science 2015 University of Florida- Environmental Horticulture (Etymology) 1995 - 1997 SKILLS & INTERESTS Proficient in MS Office (Excel, Word, Powerpoint); hand drawing and sketching, and design. Proven management skills, positive leadershipdemeanor and reliability. ISACertified. Outdoor pursuits, camping, fishing, boating and swimming. Traveling, cooking and eating. REFERENCES AVAILABLE UPON REQUEST .�eaolilr.oN Department of Environmental Protection OF IFAS ,I 2600 Blair Stone Road, M.S. 3570 UNIVERSITY of FLORIDA o FLORA A Tallahassee, Florida 32399-2400 GI -BMW Trainee ID: GV38971 Certification date: 1/29/2016 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program. Your certificate of completion and wallet card are attached. If there are errors in the certificate, or if we can be of further assistance, please contact the GI-BMP Office of the OF/Florida-Friendly Landscaping'' Program at gi.bmp@ifas.ufl.edu or (352) 273-4517. Please note that this training certificate alone does not authorize you to apply fertilizer commercially after January 1, 2014. You must take additional steps to become licensed for commercial fertilizer application in the state of Florida. The Limited Urban Commercial Fertilizer Applicator Certification (state "fertilizer license") is issued by the Florida Department of Agriculture and Consumer Services (FDACS). Apply online: https://aesecomm.freshfromflorida.com. The certificate number from this document is required to apply for Fertilizer Applicator Certification. For assistance contact: The Bureau of Licensing and Enforcement, (850) 617-7997 If your test score is 90% or greater, you maybe elble to become a GI-BMP Instrucme http://fyn.ifas.ufl.edu/professionals/instructor program.html Beatriz Gerdts 12578 SW 125th Ter Miami, FL 33186 Test Score: 85 State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Beatriz Gerdts GV38971-1 GV38971 CexdGcace # Trainee ID # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM i•FLORI A Certificate of Training °"'"rRs'TY°,rtorunn GV38971-1 Best Management Practices certificate # Florida Green Industries GV38971 Trainee ID # The undersigned hereby acknowledges that Beatriz Gerdts has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by the Florida Department of Environmental Protection with the University of ry ISslleT Florida Institute of Food InsiructoT D. Rainey and Agricultural Sciences, ✓ � 1/29/2016 ,00 s� r✓ `U Date of Class D rogram Administrator Noe valid without seal o*.JQJTCIJON Department of dAk Environmental Protection UPIFAS FLOR16 ;' 2600 Blair Stone Road, M.S. 3570 UNIVEA5TFY of FLORIDA Tallahassee, Florida 32399-2400 GI-BMP Trainee ID: GV399887 Certification date: 9/28/2016 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program. Your certificate of completion and wallet caxd are attached. If there are errors in the certificate, or if we can be of further assistance, please contact the GI-BNW Office of the Florida -Friendly "ndscapingm Program at gi.bmp@ifas.ufl.edu or (352) 273-4517. Please note that this training certificate alone does not authorize you to apply fertilizer commercially after January 1, 2014. You must take additional steps to become licensed for commercial fertilizer application in the state of Florida. The Limited Urban Commercial Fertilizer Applicator Certification (state "fertilizer license") is issued by the Florida Department of Agriculture and Consumer Services (FDACS). Apply online: https://aesecoram.fteshfromflorida.com.'I'he certificate number from this document is required to apply for Fertilizer Applicator Certification. For assistance contact: The Bureau of Entomology and Pest Control, (850) 617-7997 If your test score is 90% or greater, you may be eligible to become a GI-BMP Instructor: Test Score: 78% http://fyn.ifas.uff.edu/professionals/instructor—progmm.htn-1 State of Florida Marco A. Manzo Superior Landscaping & Lawn Services 6220 Topaz Ct Fort Myers, FL 33966 DEPARTMENT OF ENVIRONMENTAL PROTECTION Marco A. Manzo GV399887-1 GV399887 Certificate # Trainee ID # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM ''��` OF 1IFAS S 'y UNiVERSMofFLORIDA kt FI.ORl ' Certificate of Training GV399887-1 Best Management Practices C;erti&cate 4 Florida Green Industries GV399887 Trainee 117 # The undersigned hereby acknowledges that has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by the Florida Department of Environmental Protection with the University of Florida Institute of Food and Agricultural Sciences. li4 �� D. Rainey 9/28/2016 Issuer Instructor Dare of Class ❑ rogram Administrator Not valid without seal ,a�oRo� CERTIFICATE OF LIABILITY INSURANCE HATE{MMlPPlYYYY) i1126/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND ORALTER 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 Julio Guerrero NAME: Brown &Brown of Florida, Inc. AIc No Ext : (305) 714-4400 FA X, No : (305) 719-4401 E-MAIL Iguerrero bbmia.com ADDRESS: 14900 NW 79 Court Suite 200 INSURERS) AFFORDING COVERAGE NAIC # Miami Lakes FL 33016 INSURERA: Hartford Accident and Indemnity Company 22357 INSURED INSURER B : Hartford Casualty Insurance Company 29424 Superior Landscaping 8 Lawn INSURER c : FFVA Mutual Insurance Co. 10385 PO Box 35-0095 INSURER D ; Lloyd's INSURER E ; Miami FL 33135 INSURER F : COVERAGES CERTIFICATE NUMBER: 19/20 GLIALIUMIWC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDASOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AUDL INSD SUBR WVD POLICY NUMBER POLICY EFF MMIPPIYYYY POLICYEXP MMIODIYYYY LIMITS X COMMERCIALGENERALLIABILITY EACH OCCURRENCE $ I'mo,ow CLAIMS -MADE X OCCUR ° PREMISES Ea occurrence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 A Y Y 21ULNOL4176 12/01/2019 12/01/2020 GEN'LAGGREGATE LIMITAPPLIES PEW POLICY PRO ❑ LOC JECT GENERAL AGGREGATE $ 2,000,000 PRODUGTS-COMP[OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS Y Y 21UENOL4176 12/0112019 12/01/2020 BODILY INJURY (Per accident) $ X HIRED X NON -OWNED AUTOS ONLY /� AUTOS ONLY PROPERTY DAMAGE Per accident $ S X UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 B EXCESS LIAR HCLAIMS-MADE 21HHUOL4177 12/01/2019 12101/2020 PEP I X RETENTION $ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETORfPARTNERfEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatary in NH) NIA Y WC84000345042019A 12101I2019 12/0112020 X1 STATUTE /� �RH 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 $ i,000,000 D Professional Liability B0621PSUPF007320 12/06/2019 12/06/2020 Each claim Aggregate i,000,000 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORP 101. Additional Remarks Schedule, may he attached If more space is required) CERTIFICATE HOLDER CANCELLATION 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 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #; ADDITIONAL REMARKS SCHEDULE Page of AGENCY Brown & Brown of Florida, Inc. NAMED INSURED Superior Landscaping & Lawn POLICYNUMBER CARRIER 7IC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, I FORM NUMBER: 26 FORM TITLE: Certificate of Liability Insurance: Notes Pollution Liability Company: Westchester Surplus Lines Ins. Co. Term: 12l6119 - 1216120 Policy #G7091878A 002 Limit of Insurance: $1,000,000 Deductible: $10,000 ACORD 101 © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Detail by FEI/EIN Number http: //search. sunbiz. org/Inquiry/CorporationSearch/S earchResultDetail?... DIVISION OF CORPORATIONS -Di -jLwip r of n IrOrYd IhV- WMIrffifib If'M&Wfe Department of State / Division of Corporations / Search Records / Detail By Document Number / 1 of 3 1/28/2019, 11:11 AM Detail by FEI/EIN Number http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?... Detail by FEUEIN Number Florida Profit Corporation SUPERIOR LANDSCAPING & LAWN SERVICE INC. Filing Information Document Number P98000044604 FEI/EIN Number 65-0838100 Date Filed 05/18/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 02/16/2017 Event Effective Date NONE Principal Address 2200 NW 23RD AVE MIAMI, FL 33142 Changed: 01/12/2005 Mailing Address PO BOX 35-0095 MIAMI, FL 33135 Changed: 03/22/2012 Reaistered Aaent Name & Address OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142-6551 Address Changed: 01/04/2005 Officer/Director Detail Name & Address Title PD OTERO, ORLANDO 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title TD VALDES, MARIA 2200 N.W. 23 AVENUE MIAMI, FL 33142 Title QCO MOREL, MICHAEL P.O. BOX 35-0095 MIAMI, FL 33135 2 of 3 1/28/2019, 11:11 AM Detail by FEI/EIN Number http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?... Florida Department of State, Division of Corporations 3 of 3 1/28/2019, 11:11 AM 0 R 0 0 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY b a dpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION �" � CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES DICKENS 13I1Ii4N MATTHEW SUPERIOR LANDSCAPING & LAWN SERVICE INC r� 2200 NW 23RD AVENUE MIAMI FL 33142 F—LICENSE NUMBER: CGC1507080 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. SUOD0010 "ee Go4 y Tax Co for Seale of F 00e Dear Business Owner: Local Business Tax Receipt Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 12018020 If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, Lee County Tax Collector 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1201802 Location: 5740 ZIP DR Fr MYERS FL 33905 SUPERIOR LANDSCAPING &LAWN SERVICES INC LANGANEYJOEL PO BOX 35 0095 MIAMI FL 33135-0095 Account Expires: September 30, 2020 May engage in the business of: PROFESSIONAL LANDSCAPING COMPANY The business and qualifier on this Business Tax Receipt is "REGISTERED" in compliance with ordinance 08-08. THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Information: PAID 527795-158-1 08/]9/201911:14 AM $50.00 Local Business Tax Receipt SU000043 Tax Co for sa �ote of F\of a Dear Business Owner: Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 08039840 If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, Lee County Tax Collector 2019 - 2020 LEE 144 LOCAL BUSINESS TAX RECEIPT Account Number: 0803984 State License Number: CFC1425682 If state license has changed, contact our office at 239.533.6000 Location: 5740 ZIP DR Fr MYERS FL 33905 SUPERIOR LANDSCAPING &LAWN SERVICE INC LEVY BERNARD A PO BOX 35-0095 MIAMI FL 33135 Account Expires: September 30, 2020 PLUMBING CONTRACTOR•CERTIFIED THIS LOCAL BUSINESS TAX RECEIIrI' IS NON REGULATORY Information: PAm 527795-172-I O8/19/201911:32 AM $50.00 STATE OF FLORIDA 7 4epartnleut of 21griculture aub Commmer *erbiceg BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires October 4, 2016 LF251295 October 4, 2020 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: October 4, 2020 i MARCO ANTONIO MANZO 1434 SE 14 ST CAPE CORAL, FL 33990 ADAM H. PUTNAM, COMMISSIONER STATE OF FLORIDA Department of 2gricutture anb QConoumer ffperbiceg BUREAU OF LICENSING AND ENFORCEMENT MARCO ANTONIO MANZO LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF251295 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING October 4, 2020 �� P.�•- ��- Signature COMMISSIONER Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 Z 3 August 8, 2018 NU Wax" COUNTY TREE TRIMMER LICENSE STANDARDS FOR MAINTAlN1NG YOUR BROWARD COUNTY TREE TRIMMER LICENSE 1. The following shall be available for inspection at every work site where tree trimming is being carried out: • A copy of the company's Broward County Tree Trimmer license • Proof of the company's current insurance coverage • At least one person should possess a current Tree Trimmer training card. Current training cards reflect that training was completed within • the past two (2) years • Picture identification issued by a government entity or agency 2. At least one trained person must be available at every work site where tree trimming is being carried out. 3. The company's Tree Trimmer license number shall be prominently displayed on both sides of vehicles used in tree trimming. 4. Tree trimmer license number must appear in ads offering tree trimming and/or removal services. Advertisements include business cards, telephone directory advertisements, quotes for tree services, flyers and vehicles advertising tree services. 5. License holders shall ensu)•e that all employees engaged in tree trimming are adequately trained regarding safety procedures in accordance with applicable federal and state law including the federal Occupational Satley and Health Act of 1970 (OSHA). 6. Retraining is required before licenses can be renewed. Tree trimmer licenses are renewable every two years. 7. Each license holder shall notify the County, in writing, if there is a change in any of the standards required for licensureI SUPERIOR LANDSCAPING &LAWN SERVICE, INC. 2200 NW 23 AVENUE MIAMI, FL 33142 BI�;c�;V1oARD CLASS:A TREE TRIMMER LICENSE TTLri: EXPIRES: A- 383 08l31/2020 ' SOPERIOR LANDSCAPING &LAWN SERVICE, INC. 2200 NW 23 AVENUE MIAMI, EL33142 TRAINED EMPLOYEE- MICHAEL MOREL 204-4A (Rev. 70/12) PC207249985 F OTT This Certifies that Ricardo Soso Has Completed a Florida Department of Transportation Approved Maintenance of Traffic (MOT) Intermediate Course. Date Expires 10/16/2020 Certificate# 21920 Instructor Bhushan Sukhram FDOT Provider# 15 united Safety Council Phone: 407-897.4456 1605 E. Colonial Drive Orlando, FL nnitedsafetycouncil.com gvietor@fioridasafety.org Sak}y \i �ainsJ�® r Fll T This Certifies that �� Marco A. Manzo Has Completed a Florida Department of Transportation Approved Maintenance of Traffic (MOT) intermediate Course. Date Expires 10/16/2020 Certificate# 21922 Instructor Bhushan Sukhram FDOT Provider# 15 United Safety Council Phone: 407,8974456 1605 E. Colonial Drive Orlando, FL unitedsafetycuunclLcom gvietor@gondasafety.org �5�117-fCty �} wzaltc I x .u;iJJ77tiaT�5u+r+,avar5amciu♦+u:riurya��e...+r.,;Trrrirt��aiiu. r...urirau�c' +ry • a • 1 Y ' • • I I I 1' IF a aP still/ a a ai4a���'Sa'4nlrr�a+:S!�\\�l-FrnLnr. aasfla\��tiln2., a -_ Ave' STATE OF FLORIDA department 0f ori[u[ture anb 4t011bumer erbi¢els BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires April 23, 2019 - JE194803 AprH 30, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2020 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC FORT MYERS, FL 33966 RICARDO SOSA Regular SUPERIOR LANDSCAPMG &LAWN SERVICE INC PO BOX 35-0095 MIAMII,,t,�F,t�L'�,'33135 NICOLE "NIKKI"FRIED, COMMISSIONER �9eparhnent 0f �griru[ture anD Qtmrgumer �5erbireg BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires April 23, 2019 JE272136 April 30, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2020 1 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC FORT MYERS, FL 33966 DOSE LOPEZ Regular SUPERIOR LANDSCAPING &LAWN SERVICE INC PO BOX 35-0095 ' M IAM,I, ,FLL'��'33135 NICI,OLE "NIKKI" FRIED, COMMISSIONER STATE OF FLORIDA 70epartmeut of Agriculture anb Consumer $erbne9 BUREAU OF LICENSING AND ENFORCEMENT SUPERIOR LANDSCAPING & LAWN SERVICE INC 6620 TOPAZ CT PEST CONTROL COMPANY FIRM JB169995 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2020 f) I Coil " 1% 1"d Signature COMMISSIONER Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Mcparhuent of SBriculture anb Consumer Aerbtceo BUREAU OF LICENSING AND ENFORCEMENT RICARDO SOSA SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE194803 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD HXPIRING April 30, 2020 I3 I Coru 4cuj Signature COMMISSIONER ATTACH PHOTO ON REVERSE BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA department of Mprindture unit t2ml8uwer 6erbtreo BURBAU OF LICENSING AND ENFORCEMENT JOSE LOPEZ SUPERIOR LANDSCAPING &LAWN SERVICE INC ID CARD HOLDER JE272136 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2020 n 1 'LJ't-L-�'ftFF� Signature COMMISSIONEa ATTACH PHOTO ON REVERSE Wallet Card -Fold Here BURBAU OF LICENSING &ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-I650 x �+uvun..ntx- r.mrnrnu�eus•v.+:irnin.��w;ss.r.u:vrrr'n.��w;u�r�uiarirau�c' wry STATE OF FLORIDA A: BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires r THE I CARD HOLDER NAMED BELOW HAS REGISTERED UNDERr THE PROVISIONS OF • •► EXPIRING: April 3052020 AT SUPERIOR LANDSCAPINGFORT MYERS, Fl, 33966 XOCHITL SUSANA YANEZ Regular SUPERIOR LANDSCAPING •• :1 •LE "NIKKI" FIEJED, COMMISSIONER a.mac'crnnm.A.ma��S�,-rnan<..a.m.����+s'nnm.a....a�w,:riuet>:.A .. a4 STATE OF FLORIDA department of agriculture 411 eConoumer rbicesf BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires April 23, 2019 JE272139 Apri130, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2020 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC. FORT MYERS, FL 33966 JOSE D YANEZ Regular SUPERIOR LANDSCAPING &LAWN SERVICE MC PO BOX 35-0095 MIAMII, ,F,[L �33'1'355�ggq/�/�,, y-n NICOLE "N KKI" FRIED, COMMISSIONER �eparhnent of agriculture anb I!Longumer �lerbi[cg BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires April 23, 2019 JE284378 Apri130, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 3092020 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC FORT MYERS, FL 33966 JUAN JIMENEZ Regular SUPERIOR LANDSCAPING &LAWN SERVICE INC PO BOX 35-0095 MIAM,IW,,F,[�L'�,'33135`.'�" NICOLE "NIKKI" F IR ED, COMMISSIONER STATE OF FLORIDA Illepartmeln of 01grtcufture nub Consumer fiserbires BUREAU OF LICENSING AND ENFORCEMENT XOCHITL SUSANA YANEZ SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE272137 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2020 n 1 ut.L 41d Signature COMMISSIONER ATTACH PHOTO ON REVERSE Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG.8 TALLAHASSEE, FLORIDA 32399-1650 .. __. __._.... _..... ............ ... ...._..... .. .......... STATE OF FLORIDA ;Department of Dgrlmlture anD Consumer 6trituO BUREAU OF LICENSING AND ENFORCEMENT JOSE D YANEZ SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE272139 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2020 n I ut-G 41�R Signature COMMISSIONER ATTACH PHOTO ON REVERSE BUREAU OF LICENSING &ENFORCEMENT 3I25 CONKER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-I650 STATE OF FLORIDA i8epartment of Dgrimtture attD Conoumer �erbiros BUREAU OF LICENSING AND ENFORCEMENT JUAN HMENEZ SUPERIOR LANDSCAPING &LAWN SERVICE INC 1D CARD HOLDER JE284378 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING Apri130, 2020 I I I (:J r-r- ✓�' (,IR/" Slgna[nr4' coMMrssIONER ATTACH PHOTO ON REVERSS Wallet Card -Fold Here IREAU OF LICENSING &ENFORCEMENT 3125 CONKER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 r+u:rulnnuist+r..urn/,:\.ml'�or.uirnlnl\\�;ss+r ouvu�na\\\•v�r�u:rJarauu^ +ry STATE OF FLORIDA i BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF •' THE PERIOD EXPIRING: April AT SUPERIOR3092020 1 FORT MYERS, FL 33966 JUSTO TORRES LANDSCAPING', •, BOX 0 95 a COMMISSIONER . STATE OF FLORIDA par men of grlCuftare all QLonuunter rbi" BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires April 23, 2019 JE294382 April 30, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 3% 2020 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC FORT MYERS, FL 33966 LEANDRO FERMIN Regular SUPERIOR LANDSCAPING & LA WN SERVICE MC PO BOX 35-0095 MIAM,IW, ,'�'' F�I�L33135 NICOLE $'NIKKI" FRIED, COMMISSIONER �Bepartment of �gri[u[ture anb �Congumer �9erbice>f BUREAU OF LICENSING AND ENFORCEMENT Date File No, Expires April 23, 2019 JE43349 April 30, 2020 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: April 30, 2020 AT SUPERIOR LANDSCAPING & LAWN SERVICE INC FORT MYERS, FL 33966 " THOMAS ANTHONY BROWN Certified Operator SUPERIOR LANDSCAPING & LAWN SERVICE INC ' PO BOX 35-0095 MIIAMII,,&rFFtt�`L^���''33135 NIICOLE"NIKKI"FCOMMISSIONER STATE OF FLORIDA oeparnnent of agriculture nBL QCon6umer 99erituea BUREAU OF LICENSING AND ENFORCEMENT JUSTO TORRES SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE284379 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30,200,20 Q n 1 l.9'f-e- •'d" ua Signature COMMISSIONER ATTACH PHOTO ON REVERSE Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG.8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA oepartinent of agriculture atib canuuaier 9mbucti BUREAU OF LICENSING AND ENFORCEMENT LEANDRO FERMIN SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE284382 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2020 t'I 1 exu *t d Signature COMMISSIONER ATTACH PHOTO ON REVERSE lh aikF2erd---Feld-Hero BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 323994650 ... _. _.... ........_.... .. ......... _.._...... _..._.. STATE OF FLORIDA Mepartu ent of agriculture cub atonauiner terbicell BUREAU OF LICENSING AND ENFORCEMENT THOMAS ANTHONY BROWN SUPERIOR LANDSCAPING & LAWN SERVICE INC ID CARD HOLDER JE43349 Certified Operator. HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING April 30, 2020 n I P-J1.L Signature COMMISSIONER ATTACH PHOTO ON REVERSE Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG, 8 TALLAHASSEE, FLORIDA 32399-1650 0� 11� 0 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY b a dpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION �" � CONSTRUCTION INDUSTRY LICENSING BOARD THE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 1!:LEVY, BERNARD ALL SUPERIOR LANDSCAPING & LAWN SERVICE INC rpl� 11231 SW 1ST. COURT � PLANTATION JMLFL 333251 J5 F- LICENSE NUMBER: CFC142 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. Florida Department of Agriculture and Consumer Services Pesticide Certification Office This card is your licensea It authorizes you, the license holder, to purchase and apply Restricted Use Pesticides (RUPs), Please sign your card and keep it with you when applying or purchasing RUPs. flariba ;3tpartmcut of Z[gritulture aub Consumer btrbitc8 Pesticide Certification Office Commercial Applicator License License # CM23229 SANDS III, PAUL LEONARD Categories 3558 FLORIDA AVE SA, 21, 6, 3 MIAMI, FL 33133 Issued: November 2, 2018 Expires: October 31, 2022 Signature of Licensee ADAM n. PUTNAM, COMMISSIONER bow vi&M is Le<RRm umer dic imovosions of Cnaprer oe, F.S. m purcM1ose am appy msineuxi use o*.JQJTCIJON Department of dAk Environmental Protection UPIFAS FLOR16 ;' 2600 Blair Stone Road, M.S. 3570 UNIVEA5TFY of FLORIDA Tallahassee, Florida 32399-2400 GI-BMP Trainee ID: GV399887 Certification date: 9/28/2016 Congratulations on successfully completing the Florida Green Industries Best Management Practices Training Program. Your certificate of completion and wallet caxd are attached. If there are errors in the certificate, or if we can be of further assistance, please contact the GI-BNW Office of the Florida -Friendly "ndscapingm Program at gi.bmp@ifas.ufl.edu or (352) 273-4517. Please note that this training certificate alone does not authorize you to apply fertilizer commercially after January 1, 2014. You must take additional steps to become licensed for commercial fertilizer application in the state of Florida. The Limited Urban Commercial Fertilizer Applicator Certification (state "fertilizer license") is issued by the Florida Department of Agriculture and Consumer Services (FDACS). Apply online: https://aesecoram.fteshfromflorida.com.'I'he certificate number from this document is required to apply for Fertilizer Applicator Certification. For assistance contact: The Bureau of Entomology and Pest Control, (850) 617-7997 If your test score is 90% or greater, you may be eligible to become a GI-BMP Instructor: Test Score: 78% http://fyn.ifas.uff.edu/professionals/instructor—progmm.htn-1 State of Florida Marco A. Manzo Superior Landscaping & Lawn Services 6220 Topaz Ct Fort Myers, FL 33966 DEPARTMENT OF ENVIRONMENTAL PROTECTION Marco A. Manzo GV399887-1 GV399887 Certificate # Trainee ID # GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM ''��` OF 1IFAS S 'y UNiVERSMofFLORIDA kt FI.ORl ' Certificate of Training GV399887-1 Best Management Practices C;erti&cate 4 Florida Green Industries GV399887 Trainee 117 # The undersigned hereby acknowledges that has successfully met all requirements necessary to be fully trained through the Green Industries Best Management Practices Program developed by the Florida Department of Environmental Protection with the University of Florida Institute of Food and Agricultural Sciences. li4 �� D. Rainey 9/28/2016 Issuer Instructor Dare of Class ❑ rogram Administrator Not valid without seal 4Irrigation Mocuo"- IRRIGATION ASSOCIATION Certifies that on November 1t 2014 Craig Undeck Has earned the designation of Certified 11rigation Contractor ertific ltion W ff 71539 #jw 4�� Michael Pippen, PE, CID. CAIS Chair, ertificatiOn Beurd A ftr L)VMMbCT 31, 2015 cCrliFl aw "'valid ont) %%hcr, ;kti�on,�yn,�d J)y a cuTrcnj rrncu-al card Select' Certified m C411GAIIOlt ASSiOCLATION E-Verifv- Company ID Number: 272503 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Superior Landscaping & Lawn Service, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. ❑®er® III] a pr❑Eram [Oa❑ele®❑❑ED311❑ m❑ten❑a❑ empl❑[JI9e®el1h ITM ®❑E]r❑ ® [De i i ed SM16E] air mnpler[M❑ ❑❑❑Erm M❑❑mpl❑one❑❑❑I11fl11flIM ❑erffl118FH❑ yam MME❑❑HMem[Ira [IdErn ❑❑ ❑❑derDai:dim❑ VI] ❑❑eEpla[El❑ ❑OrIAIE1 10aHre❑ ❑❑tee ❑der[Upr❑o-am a deEEHe❑ qpeFM regP❑❑®MIIa❑ ❑❑®e ❑mpl❑❑er❑=]e S❑Da1 Semi®❑dm®®a®❑ [SS❑®a❑d D❑S❑ 111111111]rWELr Ella ■ ■1- M . ■■ . to ol■■• nI ■Al 111 ■+ ■■ Ell ■ ■■■ol- ifleEial imrniidrarrmiiReELrrn . ■• r m . ■■- - ■. ■■■muum ■ ■■■■■■■■ ■n� �� ■ m� ■■■ ■■■■m■■■■■■ F, m■■■■■: ■ . - ■. -. m ■ ti. m ■ ■ ■■■■o ■■Ce nl■■- iiederal ■ ■■■noon■ - - ■■ , oo■ irrilRiiS ■■.. ■■■0l■■■1 . ■■ - ■■■ [F]IF] on ■ - nnE: ■o■■. ■. ■ ■- ■■m1- ■ rder L111111111Ha11arne11dedEPrL1Ede . ■m■ nn ar nederal ■■■r. ■m ■ . ■. ■■■■■■r. ■ 11 ■ LL]ederal ■■■r. ■ 11 ■ol ■■- ■ n1- nn of ■- nn =9 - . ■■ - ■■- nlll1tM1 ■■■- L u empl ■■- - 1111 ■ ■m■ ■■ ■-. - . ■■■r. ■m■ ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER ❑❑ ❑❑e ❑mpl❑CJar aLree❑ ®dfflPla❑ ELe LdI❑❑®❑ ❑❑01IO❑ LLPpI led ❑❑D❑S M1 a prom He❑LPIaCL. Ma❑® dearl❑ F"e ® pr❑qpeFFT10 empl❑ jae❑a❑d all empl❑CJqe❑ ❑❑❑ are n ❑e LjDrul6d LEIr❑❑❑❑ ®e gym❑ ■ ■ ■IIR- ■■■ ■1- 111111111����� . ■■■ ■■ ■ ■mU- ■■0119411111000111111111 ❑❑ ❑❑e ❑mpl❑❑er aa-ee❑ [I[] pr❑nde In] OLe SS❑ and D❑S ®e ❑amem❑teELiaddreFT4eELia❑d ielep❑❑❑e ❑11n❑er❑ ❑❑EDe ❑mpl❑❑er repre❑e❑Iaiine❑ iiii ❑e m❑ianed a❑❑❑❑❑per= ❑❑e ❑mpl❑❑er alElla a-ee❑ I[[] ❑eep mm 1LUL1Lma®❑ mre❑❑❑❑pr❑L1dLE1❑ Lpda Lod ®L1Lma®❑LIE SS❑ a❑d D❑S ❑ Lie ❑e[Aar LDe repre❑e❑CaFe❑[8m1E1E11rmaF1M❑ Ella❑❑em ❑❑ ❑❑e ❑mpl❑ -Or aLree❑ ® Lra❑❑❑ELIer®aFT-Am ❑d❑ ® mre❑❑empl❑[A9e❑ ❑❑❑ Deed ❑LLIer®aFTAFM ❑mpl❑Cbr❑ m❑EE]PrElnpFI❑ lerm®aFe a❑ empl❑C-be®❑®er®aFF-em [E]Me empl❑C1ar U Ceparaled Iran M]e Mnpa❑❑ a- ❑❑ 101111er ❑eed❑aim ®❑der® Palle 1111111111 ❑®er®M[III MT 11mpl11CerO d2e®E Da5� 011®0®11 E-Verifv-, Company ID Number: 272503 ❑❑ ❑❑e ❑mpl❑❑er aLree❑ LLL] ❑emne [am Bar ❑ U a mnpl❑ ❑HU De m❑meLID ❑❑CADr®❑ ❑❑UB ❑der®❑C]3r Ma❑❑al❑ ❑❑❑❑e❑mpl❑❑eraEree❑Ella ❑a❑❑❑mpl❑COrRepreCAa❑Cam I] [][][]in Frealo ❑der[HC13CAa❑❑In mnpleC�L, E]e ❑der®❑❑[Fr®I ❑e1I1-e [Ma❑Q di1A❑al o-eaC�L❑a❑❑C8CJ3m a❑ ❑❑e ❑mpl❑Cigr aaee❑ lifla❑all ❑mpl❑ er repreC:o❑ianio[][I M Cale Ene re iremer inuir ®I❑ ❑❑e❑ pr implad ❑❑ ❑IIIerin [E] ❑der [I[] m❑rIM❑e ❑FH❑ ❑Euer= ❑awe [I[] mrplele a reirlemer IIII®®I ❑IIl pre❑e❑❑E111e ❑mpl❑❑er Repre❑e Ella m IflEn m❑®❑ed ❑Cb ❑❑❑®er= ❑❑❑❑e ❑mpl❑❑er aoree❑ EM EEmpl❑ ❑HU mre❑❑❑o-m FW pr❑Codarem❑FFM 1111❑ eFT4-pF1M11m .■ III,■- . ■■-- . -■-■III. III■■ r.-■IIIII.■■■ -■IIIII]- EmplElEiBr .■--■III■■■.■■-.■ III■ ■ . ■IIII - ■■I m: ■■■■F m a pEE]EIIIEELFFFE . ■IIII - ■■I r. - ■■Ir_ . III]■ ■ ■III ■■ ■■■: ■IEIE==m■: ■ ■- . - ■- ■i .. ■ III■ III- ■■ IIIII . ■■- ■■ 111 - ■[ ■]III■ [dell Ella ■ em pi ■■- - 11111 ■III 111 111- . ■IIIII reE]E]MemeE]E]Elr rel1EIIIEIE1Erea=E1=ED9 ■ . ■■- IIII■■ . ■■■l IIII■ I■ - mI . El i■i■i■iII■■i■iII■■i■i■in ❑❑ EMa❑empl❑Clae preCla❑®a D❑S ❑am ®❑❑ [Perma❑e❑EteEIde❑❑❑ard®❑am ®❑❑ 111 . IIII - IIII■ ■■�■ IIr: IIII■ tt IIII■ - ■IIIII■ ■ !;. ■� . IIII. ■ IIII � . IIII. ■ IIII . IN ■� . - C� IIII IIIII■ 111- ■ . IIII- . ■ - - ■ 111 . ■- . ■IIIII■■• ■ ■IIIII- . IIII■ - IIII: ■. 111 - F. 111 111- • IIII ■IIIII■■• ■ ■ IIII 111- - . IIII- -III IIII III■■■■- ■ . IIII- ■ II IIII- III- . ■■III■■. ■III ■- IIII III- . ■■III . ■. III . ■■III■ ■ ■ IIII IIII - IIr: ■ IIII. ■■III IIr .III■- ■III: ■- . IIII- - ■ ■■■r:■III � ■ . ■III III- ]IIIII - . - ■III■: r: ■III- . IIII■ - ■III III: ■: ■IIII: r:III- . ■■III IIII - - ■III■ III■ ■ ■ ■J ■. ■IIr: IIII■■ ■ ■I m- - IIII- . IIII■■ ■IIr: d pre ■m■■ ■ m ■Im para ■ E]Elem pi ■■- - ■ ■■Ii re [a m m- ■I■■ III • - ■- ■■c ■■ ME] Err IIIII■ . AIIIII■ ■. ■■■ - ■11111■III ■■ pie C III- ■■ IIIII■ ❑❑ ❑❑e ❑mpl❑❑er aa-ee❑ ® remd De C13CLn ❑erEH113=E] ❑E]n❑er ❑❑ ❑❑e empl❑❑ee®❑am = EIr = pr=❑ ®e [ITee❑ m❑A HIM❑ ❑❑e [13Ee ❑r'rlIfElaFU❑ ❑arI❑er a aEam IHIEM Ele empl❑E19eEl 1111m MU❑ ■■ ■ ■- ■ . ■■- . ■ - - ■ III: [Mai[[[][][][][] IIL . IIIII . C ■ III ■ 111- 1111■III- ■ . ■■- ■c ■ . - ■. ■■■IIII1M III IIII . - li ■ - F. m■; ■. ma ■- . ■s IF:i ■ - ■I m■. - IIII■■ E]Erm ■ = ■I: ■ - , li m mI -piempi ■■I - =Elr IfOm El=er re LILIMeme ■III 1111appl III: ■ - re IIII . IIII■■ Er la ■ ■■III■ ■• III■ III- ■■ III: IIII■ III EEIMpl ■ ■IIII Ella ■Iri III■ ri III: IIII■ - ■■M - ■III ■■■- ■IIII■ ■■■■ ■■III- III ■ ■ IIII - ■. - ■■III E]Erm IIIII . ■■-. ■ - ■■ ■ ■■- [Ell ■■III■ m ■• III: • re EIE]Meme ■III are III- ■■ ■ - ■■-.IIII■■ III . ■ ■ . ■■- III ■■ III. IIII■ III ■■■ empi ■■ ■■: ■III■ II[- . ■ ■ ■- ■ . ■• EE1mpl ■ ■ IIII III- . ■IIIII =r1rh III: IIII■ . ■■111111■ ■■III- III ■ ■IIIII III■■ I - ■IIIII . ■■■ - ■III m ■IIII■a ■- . ■■III■■a ■ de IIII 111-. 111 .. . ■ .. ■ ■ . ■■■- ■III■■ ■- ■ . ■ Elmpl EIEJ3r EIEII]Mm ■ He I; - ■IIIII . ■• em . ■■ - IIEJel IIIIIIIIIIII IIII■- 11111 ■t . em pi ■■- - ■■III■ ■LI] IIII . ■■-. ■ - IIII IrI- ■ . ■■- - ■a ■ III■- ■ . - ■IIII:, ■ - . - ■■ . IIII■ IrI: ■III■: ■ ■■■■III . C • ■- ■IIII■ ■■■■ E 1111111111 ■■■ IrI- TnmEta=E1aEJd ■ . IrII■: IIII ■ ■■IIIII ■ ■ ■ IIII - ■. - ■■IrI IrI- ■lr=EI ■■IrI: ■- . ■■- - E]EEEIIHIEB [Impl[]EOr reEOE011a IIII: ■■■■■IIII➢ . IrII■ LHIr . ■ - . ■■- - ■■■■■■■IrII■- ■ IrI - . IIII IrI: ■. - ■■■■ III- ■ . ■■- ■■■■■IIIII DEIS .El. III- EmplMar III ■■IIr ■■III . ■IIIII ■■- ■ . - ■: III ■- III - - ■ ■■■■ . ■. ■■111■■ Er - . ■■ AU - III ■■IIIII DIIS ■■■■■IIII■- . -piempi HErne iiiiiiAl ■■ I■■ . IIII: ■■■■■■IT . IIII■■IrI■[tflU- ■ . IIII- IIII■IIII■- ■ IrI - . IIII . ■ - . ■■- - allaller reEO=11 . IIII: ■■■■■■M . II■■■Irl- ■ IrI- ElmplElEJ3r III ■■IIr= ■■III . reDEIE18iEle preEErnp=El III: ■III■: ■ IIII■■ III■ ■ Palle ❑ [00F] ❑®er®M❑ ❑ MT[impl[]CerO d2e®E Da5e 0[I®0®II E-Verifv-, Company ID Number: 272503 • ■[- • . ■ ■■: ■IIII■ IIII[- • I ■ IIII ■IIII . IIII■ ■■[- ■IIII■ ■■■■ F. 1111111111111: ■• IIII■■■ ■ IIII- IIII • . Illlfi . ■■ 111 ■1 MFI EIr ■ r IIII: ■ F ■ - F]Aer . ■■ . ■ 111 . ■■ . ■IIII■ IaEOEI III ■■■• Fa 111E ■0 [- • ■■ 11111E . IIII■ • ■■l -• IIII ■■■■ Elie ■111- IIII■ ❑❑ D❑S re❑erCe❑ E09 r®❑❑IITI m❑d❑m❑am ® mMpl®❑❑e ®qpe=EIITa❑ ❑ell a❑aFIE] ❑EMer e1l1lErE,Iqme❑1lor EEnpl1a❑[0 aa❑IIIICrlied ❑❑la❑❑111dLid IIJ❑ FTA [[Ile❑me prEper ❑Ee ❑❑ ❑Lfler❑MI ❑❑ ❑❑e ❑mpl❑Cer ® ®FFFFl­Fpr❑❑®mod TCm 1-ea®❑a❑❑der® C13❑e ❑ewe Ue empl❑Cee ❑a❑ ❑ee❑ limed limea[rill ElIa❑a inn ❑❑Or ❑❑empl❑Erne❑❑❑a❑eEle❑ded a❑d aFT-Opled and 111im FM ❑a❑ mnpleCid❑ ❑❑e ❑mpl❑CJ3r aE]ee❑ [IT] Jea[e a❑❑der® C13❑e FEIr ❑e❑ empl❑Cee❑ ❑®® wee ❑mpl❑Clar ❑❑TE11emdamaFier eamempl❑Clae Ca❑ Cee❑ ❑❑red CA❑Dr ❑❑ITII SeFM❑❑ ❑a❑d ❑ ❑❑❑Crm ® CaC-b ❑ee❑ mnpleladLfla❑d [I[] mnplella a❑ma❑❑ gyp❑ ❑❑ne ❑EflerrUpr❑EOma❑are ❑eE0❑E8r1laCmd1F1❑ 1111 EJe ❑®er®❑C1arMa❑❑al❑®❑®er® Ell R�mpaart❑❑❑aC13Ij3de❑ I]e EE]eelda❑Efheper❑]d ❑in ❑eeEB�❑ded ❑❑MU®a❑aH q)eraFIM❑al 111] Crder [I[]aEEErnm❑dale ne 1lmpl❑fir[Ear16mpW❑❑lM ❑❑❑d AFFM❑II[Ima❑e ®❑❑©Ce ❑ d Cr®❑ E111e per®d ❑❑❑E1aC13Ib❑TFFF7 ❑❑❑ Me ❑mpl❑[Jer aEree❑ ❑❑❑® ❑Ce ❑®er®EE]pre Ci�mpl❑❑Me❑❑mee❑®❑ ❑❑®❑ appina❑=® E]JppCr❑❑❑a❑❑ Ella DE] empl❑oMe❑EPraFFTR-❑❑ II a❑❑[Mer ❑CO Illa❑III]IMM❑❑ Cr EI]e ❑E[EerFFM❑Cer Ma❑Cal dCe❑ ❑❑Ca❑®Cr❑Je❑ ❑❑❑❑❑e ❑mpl❑CAar m❑m❑CAa ❑per[HElir all ❑e❑ empl❑Ciaem ❑❑e ❑mpl[IC19r ❑IH 1l❑1lCerlM]1A9leCrT1el1l a❑d ❑dJ ❑❑❑CerTMempl❑tee❑❑©ed ❑ewe Elie e❑aFFTR- dale ❑❑IIIIIHIM❑❑❑❑mpl❑Cer❑❑❑❑are ❑ederal EEIE[flaEEIrE]maE] LLaIFn E[Or eFT-Op®❑❑®®=re❑❑Ir❑eme❑❑a❑demEIled ®❑rye ®❑❑®®M❑❑❑ ■■■ ■■- [ImplIlEOr . ■ - - ■ 111111111111 appruprAia. ■[-. ■ - ■ 111- - ■ ■n - MTE [][][Ire [lard m■ 1; ■F.111[e■■■■■■M . IIII■■■■ ■■- ■ . [IJOrm EIEDprErnp II■ ■■11111 em pl ■[- - ■ III . Ea r: ■■IIII- IIII■. III■ . lid praide 111- ■ IIII IIII- ■■IIII- . ■• leElBr ■■■[ 111111E IMLIErmaFIM11 ■• - ■11111 111 111- - • ■E- - IIII ■ IIII - IIII Ea [- ■ Ellie li• IIII- . ■ - - ■ IIII • ■■ri - ■■IIII He ■ ■■ IIII■ . ■• IIII- Ir ■■ . l • ■■IIII- . ■• leEler ElUr - • ■[- - ■ ■ IIII r [ ■ ■■ IIII■ • ■1111j ■IIII 111 - • ■[- - IIII IIII- E1mplEIEJer . ■ - - ■ IIII • ■EI - ■ 111 C ■ reliIMETEFTME 111 - . IIII- - ■ . ■. 111■r■■■: Ea El . - . ■[- - ■ 111 ■ 1[I■ 111- ■ ■■ 111E ■■. ■ ■■111- leller 111 E1- SSIIII ■■- ■ . ■[-r mE]=aIIEIEI - . ■[- - ■ Ell ■■■R ■■III- EII. III■■: ■. ■■■l [- . • ■- [- . IIII■■ . ■: III■■- . ■[- - ■ ml■- ■ IIII■■[- IIII ■■■J ■■IIII- IIII. m■■■ ■1[- Dam ■: [- [■ ■IIII . - ■. m■■■■ m- ■■ ■- ■ - . ■[- - ■ ■■■[ IIII . l ■l E1[- 1]■■■■■1r . Eli■ ■: [-. ■• ■■ .. ■■IIII ■r . ■1■■111- [ImplHEOr mHELIAEO addFFIME]al IIII: • ■ M - ■ nE - I111■■■- ■■ ■EI =E11aFF-nES ■ ml IIIEE]rma=El ■- [- IIII: ■ IIII - IIII [- IIII- IIII: - ■■- ■ ❑❑❑ ❑❑e ❑mpl❑fir aaee❑ ❑❑❑1111 Ia[o a❑❑ad[�OrCe aCffM❑a11aiiflCca❑ empl❑Cee ❑aid q01111 De • ■E] - III peril- IIII[- • - • ■[ - IIII- 11111111111E ■F. IIII■ ■ ■R ■ Or ■ IIII • ■■- ■■IIII■ IIII- [- IIII[: IIII■ ■■- IIII■■ - IIII IIII- EImplE[Jer ■■Fa 111E IIII■■ - • ■- 1 ■ • - IIII- • IIII ■ ■ EE ■■ ■■■0 E111111111: ■IIII- - • ■[J- - 11] ■■■■ ■ ■ . ■111■ IIII[- • ■■■- limplIlEOr ■■• - ■F. ■• ■ IIII: ■o ■ 111][Lal IIII: ■IIIIII ■■IIII- SSII lir DIIS . ■IIII . C • [- IIII[: IIII■ ■■■Cm IIII [J- IIII ■ ■ ■ . ■IIII■ Ella IIII■■: 16 ■Fa Me ■■■■■■Irk . IIII■■: ■: [- 111 IIII■IIII■: ■119 11111. IIII: IIII■ IIII- Deed EMr add 11111■: E[ - [[It 111- EIEIEOrEIme ■■111 re ■■ [- . ■: [- 11][Ir IIII' IIII. IIII■ ■■o • ■■111 I■ . IIII■■• ■- ■ ■■■- ■1 ■ III■■: ■• ■IIII[A• ■■■■- 10][6• - C• • . IIII- ■G - ■[- IIII: ■Ell - • ■[- - 11] 111111111111 . ■111■ IIII[- • ■IIII . ■■ ■■IIII■■ ■: [- ■■IIII- em pl FIFee■IIII■- • ■■[i - • a FEII. ■• [a I ■• • ■ IIII■IIII IIII ■■■1 IIII He IIII. [II■■: ■. IIII■- Er Elie . ■- ■ ■■■EI1- - . ■ ■■■■- [Orm IIII: led IT E[1116r . ■■ .. [- Eb em pl E]Etne ■■IIII■[1- ■■- ■[- ■ ■: ■- . ■. ■■ ■ - em pl ■[- - Eli . - [- Dad - . E]Erne EIE191 ==halo ■Fa III■ Pa e u [00F] ❑®er®M❑ ❑ MT 11mpl11CerO d2e®11Da5e 00®TI®0 E-Verifv-, Company ID Number: 272503 IIIII■ ■• 111E • - ■■lMLlL - • ■■111■■■ - ■C0 ■• III■ ■ ■ ■ ■■■ ■■• - . ■111■ Lr • - [I- ■IIII■ G. IIIII[■■ - ■■ E1Ll . ■ • ■[I- - 111 ■ ■ ■ 111 pFIEIer ■■■• IIIII■■■■ IIII■■ • 111E • , ■■ -111■11 ll 71 . ■[IIII■ 111- - • ■[I- - 71 . ■- • eral E11111flaELIT DEller . ■■111■ - ■111■ ■111- ■ I[I- . ■■■ 111E 111: ■■- IT ■■- 111 ■■s ■l11■ 11[- • 111 ■ ■ ■■■■111. ■• ■■ - ■■ I- ■■■• . ■ [I- 111[I: IIII■ ■■ ■ Elr DEIS■: ■ ■- - ■ ■■ • -1: • , ■• , IIII: ■■■■■■If➢ . IIII■ ■o ■ ■- - ■ 111■■- • ■[IIIII- em pl 111: - • ■- ■ ■■■■■■■[I- 111 ■■■1 • ■■s [a E[a IIII- 111111E■■If➢ . IIII■ Er a • ■■l11 Iltna1I1■ IT 111: [I- ■■■• . ■ [I - MO IIII■ 111 ■■ . - [a• . ■• a Mal ■■■■■■Ifs . IIII■ 111 III■■- • ■111- ■ [Ile ■ . E111ar ■: ■ IIII. 111- empl ■[I- - [1] ■■■■ ■ ■ , ■111■ 11[- . . ■• [: Illo 10 111- em pl ■[I- - 111 empl ElErne [IIII ■ • ■[I- ■ Er - • ■[I- - ■ ■ IIII ■■- ■IIII■■ . ■■■■: Mal 111111E■■If➢ . IIII■ mall Eall ■ 111- [111 . ■■111■■II1■■■ ■■■■ =Mner 119r7F1AE1Er ■111■■111■■111■■■ OEEKLmr ■■IIIII- 111 ■■■ ■■- Ompll1lar . ■ - - ■ 111 ■■ • ■ ■IIII ■II[- ■ 111■■111- ■ IIIII' 111■l11 ■ ■■■■■■■■ . ■• ■- ■IIII■ ■■■■ ■■ 1119 111 ■ . ■ . • • 11l ■ - HE ■■■• 111[I lr111: IIII■ ■■ . ■ ll ■ . ■: III■■: ■■ 111• Illri ■: III ■lrlll■■■r111■■ • ■■ - - III1111111111 [I- 1111E IIII■■■ - ■ ■[Ii - ■■■ - f • . ■11[I- ■ ■- ■: ■■- ■■■111 ET Eler ■: IIII■: ■ ]IIIII Et ■■■fi ■F. 1lIELI IIE]Ef:tnmTwlld 111E 1r Ilk I ■ • ■■■ - ■l ■ • . ■IIR- ■■■■- ■ • ■[I- ■■• - ■Ia ■• ■ Illo ■[IEEE Me Dal • , ■111[- ■ ■: ■ 111E ■• - [I- - ■IIII- [I- IIII[: IIII■ Elr ■■- ■■■ 111- IIII - ■■- • ■; ■ • ■Ri - • III • , ■II E191E]EIDEr • 111■■: ■111■ Er reEII=El 111 ■ri- - • ■[I- - ■ ■- D ■[I- 111- ■ appear Er ■■■■• EETelEll1l11]r ■: [I- reElaEod C• ■F. IIII- ■■■■■■[I➢ . IIII■■■■■- ■ • ■[I- [HIrIllOr ■■• - ■F, ■• ■ lllc ■c ■■ ■III , IIII■ ■■1119 1-rhmEI1ra=E1111elaJd ■■[ ri - • ■■ - ■■• . [IIII[- ■ • ■■111111■■ III ■- ■IIII■ ■■■■ ■[IIII- 111 ■ ■■■ • ■■■C' ■■111- llmpl[]A-r 111 ■IIIII • - ■: 1[: ■■■: ■■ • . ■ . [lard ■■: ■• ■111- 1: ■■IIII■■■o ■• [IIII . IIII■■ ■■ [Ina ■ 111■■■ • ■11111:' ■■111- [ImplIlEOr 111 ■: ■■ pal] . [lard [IEEE • - ■[I: [HI ■ . ■• • ■■IIII[- • . . ■- ■■ ■ III , IIII■■ ■■- IIII- [I- ■IIII■ ■■■■ ■■111- 111 ■ EIr ■III- ■ 111 . ■ . ■■ lead 111 1119 l: Ill: IIII■ ■■IIII • . Illlfi .IIII■ III ■ 111- IIII■]IIIII- ■ • ■■- ■: ■ . ■■ ■■- ■IIII■■ - .IIII■ 111 111- . ■Illi?111E G III: IIII■ • ■■111111■■ ]]IEEE■ • ■■■F� ■■■ ■ . ■■111■■111■■111■■■ ■ ■111■■111■■111■■■ 111 E E 111 ❑❑❑ ❑❑a ❑mpl❑[fir aEree❑ na❑[E❑M ❑Ce Ella IFIQrmaFFM❑ ❑re❑e[e❑ Trn ❑E[EerFM ❑d❑ 1111 m❑ten Ella empl❑one❑❑el[HIT11" ❑❑empl❑Cee❑a❑a❑®1]EOd ❑❑ 11111MM❑ ❑❑❑❑e ❑mpl❑Cer aree❑ ®a❑[El❑[H ❑a]ECard ®® ®E1Ema®❑CaE1d mea❑❑ ❑❑aim ®®=m a❑ P®S aCd pa=Crd=®e❑me E[Da❑® H ❑❑❑❑[L-d [[Era[][] ❑per pCrp❑[0 a❑d all ❑e[O❑Ear❑ EM pr❑[amp m❑fie❑1AI=®d❑d1U❑ e❑m llfl❑ tea❑ ®®❑❑CdTT-Om[Ela[ad ®a❑❑perm❑❑ner ®a❑empl❑[J3e❑❑❑Me ❑mpl❑Cer ❑❑❑area❑=Crud = perm E]s Elm pl❑Cer III rega❑❑®MIIJ§❑❑❑der ®®M❑❑Cemep❑fir mmdEIbmlE1a®❑a❑ma❑Ce a❑iiiiCrm d llflad[:a❑[o ❑❑SS❑ Cr D❑S ® le❑HHna[a prp❑[gym ❑❑❑ Me ❑mpl❑[lar aaee❑ ®❑❑®D❑S [rimed®[al❑ ® E]s e[l3❑❑❑❑a Cream ❑gaermCal ®EE]ma®❑❑ ❑reame❑are deed all I❑m ❑❑m❑1Md IT ❑❑a❑®a Eod aim ®❑EllerTF]permCal da[a❑ ❑II mgaeE]bd Cr m rmed Creams❑ m❑dd De repCr[ad ❑❑ [3II=0 01111❑❑®❑❑®❑❑❑ Er ® emalLa❑ ❑®er® d❑M❑m Plealia ❑[le APr[E8m Emcee❑[1❑ Pa=Erd❑Ei ie m❑[anAue ❑❑mCr emaM❑❑e❑ [b❑d[El❑ a ream repr❑111 11l1lerUFF] ■■■ ■■- Elm pl FlElar . ■■■■■ led ■- ■ [Ma ■■1- l[fl[1lTma IIII■ 111 - [I- 11[- ■ T E]m SS ■ [II ElElFOr ■- • ■■ He Pr M13 ■■ ■ ■■111 ■ IS En ■■ ■■■: Fumila ■• IIIII]. ■• 111- S ■■a I Se [IT IIII ■ ■[IIII■ ■ IS 111 ■■[IEEE. IIIII■ ■■ • - ■■■ 111111 [■1 111E IIIII] illinirma IIII■ ■■• - l 1:0 • - le ■[I- ■ ■ [Ilia ■ ]IIIII . ■■ • ■ • ■[I- ■111- [Ili ■ . ■ • ■■fi - • 111 111 ]IIIII M ■ ■ ma ■ ■- ■■■A ■■111 [I Fr Ellal • - Elal ■: ■■ ❑❑❑ ❑❑e ❑mpl❑[fir a11ee❑ [Ell mgpera[a ❑m D❑S a❑d SS❑ llfl tee© mnpl[a❑[:0 m❑❑11rill❑ a❑d e[]3ICa®❑ ❑❑❑®er®❑❑® ®d❑de❑perm®❑ D❑S❑SS❑❑Ele© m❑1flam7❑aCd ❑®er a❑e❑®qa❑❑ Palle 1111111111 ❑®er®M[III MT 11mpl11CerO d2e®E Da5e 011®0®11 E-Verifv- Company ID Number: 272503 ream❑ade ❑❑MO❑M]re❑O❑ ❑Lrm❑®a❑d ❑®erempILone❑Lremd❑a❑d 1111®ArL16❑ ®a❑d FU empl❑Clae❑re❑ard®❑ U9 ❑mpl❑CJ3r®❑❑e ❑❑❑F11er111T1a❑d [IT]regP❑❑d ®a prElnp❑a❑d a=rale ma❑❑er ® DES re❑❑ems E r 11U rmaffM❑ relate❑ 1111 tee© parEM3aFFM❑ H ❑[IlerUT] ❑❑❑ ❑❑e ❑mpl❑Clar Fall ❑❑ 1maCla a❑❑ CaI❑e EIr ❑❑a❑®ET❑od dam❑ FIr reAre❑❑3F1a❑❑❑❑TMparMpa®❑ 11fl ❑EuerTM ❑❑ in ❑e❑Elia❑nad❑erFUH❑ maArl1almEr ❑Eler medlla❑ ❑❑e 11mpl11C0r Fall ❑❑❑dem-He FFM ❑L=rFmin❑a❑iederallElappr❑❑igd❑lederallFrH-Orl[Eled❑Er Aderall®em❑❑ned❑ it ❑❑ig la❑❑❑a❑e ❑tea EIM18r ®Ci�❑❑❑❑ = De❑lUi� o- ❑®er maCi�rial❑pr❑Eded ® ®e p❑d= ❑❑C�Lr®❑ ®® ®®M❑ ❑ d❑e❑ ❑❑❑ meal] tea❑❑per[He❑dITCA9❑ Er a❑[1110-Ee❑ MIS" ❑E[Her[H EOrEE011a❑d a❑❑ dam 1111 1E1a❑eE4m11fl lahall ■■■ ■ ■- ■ . ■[- ■■: ■■■■A C III IIII ■ - ■■I[: Er El=iar . ■■ 111 • ■■■ - ■111 111: ■: ■■ 1aE1E1DaD9 ■■- • 111- - 1I1 ■: ■ ■- - ■ . ■■ri -. EIr ... ■[- • ■■ ■ ■■ ■ F. Or 111- ■- 11111: IIII■ D111111111■11■ IIII■11■11➢■■ ■■F. 111111■ Ele .[Erpr[Er 11111611 ■■■■- ■■■■D ■ ■ ■■■ ■■- ■ . ■ll . ■ - - ■ 111: ■■111- IIII fi. • - ■■ . ■• ■■■■ . ■ ■- ■■- • ■■ ■ E]Elder 1EBBEE13 ■■ DiiSiiiiSiiiS LE-- MEU1111 111 ell[HaiidiuDer 111: ■ . ■ ■■: ■■111 De ■. - ■11111 Armll ■■■■■■ IDaEllellmall ■■■ ■- ■[- . UaEllmaEller 111: Elm FU1E1E11rhpI ■ 111: ■111- ■ . ■Fi- Ill ■- ■III- ■■. ■. ■■111■■ - ■■■: ■■■ . ■■ Illo IIII■■ . - ■. ■■■■ - • ■■■- ■• ■ ri- • ■■■ M ■■- • [IFTI[Ir . IIIIIIF. F • ■ IIII D ■ ■■ ■ F. ■■ ■111- IIII■ ❑❑❑❑❑e ❑mpl❑❑or ❑❑derma❑d❑[Ilia ❑1HI[n]❑❑0❑❑E[EerTMpr❑❑edEre❑tea❑❑porp❑❑0 []Her [[[]all all a❑[T[]affTiBd ❑1171EIM❑❑❑®e ❑mpl❑Cer ma❑❑e m❑16m®apprF0rAA le❑al a77❑a❑d Arm®a®❑ ❑❑® .. 11111:.1111■111■111- IIII.■■■•111■111111111�■■■ B. RESPONSIBILITIES OF FEDERAL CONTRACTORS ❑❑ [IT17]e ❑mpl❑Cr;r [Ula ❑ederal LU11TaE-1T ❑® ®e ❑❑R ❑DEer®da❑❑e m❑16mET] ®e empl❑❑ne❑❑ CgrHaW❑ Corm❑ILI]S❑EPar❑❑❑1111❑ [J]He ❑❑R❑inill ❑emne lamMar ❑TMa❑d mnpl❑❑® E]e m1E1 mre❑❑CJarFF❑1111IT11e ❑der®❑CJ3r Ma❑❑al MT ❑ederal ❑❑❑TaQID'❑a❑❑ell a❑He ❑der® SUppleme❑[91 ❑111de M ❑ederal ❑❑❑ra m ❑❑ [I[] addiw❑ I[[] Elie reqp❑❑ "Ll ❑❑e[igr❑empl❑❑er ❑❑wed ®[[[]®M❑ ❑❑®e ❑mp1❑❑iar ❑❑derEla❑d❑ ®a❑®®®a ❑ederal =ElflaE]Ilr m❑@m® ®0 empl❑one❑❑Cerra®❑ Corm❑ ® S❑EPar❑❑❑=❑ ❑❑®e ❑❑R [En,❑m❑erin C❑e empl❑Erne❑❑el[Ei[Eilm ❑❑a❑❑ lempl❑lee aCFM❑ed Efl He m❑raCl❑a❑dented ❑❑R ❑❑®❑❑❑®❑ ❑❑e a❑ empl❑ClBe ❑a❑ ❑ee❑ ClBrEi4d CQr❑❑❑❑ ❑C❑er®❑❑ ®a ❑mpl❑Clar❑CQ]e ❑mpl❑Ebr ma❑❑❑❑CreaCi� a 119=Dd Qa❑e C[Ir no empl❑C]ae ❑r❑❑❑❑ ❑C❑er= all ❑❑ ❑mp1❑Cor C❑a❑n❑❑❑ea-dled ILI] ❑merwa❑a ❑ederal EEIII[raEL[Ur a❑C❑e Cme ❑❑a m❑1ram a❑ard m❑CI7eC7dl a❑a ❑ederal m❑CnaaEEIr = C❑e ❑CIDer®pr❑C7am ❑®® ❑❑ Crrle❑dar dam ❑❑ m❑Irma❑ard a❑d❑❑HUB ❑❑dam 11❑eCrd1me❑Cm❑e111M IM Cer[Uempl❑Cme❑❑el[Lll[Ll]IM❑❑❑e❑ []Ire[] ❑®❑ ❑CIDer= ❑❑e ❑mpl❑11ar m❑ llar®®❑C13 empl❑Clae❑ ❑❑❑ are ❑C] FFE = C❑e ❑❑[Ad SCaCem ❑❑eC❑er ❑' ❑❑❑CQ]e❑are a=Eled ® C❑e =E[fla=E] ❑❑e C❑e ❑mpl❑Clar ❑e❑®❑ Clar®❑ ❑e❑ ❑Ire= mm E0roE8 FFM❑ ❑❑❑e ❑ ❑©e ❑ m ❑m❑e 11111a led ❑ WE Tree ❑❑EHe m dam a EAr Ue ❑re da Ce ❑❑ ❑[r; eC7dled ®❑CIDer®a❑a ❑ederal =E1flaE=rE 09 ❑mpl❑Cl3r m❑=De❑= C]aroma=E ❑❑empl❑Cr!e❑ a=ned 1111 Elie m❑yam❑HUH ❑❑ ❑31e❑dar damalter ale dale ❑❑eErLA1me❑❑o- ❑WILH ❑❑dam ❑❑a❑ empl❑C:OeILI]aCMCrne❑❑1111 Elle m❑1raCM❑❑Me❑er dale 11flIaAr11 Palle ❑ [00F] ❑®er®M[III MT 11mp1l1CerO d2e®E Da5e 011®0®11 E-Verifv-, Company ID Number: 272503 ■■ ■ • ■■- ■ - ■ ■ - • III ■ Ills IIII . ■ . Lederal ■■■G. ■111 E-r LL]daLLLr mLre . ■1119 [Me ■■: ■■■G, ■■o ■, • IIII■■■- ■F 1- IIII 111 ■- ■111 ■- 11111: IIII■ ■■- • ■■ - ■■- 111111111111 111 ■- ■ ■ri- ■ ■■111- ■ • ■■- [][][]are ■ ■ ■III■ 111 De ■ ■11: • F O IIII■ He Her Er ■■■: ■■III■- • 111 111- ■■■Ifl [IIII■ 1111111 111 - - I1EIEUTe1T1da1T1aF1ar 1119 dale IIII■ri- ■111111- ■ • ■■- III - ■ ■ - • III [IIII- IIII . ■ . Elederal ■■■1ri ■111 I[Ir ■■ ■: - 11clar • . ■■ Er le ■■ . ■111- Ifi - ■■■11111i. ■■o [lard IIIII- [Impl IIII- ■[IIII■ 1111111 ■■ • . ■■ ■■- ■ ■ - ■111■e ■III 111 ■■- ■ 111- IIII 111 1111118 16 ■- IIIII: IIII■ IIII■- ■ [Iris ■ ■[IIII- ■■■fi. E[Mr 111111 are ■ ■ ■III■ Ill 111- ■ ■Re • Slali=EE19D]arEr ■■■. ■[IIII■- • 111 Ills ■■■E ■111► ■■■ ■- 11111: IIII■ ■■■- ■ ■m ■ milaills 1111118 Ce • ■ 1 MIM 1111ree ■■■III- ■■ • . ■■ . 11: 111- • . C IIII■ri- ■■ ■ [Impilligr - ■ ■ - • . ■ . ■- • - IIII■[;, ■Ill 111 ■ III - IIII ■IIII■- ■III l- 11111: IIII■ ■■- , ■■ - • Ella - , ■■III■- • 111 Ill- ■■■fi, ■■ ■ Illllll ■■ E13leDdar • , IIII , Il • , C ■■■■■fi. ■■o ■ , • Er ■ Illllll ■■ • , IIII , IIE . ■■III■ - ■■Ill Ella ■■■Al [IIII■ ■IIIII- ■- 111 . l ■ m ❑edera I =E11Ea =I1❑ E1Oa Ca re ®=®❑❑ ❑❑❑E❑er ed ❑E13 ®❑ Cg1 ❑ de ®ed a ❑❑❑ ❑ IS EE ❑❑❑❑❑[A Hale Et I❑Cal ❑❑[erore❑FM❑❑CerErne ❑EII ❑❑❑ederall❑rem❑❑Eed lifld[a❑ T❑]emo- mew❑ perE[EmH❑ ❑❑der a Cam❑[lar aDreeme❑❑e❑Cered ®®❑®a ❑ederal a❑e❑m ❑❑der a perEETma❑Ce ❑❑❑d ma❑m❑❑[La Ell] ❑d❑Cer®❑e❑ a a Eempl❑Cee❑a=❑ed ED09 ❑ederal m❑TaEEES❑m ❑ederal m❑[raEEIr ❑mam❑❑❑e[lar❑elemEII Cer[Hall ❑e❑ ❑©eElla ❑d11ilr all ems❑ empl❑[lae❑ ❑©ed aDer ❑❑[LmmDer ❑❑❑❑❑❑❑ Elm pl❑C Mar El ED EE® DaCi�❑a-❑m❑m❑eDIE] [brD111aDE❑ ❑❑empl❑Clae❑a=❑ed 1111 Ella m❑1raEll] FFMIUI ❑❑ [13le[Ida r daEll aIler Ella da16 [Ile o-dlme❑❑or ❑FFMIII II] dam ❑❑a❑ empl❑CtenaFmane❑❑n Ella m❑1raFM❑1IHE1eCer da[O HIal6r❑ d❑ ❑p❑❑ea-dlme❑®❑mpl❑Cer❑❑❑❑are ❑ederal m❑lfaE=r❑ma❑elem®CIBr®empl❑Erne❑❑ ellifli[EM11 [][]all ems❑ empl❑Cee❑ ❑ITFH❑ IM Ella ❑❑lad S[a[a❑ El LIE] ❑ere ❑©ed air ❑❑COm❑er ❑❑ ❑❑❑❑❑®mad ❑❑[Lmr=❑ ❑d❑ ®❑[La empl❑[lae❑a=❑ed ®a m11ared ❑ederal m❑Ta=❑fir el]dime❑[11]❑mpl❑Cer❑m❑melem1111 [OrFMe❑ EiaiiiiiAI❑❑ini D❑S pr❑[L-da-e❑a❑d ❑e❑® ❑1111erTMCbrU113FIM❑ [][]all e❑empl❑Cee❑❑FFMIEII ❑❑❑daEll aEler Me ele=❑❑ e❑ ❑❑e ❑mpl❑CIBr ma❑ ❑[Ln a pre=❑d❑ mnpleEed ❑o-m ®a❑ M]e CaDH ® ❑-ea®❑ a❑ ❑®er® 18C0 ELT a❑empl❑Ceea=❑ed Ila m❑[rama❑I❑❑❑am Ill IIII:■■■ IIIII III■■ . -� IIIII■■.Ill■Ill- IIII.■. IIII . rE■■1111■ IIII- 1111111I11■ ® ❑❑e empl❑CIBeED ❑a-❑a❑EEErn3®❑ Da El ❑❑❑eq)Mad ❑a❑d ® ❑❑e ❑mpl❑Cer ❑a❑re❑:6❑ed E[[e ❑am rW[EIEL]ma®❑enter sperm❑ a• [HI mnm❑❑EIaDHI❑ ❑® =e empl❑Clae EDe❑me =a❑Ile empl❑113e=Se=❑ ❑❑❑am a110 Ela rIM❑ ❑a❑ ❑❑❑ma❑❑ed RMdlid ®❑❑❑❑❑❑❑dIM[led EEI❑a la❑A perma❑e❑[IeEide❑❑alle❑ Ca=❑ ❑emne a ❑aEEIalE13d ❑[S❑❑® ■I ■■- ■ . ■EI =all ■■ . - li , ■- ■ DErm ■III ■■■■TT ■■■ ml ■ ■■ - =1111 Or ■• • , li m- • - ■IIIII■ 1111rm IIIII 111 . ■■ri - 1116 ■- ■- ■■: ■ HEErmarIM11 IIII ® ❑❑e ❑mpl❑Cbr aaDEEDdeEerm❑]a ElDa❑❑a-m ® mnplbEl ❑®❑rye ®®❑ in ❑❑e empl❑Ceeill Cam ® 111i❑a❑moo ®-a®❑ a❑aE[aE:[6d IEI Sem❑❑ ❑ ❑a❑ega©ed a• Ella ❑❑ed ❑o- ® ❑❑e ❑a-m ® m❑Ca®❑ ❑❑ SS El ❑- III ❑®er❑❑I3 ®mrplele❑ ■ ■C ■ 111► - ■IIII■ ■ ■■■■ IIIII 111 [IIII- ■III- ■: Ci . ■. ■• IllllCi . C• . ■. Ills 111 [IIII- ■III- ■■ . r ■ ■ IIII Palle 1111111111 ❑®er®M[III MT 11mpl11CerO d2e®E Da5e 0FI®0®11 E-Verifv- Company ID Number: 272503 ■ IIII - 1111m[LII■■■■ -1[- ■111 • ■■■ - ■L IIII■ 111■■■ . ■ . L[SqDaLDpLrL1L1r LLrM IIIII■■■111: ■- ■• ri- • . J ET-Tnple=El DEM IIIII■111- EmplEll-er Mall ■■■ - ■■R- Ella • ■• ■■IIII■ ■■o • • IIIII■0 • ■■■ - ■1 IIII■■■ ■■- 111- • ■■111 ■■ - - ■111■ 111E • - ■■ 111- • 111 ■ IIII - 1111111111■■■■1 ■■111 a[][] add Umnal Er ■■. - ■- • 111E HEIT■■IIII■■ [MaErnall ■- . ■■[d-. ■■ 11111E ■■111 ■■D] 1119 ■111- IIII ■ ■- . ■■: ■ ❑❑ ❑❑e ❑mpl❑❑Igr aliee❑ ❑❑❑l[[] re❑❑©e a 119m❑d E,1qrH:[8FFrH11 ❑FT❑ ❑[Iler[H ❑❑a❑❑aFFU❑ed empl❑C,Ige ❑❑❑ ❑a❑preFu❑d❑❑ee❑ Cigrilled a❑a ❑e❑I❑❑©Bd empl❑Cige [][]der [Iiii1flM❑❑ lir Lill a❑tea UTO Cerra®❑ ❑❑a❑❑ems❑ empl❑Clae FIE] a❑❑ ❑mpl❑❑fir [Ma FIE] ❑❑❑a ❑ederal m❑[raEFET ❑aced ❑❑ 111111fl ❑rye❑ ■■ ■■- ■ . ■■- E]EderETa ■• ■ ■1: ■[■■11■ . Eederal ■■■ r ■l11 ■IIII ■■ . [a ■■- ■ IIII ■11■ T ■ ■ 111 . '&erE1FrmaETe reE1E11MmeE1E1E1Fder 1119 C ■ ■■111- Flederal FTIFITaITIEr ■■■■■■G. ■111: ■• 1118 ■ . ■■- ■■■■- ■111 111 Do releaEe LU11flE1UrmaHU11reIa IIII■ 111 ■■ • F. ■■- ■ IIII IIII ■- IIIl10 IIII■ - ■• ■■■11111111[c ■ ■■• - 111111 ■ ■ 111 ■■■1i, ■IIII■ E1=LarE1E1r EIEDar ■IIIIIIF ■ . ■111■ Ilia • 111 reE1j§E1 1119 ■ • ■■- 111 ■■ • [ ■■- ■ IIII liederal EE1111ra=11re11111r1qme11FM C. RESPONSIBILITIES OF SSA ❑❑ SS❑ aC]-ee❑ [E all❑❑ D❑S ® EDmpare data pr❑Clded ❑❑ 11119 ❑mpl❑Cer a❑a®CI7SS❑®da[aDa❑e❑ SS❑ Ce❑d❑ D❑S m❑❑ffna=E LL-a❑ne da[a Ce❑❑eMer maEDe❑ iir d❑e❑ ❑❑onarM C❑B 11TIEma[IM11 MISS ❑H daCa❑aCe❑ ■■ SS ■ . ■ - - ■ 111 ■o C• ■■c • 111- Illlll . IIII■ Elie ■ • ■■- • ■■ri - ■ 111 ■■■■ ■ 111- IIII • ■■- • ■ - ■■ SS ■ al ■■ . Free ■ 1[[] 1 G III: ■■- ■■ 111 ■■■■ [a][Hirma IIII■■: ■ III ... ■• F. 1: ■■ la ■ ■[11 lll• [[lid ■: 111 re ■• ■■■III - 111 E09 ■- IIII1: 1111E ■■► EEIal Se ■■ IIII EDn ■- ■ Er re E. ■■■111 - =r - E13I ■s 1111E ■■■ III - IIII Er ■■■■ ■111- • - ■■■■ Er - ■III[: 11111111 . ■ ■- . 11111E Ilia • ■■ SS ■ . ■ ■■■- ■- • ■■ III- ' 111: ■■ ■ ■■111 ■ IS ED ■■ ■■■: LE 1119 S ■■F - ■■ IIII ■ ■■111■ ■ IS 111 ■■■■■F.o IIIII: ■• SS ■ re ■■ . IIII■■ 111E ■ ■' ' . ■■■■111 ❑❑ SS❑ aa-ee❑ EMpr❑Czde E81:0 reEEI III] Ton TMdalgi❑a[e ❑FFM® ❑Eree ❑ederal ❑ ❑Cerlime❑❑❑a-❑dam ❑❑ Elie lifluaI lifl❑❑©m ❑iIierMflpr❑fie❑ EliB immimam❑ EM me ❑mpl❑Cer❑ ❑❑SS❑ aEree❑® Cpda[i� SSE] re=rd❑a❑❑BCeEIlar❑®C❑e empl❑Cee ❑❑❑ m❑Ca=09 SSE] Ea EA (II3 ❑❑❑m❑ErlaffM❑ a❑ SSE] Eiald ❑Ento a❑d pr❑Czde❑ [Me re❑❑hied ewe❑Ce❑ UHLB empl❑❑ee all SS❑ CIMd ❑C(T[A ❑®®De a=❑❑❑ederal ❑❑CerE1rne❑❑❑[7❑dam1fl[7n C❑edala ❑C]-elarral =SS❑❑SS❑ allee❑ ® gadala SSE] rem-dmElapprgar®Ca❑❑®® C❑B a[EIE10 is❑per❑]d ❑de=SS❑ delarm❑]B❑ C[Da❑ mCre tea❑ e11fl❑❑damma❑ ❑e ❑9EL- lean 1111 mm laEOEESS❑ ❑iJ pr❑nde addmiial u®❑=❑❑ iiii ❑ie empl❑Cee❑ ®C❑e empl❑Cee d❑B❑ ❑❑❑®SS❑ ® Elb CMe all ❑❑ed❑❑®er®ma❑pr❑Clde a Coal ❑❑❑=11MmaffM❑ 1111 Elle empl❑Cer❑ ■ ■C ■111: ■ EmplElDar - ■• - [2 ■■- ■ C ■■■111: prE]Elem=Er ■s ■ . . ■ 111E ■■- ■IIII■■111- emplE1113r ■■■■ • ■■■F.; ■■■ 111- IIII . ■■111■■111■■111■■■■ D. RESPONSIBILITIES OF DHS ❑❑ D❑S ailee❑ 11L pr❑Ae C❑e ❑mpl❑Cer ❑FU Ce1eEled da[a IrCln D❑S da[a❑aCe❑ EEI e❑ade C❑e ❑mpl❑Cer EEI m❑d❑=1111 no eEle❑❑a❑iiiiErmed Lill [[[]IF]M❑❑❑ a❑ ❑❑E1naCid ClarlUlla®❑mB=❑❑aICi4❑empl❑Clae❑❑❑ele®❑❑=mea❑EEIa❑d Palle ❑ [00F] ❑®er®M[III MT 11mp1l1CerO d2e®E Dace 011®0®11 E-Verifv-, Company ID Number: 272503 ■■ ' ■■111 ■- IIIIF: 1111■ ■■- ■■■ 111 ■- ■ . ■: IF: ■ - ■ ■■ - • ■lME - ■■ ❑❑ D❑S a11ee❑ 1[[]a❑mpl❑❑Or ❑w gaerarrm❑al pr❑dem❑aFME1a[ad ❑®tee ❑mpillerH parka®❑ ®❑LtEerMLLID❑S aLree❑ 10 pr❑fie EL]e ❑mil ❑amemULI19maddreLl-Jama❑d 161ep❑❑❑e ❑En❑er❑ ❑m❑S repre713 Ella m❑ IT0 ❑e m❑Card di-r[ME] ffr]e ❑der®pr❑CJ3FTn ❑❑ D❑S allee❑ 1111 pr❑Ede 1111 Ella ❑mpl❑❑er ❑w aim I[[] ❑[I1erFFM lTa1L1111fl❑ mal6rlal❑a❑ ❑ell a❑a❑ ❑Lfler[H ❑Eer Ma❑❑al Ella ❑m❑CaH 111®❑FFFIFT1❑ ❑❑ ❑EEerFFMpdE10 EUpr❑❑od[Ire Ella ❑d re❑❑©eme❑[[[] ❑E]r ❑❑®SS❑ a❑d D❑S❑1Od❑d10❑ re®MTrM❑❑ ❑❑ Q❑e ❑❑e 71711flerFIFF] ❑❑ DES agree❑ 1111 TaH ❑mpl❑❑er❑ ❑❑ all rrhparIa❑❑ma❑❑e❑made 1111 ❑[IlerFFM ❑Ir❑❑❑❑ ❑❑e ❑Cb ❑❑ ma ❑da EE]❑ re lfle mer E111®®I ❑ a ❑d Epda [e E Ell] Ella ❑ der®❑ ❑ar Ma ❑❑al ❑❑ r1a❑ ❑ ❑II[lerl=D❑S reClar1IB❑ ❑a r®❑❑® re❑❑©e empl❑Clay❑ = race ma[Ida E[Or❑reEflemer ®E1rCalm ■■ ■ . ■ - - ■ 111 . MIND - 111 111- ■ . ■■- ■■IIII- ■■ ■III■ III. IIF: C ■ 111- ■ .10�ff-MiliFi.TdilliFI.11ill�ElilI 101111111IN11111111110B ■ ■■ . ■ - - 01111111 . MIND - 111 IN ■ . ■■- . ■FNOW, �0111111-11011 ■ ■■1111- ■ Ill■■- . ■■ Ill- ■ IIIIII- ■■ . - ■F ■ ■■■■- III G III . 1111■1� - . C . ■ ■F. fi ■ . ■f Ill ■ Ill■ lllll :4111101111111 MINIMUM UM ❑ 1S meparCr-he❑❑❑❑mO11Je❑ ❑❑ D❑S aOree❑ ®fie earn ❑❑E09 ❑mpl❑❑er®❑®er®❑Clar❑a ❑❑®❑e ❑❑ar Ide❑tea=E ❑En❑er a❑d paFMa-d Ella gaermFFM ❑❑em EM 11111 U 1111 ❑EEerHT1 ■■ DOS . ■ - - ■ Ill] E:llli=Iard 1119 111111 . 1111■ [11- Elmil . ■■r - ■■. ■. 111 ri 111: ■■- ■■ 111 ■■■■ 111111 .1FMI] I11 111. liti ■: ■ - ■. ■■■111 - LiEr Ella ■- 1111E 1rmil pr11E0=11Hr - ■: ■c 1111■ 111111EEer=E1r 111 ■■■■ ■111- . - ■■■■ IT - ■IIRe ■ . ■ mall ■- ar][11111irmed ■■ ... IIF: ■ - Ia11111111EH1rmaFflT11 ■ 11 ■- ■■- . []Ell] 111 ■- FFM ■ l . ■■■ . ■■ E]EISE]EIal SeEEr= ■■ ■- ■ . ■. - . ■■ - ■■- I■I■u■F ■7= eEllrlla ■I- ■1 ■ . ■. ■-. eral Lr1rh Hall la ■ Ella ■• IIF adm 1101H16r Ilederal ■■111➢. ■EPEE■ re ■■[i- - ■111■ ❑❑ D❑S aElee❑ ® pr❑fie a mea❑❑ ❑❑a❑❑I7naCi�d Clar®a®❑ ®agar❑fie❑ ® m❑®❑®❑ El OE SS ClarEM131TIM❑ pr❑Elad[Ire mm❑❑ftnaFFM❑ o- 16111adtia ❑❑❑m❑Eltr1arIT❑ ❑❑empl❑❑eeFT4empl❑one❑❑elm®MII IFIM111 ❑ederal ❑❑ClarEne❑❑❑Er❑daEll ❑❑❑❑e HMI H❑❑©m ■■D■ S .■--■ Ell] . ■■d-.OE] ■■■-■■■.. ■■- IIIIF:1111■1111■■•111■■...11EE1D■ S re■■.■■111 . ■■- - ■ ■ ■■ MEE61ELIDEIS 16EIAMP ■■■■■■Ili . 1111■■ . ■• ii mnmarm 1: ■i IFR- ■■■■■■Iri . 1111■■■■■111 . ■■r - ■ 1111: ■■■m . 1111E ■ ■■■■Nall➢ . 1111E ■■111- - . ■■- - ■[- . ■■ - ■■ - IIIIIIIIrlr1 ■ FFrllll ■■ Dederal ■ ■■- ■ - ■■■ ■ ■ • . ■■ ■■1119 • . liElOreliWal 111 DESOOEJeOEDEIS • - C 111- ■ 111: ■ ■ - 111: ■ ■■ .. ■■ . ■ ■- ■- ■- ■■: ■■111 ■■■■ ■: ■ EED11 ■ 11 pr[]Elde ... 11111■: 113IIIIF:1111■ 111■fi■■11117■■ ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND Dill A. REFERRAL TO SSA ❑❑ 1111He ❑mpl❑❑er reCla❑011a 1611Cam ❑❑❑m❑❑nnnarTM❑ wed ❑❑SS❑❑Q❑e ❑mpl❑Clar m❑Ejpr1lJ111Q❑e ❑❑DIBB a❑dU7eElAd ❑❑ ❑®er® ❑❑a ❑mpl❑❑er m❑EEprOnpIE ❑❑®empl❑Clae❑ ® iiliC ❑❑Q❑e ®d®❑ a❑d pr❑❑de ❑❑em ❑ W =9 ❑❑DELm a❑d leer m❑ra®®❑ ®E[E-ma®❑ qae® Ell] Q❑e empl❑Clae= ❑®er® Palle ❑ [00F] ❑®er®M❑ ❑ MT11mplECerO d2e®11Dace 011®0®11 E-Verifv-, Company ID Number: 272503 ■ ■ ■- LimpILLAgr aILL . ■ - - ■ 111 • ■■ri - ■■111 111- ■ ■■ 111■ . ■. 111- T ■■ . C • ■■IIII- . ■• IeLlOr 111 . ■■- - ■ ■ IIII [r 11: • ■ ■■ III■ . ■IE16E]■■ 111 - . ■■- - IIII ■■- ■ . ■■- . ■ - - ■ [IT] ■Erie ■ 111a ■ 111■1i■■IIII■■ III - . IIII- - ■ . ■. III■1i■■■: 11 ■I. - . III-- ■III ■III■ III- ■ IIII III■ IIII. ■ ■■III- -Ile I11 III- ■ ■ ■■- EmplElllar mE11TlallEEI - . ■■- - ■III ■■■Ce ■■III- IIII• III■■: ■. ■■■FA ■- .. [- ■- . ■IIII■ . ■: III■■- . ■■- - ■ IIIIII- ■ ■IIII■■- 111 ■■■C ■■111- IIII• III■■■ ■Ire EllerElleIrl ■o ■- III ■III . - ■• III■■ ❑❑ ❑❑e ❑mpl❑COr allee❑ 1111 ❑❑Ca® ®e empl11❑eellflrega1I1I1:6 a❑❑❑❑❑LIB ther ❑e ❑- me ❑M m11I6mElle IiKlla Ilia ❑❑❑m❑❑fta7M❑a❑m❑❑a❑p❑F"e alllr Do ❑mpl❑Clar re❑e❑Ja❑E]e li�❑CKIIO ❑❑❑m❑❑Dna FF❑❑ ❑ Ell] ❑❑a empl ❑C:8e ma ❑ de larm ❑]e ❑ ❑e HBr ❑e Er me ❑ M m❑16 mile 16❑A FT10. ❑❑❑m❑Iftna 7717 ❑❑ ❑fir a 10EIa Ile ❑❑❑m❑QDna7M❑❑M1e ❑mpl❑❑er El reCi�,r empl❑ClBe❑ Ell] SSE] 1161d ❑=e❑ ❑d❑a❑ d©eEled ❑❑ ❑LI]erTM ❑❑e ❑mpl❑[fir m❑mend He [13Eig ❑er®-aFFM❑ ❑l n❑erEle❑:6❑ ❑❑e empl❑❑ee ®®ma®❑ ml7nEfl�d ®❑®er®® Ide❑®a❑❑errE1=a❑d ®d ❑❑❑❑❑eMor Me empl❑CJae =Elli IID ❑❑e 16111aere ❑❑❑m❑❑rMaW❑❑❑Ile ❑mpl❑❑er ❑M Ira❑En[UIEI]e S❑E18I SemFH❑an❑er❑o-all] ❑❑❑er m-reElj�d empl❑❑ee =Emma=D ®a❑SS❑ re❑❑e=®SS❑ ❑Ir ClBrMa®❑a❑a= ®=®rem❑ ®dBaCiKl a Deed ® d ❑ m❑ ❑❑❑I❑e [Impl❑❑er ❑M inl®❑m❑❑eempl❑Coe In] =a❑SS❑ ❑mo ❑m®e®❑❑❑ederal ❑❑Corinne❑❑❑rr❑ daEEEI6S❑ ❑M ele®❑❑III❑ Ifa❑❑n=®e relb❑❑❑®e reCarral =11e ❑mpl❑❑er ❑IIID® ❑❑ ❑ederal ❑ ❑Corinne❑❑❑m ❑dam ❑❑®e referral ❑dem ®delermDe❑ Lll]aE nae tea❑ ❑❑ dam 1111 ❑eCom3rm ❑❑ ❑ [][It, ❑aFw❑ ❑Ile 10E6 rem=®e ❑mpl❑Cor allee❑ I[[] mein I lJe ❑LI]erTM m re❑darl❑ ❑I]- CAI t gadaCam ❑❑ ❑❑e ❑mpl❑❑er amree❑ am He empl❑❑ee iiii ❑❑Cam a priifliiii❑❑TE n no S❑EtaI Sem FFm ❑din®®a®❑ ❑mn❑er daCa❑aCo ®e ❑mnCde❑®m- ❑❑❑er ❑ram❑ CorlHlla=El ❑❑m]e SSE Ifmn ®s SS❑❑ B. REFERRAL TO DHS ■■ IIIIII- [ImplAEOr reEOE011a 1 ■1 IIQ- IIII■■■■In1 . IIII■ 111■■- • ■■ ■ ■111- [Impl[I[Aar ml1EUprllmpl1L1 ■■11111 - . ■■- - ■ III . Ills C ■■III- IIII. III■ . ■• . ■■ri - Mgm ■ IIII 111- ■0111[0 .El. le[[■■■M IIIIII■ nE10rmaHU11 ■. - ■11111 111 1110 - . ■■- - 111 1111[lerTM ■o ■- ■ ■ ■- ■ . ■■- IIII . ■ - - ■ 111 . ■■ri - HIM 111- E■■III■.■. III- G.■■.C• ■■IIR- .■. ell: EEr - . ■■--■■IIII ri ll:. ■■■III■. ■HIr■■■III . ■■- - ■■■■- ElmplEIE13r mElEElallElEl - . ■■- - ■ III ■■■F� ■■III- IIII. III■■: ■• ■■■[ ■- . • ■- ■- . ■IIII■ . ■: 111■■- . ■■- - ■ IIIIII- ■ IIII■■■- 111 ■■■C ■■111- IIII. 111■■■ ■Ire 111- fi ■: ■- 111 ■111 . - ■• 111■■ ❑❑ ❑❑e ❑mpl❑❑er aEree❑ ®❑❑Ca® ®e empl❑❑ee®rega❑❑❑e a❑❑❑❑❑❑e®er ❑e m- me ❑M m❑li�m®s Ca❑®RIlla ❑❑❑m❑❑Y]naFF❑ a❑ m❑❑ a❑p❑fie ader [Me ❑mpl❑Cor re❑e❑a❑ He o❑Cam ❑❑❑m❑MnaEE❑❑ ❑II❑m]e empl❑Coe ma❑deCarm❑]e ❑❑eM]er ❑e Or me ❑M m❑li�=Ue t❑Ca III I■I■I■I■■I■III➢ uF11I11I■I■I ❑❑ ❑❑a ❑mpl❑❑er amree❑ 1111 relar ❑]did❑al❑ ® D❑S ❑d❑ ❑❑e❑ Ella empl❑Coe m❑❑Co❑ I[[] m❑lama Ca ❑Ca DI10 ❑❑❑m❑Erna =❑❑ IIII mine - . IIII- - ■■■r:■m . r:■t. n1r- ■■■■■■1r� . nn■ m■■-. IIII � ■ ■m- ■ . IIII- ■ m m■r■■■m� Palle 1111111111 ❑®er®M[III MT 11mpl11CerO d2e®E Dale 01I®0®11 E-Verifv- Company ID Number: 272503 empl❑❑ae BE m❑[ACC❑S [E]r❑❑❑❑ ®IUI®ee ❑❑Me [ALLmMd ❑❑ L]e reLorral leer❑❑®®e®❑❑ ederal ❑ ❑[-brine❑❑❑E1❑da= ■■ nine ■ . ■l ■■• ■ ■■111 mliffnarmliale limpluor m1rupr1ricle 1119 • ■■■1 mliffnarm 1 ■1: ■1[- ■■■■■■ln➢ , 1111■ ■■111[- and 111 ■■ Elie DIET■71111■■ ■■11111- • 111 .. , ■ .. ■ ■ ■■111111 ■- milli■ EET A ■a 111[a ■■■■■■Ind . 111E■■■■- ■- ■■ ■■ ■■- [Impil][Or . ■ - - ■ Ilk ■111: ■ - . ■■- - ■11111 mill . 1 ■Ea 111[- ■■■■■■11➢ . rim ■: ■-. ■• ■■ . . ■■111 m . ■1■■■1- EmplEIE13r ■ m ■- ■• , ■■• ■ ■■■19 - . ■■- - m EErm =E1E1E1E1E1rm ■III■■■■ 1;. ■- , ■■• ■ ■1■ .. ■■. ■ ■■: . 111 D ■ 111 - ■611 ■■■ Will 5-■7011170.■• I ■. ■:•III■I11- •■■■ -mill■ ■■ - ■• 111■ . • ■mill■■• ■ ■mill- • ■■■ - ■■■■ -me - ■■ , II 1111E mill■- • , ■• • , [i 111 ■■ 111- - • ■■- 111 ❑❑ ❑❑e ❑mpl❑❑er ❑❑derE[a❑d❑ illia❑[Ell[E❑a❑❑❑❑de[$rmHe ❑❑911 er ❑❑ere ®a p❑❑nmammunalmine ❑mpl❑❑er m❑mom ❑ard ®e empl❑❑ee=d❑mne❑[A®❑ ® D❑S a❑den ®ed ® =e pre ❑ad®❑ parallrap❑❑ ❑❑e ❑mpl❑❑Ar allee❑ [[[I reEIAIt He [8[A9 a❑ gaeE1116d ❑❑ ®e D❑S repreC:0❑[aFIFA [][][][I M de[Arm ❑]e ❑❑e p❑❑® ma® a- mina®❑ ❑❑ D❑S ❑In ele®❑❑=all❑ Ta❑Dn=®e rem❑❑❑®e re[Arral CID =e ❑mpl❑❑er ❑®= ❑❑ ❑ederal ❑ ❑[$rune❑❑❑Er❑daEll ❑❑❑❑e referral ❑den 111de[Orm®e❑ Hadno-e ®a❑ ❑❑dam ®❑e[O❑Earm ❑❑ ❑ ❑lj� ❑a®❑ III]- EaCla relb®CII]e ❑mpl❑[ter aa-ee❑ ® men EDO ❑®er®m re❑darl❑ Cm EaCla gadaCAm ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES ❑❑SS❑ a❑d D❑S ❑Id ❑❑❑EE]ar❑e [Me ❑mpl❑[Or It [0r[LU8FH11 [bra❑per med []Eider [ni®M❑ ❑❑❑❑e ❑mpl❑[Iar ®rega❑❑I"e ET pr❑Ed®❑ e❑❑1I3me❑❑❑eeded ® ma❑a ®❑❑©Cam❑❑ aCl�m ❑®er®a❑ ❑mpl❑[or ❑1" ❑eed a perm❑al E np❑Car ❑FFM ®[$r❑e❑aFLOEM ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION ■■ ■■III ■ ■ 111 - 11 ■IIII- NONE 111- mill if!" 111 - ■■11 : • . 1[: ■ . ■• ■■: ■■■1111■- III - 11�U■III . ■ ■■■ . ■ 111- ■ . ■• ■ ■• - . C ■ 1IF ■ Ell - Ell • on on - on ■• 11[e • 111 ■ 11111■ on 111- mill: ■■■■- ■■■■: parlt6m ❑❑ ❑❑❑a❑d all ❑ller®CIIIam e❑Da❑❑eme❑®❑❑D❑S EIr SS❑❑®d❑d®❑ ❑❑❑❑❑C][[3h1Dd ®❑C❑er® meFM❑a❑alEl[zaddFFU❑al da[a ELIErE ❑ I IEI=®❑ ❑e❑ [0r=8z11 pdM611 Er pr❑[0dErem❑1H ❑e m❑ered ❑❑der CID®M❑ ❑ a❑d ❑dl ❑❑❑❑a❑1]3 ❑I19 ❑eed ❑Ir a [Zppleme al M❑ ❑ C❑a❑❑❑[fie❑ =9[19 ■■ ■■- ■■ Palle 111111111111 ❑®er®M❑ 11 ®- ❑mp10[ar❑ Jke®0 Dale 110®11®0 E-Verifv- Company ID Number: 272503 B. TERMINATION ❑❑ ❑❑e ❑mpl❑❑er ma❑[arm lifla[a IID1EIM❑[]a i:d 1FHlparMpam11 in] ❑Ellerma❑a❑❑ame qp❑❑ ❑❑dam pr❑r ❑rHDL ❑❑0110 1E] [Le ❑®er par[IOm ❑❑❑❑FFll®CZa❑d®❑❑rye ❑Spar❑❑ ❑❑Cm1EM❑❑m❑S ma❑Arm®aA FE111711M❑❑❑a❑d ®ere❑❑®e ❑mpl❑❑19r[ElparUl3am❑ [H] ❑LflerHT111m IT ❑m❑❑❑❑❑[IlLa a❑a❑❑tee ❑]deemed ❑elJ3❑F8r❑❑eI:8❑I,13 HE III]e re❑❑1reme111111 ❑da❑ Er p1l =11r qP❑❑ a delgrm1111am❑ LIE] SS❑ Ir D❑S IIDa❑ ]ere ❑a❑ ❑ee❑ a Eream ❑❑m IEl�La-®❑- lam ®❑❑ ®e ❑mpl❑❑Or❑Era lame ❑❑ ®e par❑❑❑®e ❑mpl❑l-0r 1Fll mnpl❑ ❑® enadmed ❑mermpr❑IladEre❑and Elr le❑al re, ❑❑©eme❑rm❑❑e ❑mpl❑1,13r ❑❑derEfa❑d❑ima❑®®tea ❑ederal m❑[naaEEI]❑Ii�rmOla®❑❑❑®®M❑❑ ❑❑a❑❑par®lm a❑❑ream❑ma❑❑e❑a=ialElalli�m®e perlmma❑❑a ❑❑®m❑IraEEDal reEPEIE=Mi�mSlrh18rlmE1]e ❑mpl❑❑er ❑❑derHa❑d❑=a❑®®®®a Hale ❑❑ere❑ELermI[Oma❑dall[rml6rm[Lllam❑❑❑EEIIHI❑❑a❑❑par[IDM1111 ma❑❑e❑aE1el❑aE16ml1l1e ❑mpl❑liar®❑❑®eCID 11111111 ❑mpl❑❑er Elia❑tea ❑ederal E11111raEnr ma❑l6rmnalo IIDirliM❑❑ ❑❑e❑ ne ❑ederal m❑1flam®a❑ re❑❑re❑ ®par=[Pa®❑ ®❑®er®® l�rm®ali�d Elr mnpie [i�d❑® mm 1131Jem1Ee ❑ederal m❑lflam7 m❑mpr❑fie ❑ro1�❑ ❑❑7-A ® D❑S❑®a❑ ❑mpl❑❑er EEa❑®a ❑ederal =E1TaC111- lad]❑ ® pr❑Ede mm ❑❑HIO❑E[]e❑ Ella ❑❑mpl❑I,1qr 110 rema[Ela❑ ❑ lermpar[Elia❑IID❑dl rema[El ❑❑❑❑d ❑❑tee WWI11❑IID1E] M❑ ❑ [Da❑appl❑ ®❑❑❑®ederal m❑CraaClm parEE[Pa❑®a❑d ❑[H C,e re❑❑red ®❑❑e ®e ❑®er® pr❑Eodare❑[E]❑erlHElie empl❑one❑❑elHUMM❑❑all ❑e❑I❑❑©ed empillEbem ❑❑❑❑e ❑mpl❑❑er aEree❑ E1a1111IIDerm H ❑❑d®de ❑Ir a❑❑I❑FFbmIIQa❑ElaI Or ❑IIDer❑❑a❑HE11e ❑mpl❑❑er ® l�rm❑Daled calm ❑®er® ARTICLE VI PARTIES ❑❑SE]ne Eir all SSE] a❑d D❑S req0❑❑m7Wi4❑ ❑❑der ®❑I Ml ❑ ma❑ ❑e perlm-med ❑❑ m❑Cdallm-®a❑d SSE] a❑d D❑S ma❑ad®mlr3rEU11a=E req0❑❑m7MI1J4❑ ❑e=ee❑ earn ❑®er a❑ ❑e11amarm❑❑ ❑aparali� aEreeme❑❑❑IImD❑S❑SS❑ ❑a❑aileed IIDperElErm mrega❑❑M1EJe❑a❑deEEr❑]ed ®®1U]M❑❑❑ ❑ ❑❑ ❑®®❑ ®®®M ❑ ❑ ®=la ❑ded ❑a- m❑dd ❑e m❑®❑ed ❑® o-ea la a ❑❑ r [EEEEr ❑e ❑e ®m❑lIa ❑=i3 ❑- pr❑❑6d1lal❑e❑❑Ir❑0ade ada❑ ❑❑a❑❑ IID©d parEfla❑a[EImHe ❑❑mod S1al6mma❑e❑D6m11Mermo- empl11E0em11r a❑aHmEle ❑mpl❑Cr;r❑[FMa❑e❑=❑[IEIIL-rml]" empl❑❑eem ❑m❑e ❑mpl❑liar ma❑❑❑❑a=❑❑dIre❑rEr 1E[]dIreF1FF❑❑eCII]er ❑❑EperaEE❑ ❑da❑❑EEa❑❑e ❑❑m❑Ird Er mer❑er❑all a a❑❑par❑❑❑mr®❑11[]Er ❑d[Ella FU❑❑❑❑der IID1EIM❑❑ ❑m❑❑❑1]e pr[El- ❑rI11911 m❑lAD❑❑❑❑ D❑S❑❑❑= m❑lr'❑❑mall ❑❑❑❑e ❑Eream❑al1❑ ❑®❑sld ❑- delal]ad❑ ❑❑❑a mp❑® =EI ILm❑lr'❑a=❑❑ IT Ira ❑fir a[][] ❑❑De r [EI❑mod ❑Ue mo ❑d IQa m❑❑ ❑ere [El lIfl mld ❑ Dmam pares Fall ❑e del❑rega❑❑fie EH1r de16❑d1Ul11 a❑❑ darn ❑- ate❑ a❑aHmE]arUHL] ❑❑❑❑❑I7 relali�dEll] ❑®er®a-=®M❑❑❑❑❑el❑erFTMEro-rh=al❑a❑d ED,a❑❑I®❑MM❑❑ereEflEmE®d❑d®❑®❑❑ ❑❑IIIrIhI[ad IID❑a II] dlop [Ile ❑epee❑ HLe ❑mpl❑❑er a❑d a❑❑ []Her perm❑ Er e❑rWre[lard lifl❑ He applDlA❑tM ❑❑Se®❑ ❑❑❑lei❑❑❑EIR[RE] ® a❑❑ate❑ A119E ❑- alle❑edl❑ A119E ❑❑ ®e ❑mplEllar❑ ❑❑❑❑e ❑mpl❑❑er ❑❑derEla❑d❑ ®a❑mpar=Pa=E III ❑®er® III ❑❑❑m❑fie❑1E8I =Emma=❑a❑d ma❑ ❑e d IFT1 ❑lr=d a ❑ a ❑®mrEed Er re ❑❑©ed ❑❑ la ❑ a ❑d D ❑ S ❑- SS ❑ p IA mmi:fld ❑d iE❑ ❑❑❑❑❑d lrii llied iiii❑ Palle 0[][0[0 ❑®er®M❑ ❑ ®- ❑mpl0ler❑ J1e®0 Dale E0®11®0 E-Verifv-, Company ID Number: 272503 ❑❑❑Lre=❑al ❑❑erFH❑LLLI❑per®p❑d=a❑d media ®❑❑©Ci4mdeL6rm®a®❑❑❑❑mnpl[8❑CA3 ❑® ❑ederal m❑[raadal re❑❑ 9me❑tea❑d regO❑❑❑b❑ [IT] 1E1❑❑©Ce❑ ❑❑der ❑❑e []reed Elm ❑❑®❑Irma=❑ ❑m EU❑ 11111111 ❑❑ ❑❑e 11Dd1ETd❑al❑ ❑❑❑❑e 7M❑aFF1e❑appear ❑el❑❑ repre[-O[1❑tea❑❑Me❑area❑tea ffflad ET] e❑COr [HIET] ET® M❑ ❑ ❑❑ ❑e❑al❑❑❑ 9 ❑mpl❑❑er and DES regpeFrUOlm❑❑e ❑mpl❑Cor ❑❑derEia❑d❑ na❑a❑❑ na=ia[E� Efa[cme❑[Urepre❑ig❑Cam❑❑da[a o- ❑Q❑er 1111❑IrmaFFM❑ pr❑❑stied ®D❑S mall m❑[OmQ❑e ❑mpl❑❑19r❑FFM m❑m❑CaaQID m®empl❑[BemE]r TMrepre❑e❑Cam❑ 11T1❑F11❑pr❑[]am®❑ OIT lalEb ❑-A[�me❑spa ma❑❑1111 ❑❑ a❑duriumimmed®Ca ArmHar[M❑ ❑❑WME] ❑ a❑dE1O❑E1[]❑p❑FMe de❑arme❑❑o- mqpe❑®❑❑ ❑ m❑e ElFe❑❑®❑ 1T1❑F7M1a❑ ®e MI aaeeme❑❑❑❑ ®® m❑[am❑eEflee❑ D❑S a❑d He ❑mpl❑❑ar❑ To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Palle 0[][0[0 ❑®er®M❑ ❑ ®- ❑mp10[br❑ J1e®0 Dale 110®11®0 E-Verifv- orW� Company ID Number: 272503 Approved by: Employer Superior Landscaping & Lawn Service, Inc. Came Rea❑e ❑Eoe [Ir PrUEE] ❑Ae Betsy Quevedo SU❑aUre Da10 Electronically Signed 11/03/2009 Department of Homeland Security — Verification Division Came Rea❑e ❑q)e [Ir PrUEE] ❑fie USCIS Verification Division S 7-1a -1-e Da C Electronically Signed 11/03/2009 Pale 0[][0[0 ❑®er®M❑ ❑ ®- ❑mp10[er❑ J1e®0 Da[� 110®11®0 E-Verifv- Company ID Number: 272503 Information Required for the E-Verify Program Information relating to your Company: Superior Landscaping & Lawn Service, Inc. ❑LI-npa❑❑ ❑ame 2200 NW 23rd Avenue Miami, FL 33142 ❑Empa❑❑ ❑ate ❑ddrem PO Box 35-0095 Miami, FL 33135-0095 ❑arlpa❑❑❑I16r❑a16 ❑ddrem El EIFIETF11 EIr Parma MIAMI-DADE ❑mpI❑Clar [de❑tea®❑ ❑fin Or 650838100 ❑dTIT11 ❑merET13❑ Ud❑®❑ ❑lam®❑SFFi-om❑❑❑de 238 Pare ❑❑❑ [Impa ❑❑ ❑ 1]m ❑er ❑❑❑mpI ❑tee❑ 100 to 499 ❑on❑er ❑CSC❑❑erited ur 1 Palle 0[][0[0 ❑®er®M❑ ❑ ®- ❑mp10[er❑ J1e®0 Dale 110®11®0 � sect E-Verifv- Company ID Number: 272503 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 272503 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Aileen Villasana Phone Number (305) 634 - 0717 Fax Number (305) 634 - 0744 Email Address aileen@superiorlandscaping.com Name Betsy Quevedo Phone Number (305) 634 - 0717 Fax Number (305) 634 - 0744 Email Address bquevedo@superiorlandscaping.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 272503 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 �t 40 ,,omo � � � 2 k � � � o Q & CD 4- LU k >I A G _ U) . lz @ � � 2 Z ■ Y k 2 2 � R o m § J2 k TLU § i D cn § Request for Taxpayer Give Form to the Form= VQ Identification Number and Certification requester. Do not (Rev. October 2018) Department of the Treasury Send to the IRS. Internal Revenue Service ► Go to tvww.irs.gov/Form1#9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name Is required on this line; do not leave this line blank. Superior Landscaping & Lawn Service, Inc. 2 Business name/disregarded entity name, if different from above m3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to m following seven boxes. certain entities, not individuals; see a instructions on page 3): o ❑ Individual/sole proprietor or ❑ C Corporation Corporation ❑ Partnership ❑ Trust/estate ai single -member LLC Exempt payee code (If any) a ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `o i? Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting +• 7n LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code rfr any) Icc another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that a o V= Is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions)► (Wpnes 10ac MS MWOkdovrsne the U.S,) y 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) N PO Box 35-0095 6 City, state, and ZIP code Miami FL 33135 7 List account number(s) here (optional) lan Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid i social security number � backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For otherLLU entities, It is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 6 5 _ 0 18 13 18 1110 10 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am walling for a number to be Issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of sec a cellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividendo r q r d to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. ryrr Signature of Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (FIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) 1/23/2019 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • an 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, ater. Cat. No. 10231X Form 111/-9 (Rev. 10-2018) Form W-9 (Rev. 10-2018) By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business Is not subject to the withholding tax on foreign partners' share of effectively connected Income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, Is correct. See What is FATCA reporting, later, for further Information. Note: If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien; • A partnership, corporation, company, or association created or organized In the United States or under the laws of the United States; • An estate (other than a foreign estate); or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, In certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. In the cases below, the following person must give Form W-9 to the partnership for purposes of establishing Its U.S. status and avoiding withholding on its allocable share of net Income from the partnership conducting a trade or business In the United States. • In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the entity; • In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and • In the case of a U.S. trust (other than a grantor trust), the U.S. trust (other than a grantor trust) and not the beneficiaries of the trust. Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). _ Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained In the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of Income, you must attach a statement to Form W-9 that specifies the following five items. 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Page 2 Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States, Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and Is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the Information described above to support that exemption. If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233, Backup Withholding What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 24% of such payments. This is called "backup withholding." Payments that may be subject to backup withholding include interest, tax-exempt interest, dends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable Interest and dividends on your tax return. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TIN to the requester, 2. You do not certify your TIN when required (see the instructions for Part II for details), 3. The IRS tells the requester that you furnished an incorrect TIN, 4. The IRS tells you that you are subject to backup withholding because you did not report all your Interest and dividends on your tax return (for reportable Interest and dividends only), or 5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable Interest and dividend accounts opened after 1983 only). Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for the Requester of Form W-9 for more Information. Also see Special rules for partnerships, earlier. What is FATCA Reporting? The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all United States account holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code, later, and the Instructions for the Requester of Form W-9 for more information. Updating Your Information You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments In the future from this person. For example, you may need to provide updated information If you are a C corporation that elects to be an S corporation, or If you no longer are tax exempt. In addition, you must furnish a new Form W-9 If the name or TIN changes for the account; for example, if the grantor of a grantor trust dies. Penalties Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure Is due to reasonable cause and not to willful neglect. l penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. Form W-9 (Rev. 10-201 Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TINS. If the requester discloses or uses TINS in violation of federal law, the requester may be subject to civil and criminal penalties. Specific Instructions Line 1 You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return. If this Form W-9 Is for a joint account (other than an account maintained by a foreign financial institution (FFI)), list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9. If you are providing Form W-9 to an FFI to document a joint account, each holder of the account that Is a U.S. person must provide a Form W-9. a. Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name. Note: ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line Is. This should also be the same as the name you entered on the Form 1040/1040A/1040EZ you filed with your application. b. Sole proprietor or single -member I.I.C. Enter your Individual name as shown on your 1040/1040A/1040EZ on line 1. You may enter your business, trade, or "doing business as" (DBA) name on line 2. c. Partnership, LLC that is not a single -member LLC, C corporation, or S corporation. Enter the entity's name as shown on the entity's tax return on line 1 and any business, trade, or DBA name on line 2. d. Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or DDA name on line 2. e. Disregarded entity. For U.S. federal tax purposes, an entity that is disregarded as an entity separate from its owner is treated as a "disregarded entity." See Regulations section 301.7701-2(c)(2)(III). Enter the owner's name on line 1. The name of the entity entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that Is a U.S. person, the U.S. owner's name is required to be provided on line 1. If the direct owner of the entity Is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on line 2, "Business name/disregarded entity name." If the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN. Line 2 If you have a business name, trade name, DBA name, or disregarded entity name, you may enter it on line 2. Line 3 Check the appropriate box on line 3 for the U.S. federal tax classification of the person whose name is entered on line 1. Check only one box on line 3. Page 3 IF the entity/person on line 1 is THEN check the box for .. . a(n)... • Corporation Corporation • Individual Individual/sole proprietor or single - Sole proprietorship, or member LLC • Single -member limited liability company (LLC) owned by an individual and disregarded for U.S. federal tax purposes. • LLC treated as a partnership for Limited liability company and enter U.S. federal tax purposes, the appropriate tax classification. • LLC that has filed Form 8832 or (P= Partnership; C= C corporation; 2553 to be taxed as a corporation, or S= S corporation) or • LLC that is disregarded as an entity separate from its owner but the owner is another LLC that is not disregarded for U.S. federal tax purposes. • Partnership Partnership • Trust/estate Trust/estate Line 4, Exemptions If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space on line 4 any codes) that may apply to you. Exempt payee code. • Generally, individuals (including sole proprietors) are not exempt from backup withholding. • Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends. • Corporations are not exempt from backup withholding for payments made In settlement of payment card or third party network transactions. • Corporations are not exempt from backup withholding with respect to mays' fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC. The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space in line 4. 1—An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401M(2) 2—The United States or any of its agencies or instrumentalities 3—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities 4—A foreign government or any of its political subdivisions, agencies, or instrumentalities 5—A corporation 6—A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or possession 7—A futures commission merchant registered with the Commodity Futures Trading Commission 8—A real estate investment trust 9—An entity registered at all times during the tax year under the Investment Company Act of 1940 10—A common trust fund operated by a bank under section 584(a) i 1—A financial institution 12—A middleman known in the investment community as a nominee or custodian 13—A trust exempt from tax under section 664 or described in section 4947 Form W-9 (Rev. 10-2018) The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13, IF the payment is for... THEN the payment is exempt for... Interest and dividend payments All exempt payees except for 7 Broker transactions Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012. Barter exchange transactions and Exempt payees f through 4 patronage dividends Payments over $600 required to be Generally, exempt payees reported and direct sales over 1 through 52 $5,000' Payments made in settlement of Exempt payees 1 through 4 payment card or third party network transactions t See Form 1099-MISC, Miscellaneous Income, and its instructions. 2 However, the following payments made to a corporation and reportable on Form 1099 MISC are not exempt from backup withholding: medical and health care payments, attorneys' fees, gross proceeds paid to an attorney reportable under section 6045(f), and payments for services paid by a federal executive agency. Exemption from FATCA reporting code. The following codes Identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain If the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with "Not Applicable" (or any similar indication) written or printed on the line for a FATCA exemption code. A —An organization exempt from tax under section 501(a) or any individual retirement plan as defined In section 7701(a)(37) B—The United States or any of Its agencies or instrumentalities C—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities D—A corporation the stock of which is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1 E—A corporation that is a member of the same expanded affiliated group as a corporation described in Regulations section 1.1472-1(c)(1)(i) F—A dealer in securities, commodities, or derivative financial Instruments (including notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state G—A real estate investment trust H—A regulated investment company as defined in section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940 I —A common trust fund as defined in section 584(a) J—A bank as defined In section 581 K—A broker L—A trust exempt from tax under section 664 or described in section 4947(a)(1) M—A tax exempt trust under a section 403(b) plan or section 457(g) plan Note: You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed. Line 5 Enter your address (number, street, and apartment or suite number). This Is where the requester of this Form W-9 will mall your Information returns. If this address differs from the one the requester already has on file, write NEW at the top. If a new address Is provided, there is still a chance the old address will be used until the payor changes your address in their records. Line fi Enter your city, state, and ZIP code. Part I. Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer Identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN below. If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. If you are a single -member LLC that is disregarded as an entity separate from its owner, enter the owner's SSN (or EIN, if the owner has one). Do not enter the disregarded entity's EIN. If the LLC Is classified as a corporation or partnership, enter the entity's EIN. to: See What Name and Number To Give the Requester, later, for her clarification of name and TIN combinations. How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local SSA office or get this form online at www.SSA.gov. You may also get this form by calling 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.im.gov/Businesses and clicking on Employer Identification Number (EIN) under Starting a Business. Go to wwwJrs.gov/Forms to view, download, or print Form W-7 and/or Form SS-4. Or, you can go to www.irs.gov/OrderForms to place an order and have Form W-7 and/or SS-4 mailed to you within 10 business days. If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and write "Applied For" in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester. Note: Entering "Applied For" means that you have already applied for a TIN or that you Intend to apply for one soon. Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate Form W-8. Part H. Certification To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if item 1, 4, or 5 below indicates otherwise. For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code, earlier. Signature requirements. Complete the certification as indicated in items f through 5 below. Form W-9 (Rev. 10-2018) 1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983, You must give your correct TIN, but you do not have to sign the certification. 2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983, You must sign the certification or backup withholding will apply. If you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. 3. Real estate transactions. You must sign the certification. You may cross out Item 2 of the certification. 4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. "Other payments" include payments made in the course of the requester's trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments made in settlement of payment card and third party network transactions, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys (including payments to corporations). 5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529), ABLE accounts (under section 529A), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification. What Name and Number To Give the Requester For this type of account: I Give name and SSN of: 2. Two or more Individuals Qoint account) other than an account maintained by an FFI 3. Two or more U.S. persons Qoint account maintained by an FFI) 4. Custodial account of a minor (Uniform Gift to Minors Act) 5. a. The usual revocable savings trust (grantor is also trustee) b. So-called trust account that is not a legal or valid trust under state law The actual owner of the account or, if combined funds, [he first Individual on the account' Each holder of the account The minor Th e grantor -trustee' The actual owner' 6. Sole proprietorship or disregarded The owners entity owned by an individual 7. Grantor trust filing under Optional The grantor Form 1099 Filing Method 1 (see Regulations section 1.671-4(b)(2)Q) (A)) For this type of account: I Give no and EIN of: 8. Disregarded entity not owned by an I The owner Individual 9. A valid trust, estate, or pension trust 10. Corporation or LLC electing corporate status on Form 8832 or Form 2553 11. Association, club, religious, charitable, educational, or other tax- exempt organization Legal entity° The corporation The organization 12. Partnership or multi -member LLC I The partnership 13.Abroker or registered nominee The broker or nominee Page 5 For this type of account: I Give name and EIN of: 14. Account with the Department of The public entity Agriculture In the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments 15- Grantor trust filing under the Form The trust 1041 Filing Method or the Optional Form 1099 Filing Method 2 (see Regulations section 1.671-4(b)(2)(i)(B)) ' List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person's number at be furnished. ' Circle the minor's name and furnish the minor's SSN. s You must show your individual name and you may also enter your business or DBA name on the "Business name/disregarded entity" name line. You may use either your SSN or EIN (if you have one), but the IRS encourages you to use your SSN. ' at first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself Is not designated in the account title.) Also see Special rules for partnerships, earlier. `Note: The grantor also must provide a Form W-9 to trustee of trust. Note: If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed. Secure Your Tax Records From Identity Theft Identity theft occurs when someone uses your personal information such as your name, SSN, or other identifying information, without your permission, to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund. To reduce your risk: • Protect your SSN, • Ensure your employer is protecting your SSN, and • Be careful when choosing a tax preparer. If your tax records are affected by identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter. If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity or credit report, contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit Form 14039, For more information, see Pub. 5027, Identity Theft Information for Taxpayers. Victims of Identity theft who are experiencing economic harm or a systemic problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll -free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059. Protect yourself from suspicious entails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business smalls and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering private information that will be used for identity theft. Form W-9 (Rev. 10-2018) The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts. If you receive an unsolicited email claiming to be from the IRS, forward this message to phishing®irs.gov. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration (TIGTA) at 1-800-366-4484. You can forward suspicious emails to the Federal Trade Commission at spam®uce.gov or report them at www.ftc.govlcomplaint. You can contact the FTC at www.ftc.govlidtheft or 877-IDTHEFT (877-438-4338), If you have been the victim of identity theft, see www.IdentityTheft.gov and Pub, 5027, Visit www.irs.govlldentityTheft to learn more about identity theft and how to reduce your risk. i Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbla, and U.S. commonwealths and possessions for use In administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers musI generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information. c�,er cntHty r+drtlrYSYJ4'A $Cf410E3 �"Cr't F}ccv+nern Em•m D•iam Reference Questionnaire Solicitation: Reference Questionnaire for: Su erior Landsca in &Lawn Service, Inc. (Name of Company Requesting Reference Information) Jesenia Otero (Name of Individuals Name:-1S At 104scol his it yi+ *DiYe(.4ra't (Evaluator completing reference questionnaire) C-ki &F $Aiawi Butch Company: fa45 bzeArf•'F:'I.GNi— (Evaluator's Company completing reference) 3os (P73- 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 fisted 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 I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the fum/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." W' 145—(.(�) t,' ts Project Description: f)(l�i 01tittd5 giYtilYlM�iA S,,,,zCompletion Date: Un'Q(1tl't1 Project Budget: 11�j-154 000 Project Number of Days: q-t ltco7 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 1 O 2 Ability to maintain project schedule (complete on -time or early). ) 0 3 Quality of work. a 4 Quality of consultative advice provided on the project.A1 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.) p) 7 Ability to verbally communicate and document information clearly and succinctly. p 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 7Z C. Ve-r minty A,drrucsor,ric*s ara,wrx Procumterm Serviees avmen Reference Questionnaire Solicitation: 19-7617 - Radio Road East Landscape Maintenance Work Area 23 Reference Questionnaire for: Superior Landscaping & Lawn Service, Inc. (Name of Company Requesting Reference Information) Jesenia Otero (Name of Individuals Requesting Reference Information) Name: Joel Langaney (Evaluator completing reference questionnaire) Email: Company: City of Bonita Springs (Evaluator's Company completing reference) FAX: (239) 478-4614 949-6242 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: US-41 Landscape & Irrigation Maintenace RF13 17-015 Completion Date: Ongoing Project Budget: $344,124.00 Annualy 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). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 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.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project 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 91 Joel Langaney 0 Project Manager City of Bonita Springs 9101 Bonita Beach Road Bonita Springs Florida 34135 C. (239) 478-0614 FC x ((239) 949 6245 w .cityofbonitasprings.org corer County Aden .-eSen4wsgent PrccuLrnenl SeNrxs D Atiw Reference Questionnaire Solicitation: 19-7617 - Radio Road East Landscape Maintenance Work Area 23 Reference Questionnaire for: 5uuerior Landseanins & Lawn Service. Inc. (Name of Company Requesting Reference Information) Jesenia Otero (Name of Individuals Requesting Reference Information) Name: (_Z 4 L_ Company: `j )�%a,`� (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: x L9 4L L 41 t, as ,,aAF I ° OFAX: 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 ------tothe-best-ofyour-knowledge on a scale of I 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: " /N A;wfE*rtWje#ompletion Date: AL G'T I'V tr Project Hget: „!� 'Z $ _ ; 000 0 QF s.lT Cyrr- Project Number of Days: ZOlt# -- Z O Z l item ..... __ Citeria__-- - -------_�.. Score...._.__.. - 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. S Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS l�r 16.D.5.q PROFESSIONAL SERVICE AGREEMENT # 20-7676 for PARKS LANDSCAPE MAINTENANCE THIS AGREEMENT, made and entered into on this day of 2020 , by and between Superior Landscapina & Lawn Service Inc. _ authorized to do business in the State of Florida, whose business address is 2200 NW 23rd Ave, Miami, FL 33142-6551 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: The Agreement shall be for a three (3 ) year period, commencing 0 upon the date of Board approval e Or Oil and terminating 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 ❑ Netmee to PF96eed ❑ WeFk QFde . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions ❑ ❑ Invitation to Bid (ITB) 0 Other invitation for Qualifications ( iFQ ) # 20-7676 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page l of 14 Professional Service Agreement #2019-01 1 Packet Pg. 1031 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 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 M The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3.4 ❑ The PlFeeedufe fOF obtaining Work undeF this AgFeement ❑ Othe 3.5 0 The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology 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): ❑ 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. _ _ _ _ . lMM.- ■Mr.Tmv 101 ON Page 2 of 14 Professional Service Agreement #2019-011 Packet Pg. 1032 NON NOW- P 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 "lashes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 ❑ rfa. �--Reimbuf able-€xpenses--.-T-Favel arse -Reimbursable comes must be appFaved in advanee in winiting by the GeuMy, Tr�expenses shall hr, Fei. buFsed as nor See tien 112.061 Fla Stat&- R-ei.m.bursements shall be at the fellewing Fates� Breakfast L G1'1Vr1 �tiV n , ��., r�t►lT-rtYCF �C l ttT h e oanh e•lass fare> FYCRtal eaF Actual rental oos"Pi4ed toeoTT��mn�'t standard size vehicles dal sect 6# 4eg at side Taxi er AmFpeFt Ik e Rewmbwsable items otheF than tFavel expenses shall be liFflited to the fellqWiRg� telepheRe �M will be paid only afteF C;GRtFaGteF has tid all FeGeipts. G9F-steal-be respons _snlini+a+inns qf-ie4 n ng . 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 Pa,e 3 of 14 Professional Service Agreement #2019-01 1 Packet Pg. 1033 16.D.5.q 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 emalled to the Contractor at the following: Company Name: Superior Landscaping & Lawn Service Inc. Address: 2200 NW 23rd Ave Miami FL 33142-6551 Local: 6220-2 Topaz Ct, Ft. Myers, FL 33966 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Jessenia Otero Estimator (305) 634-0717 superlandscape@bellsouth.net 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: Barry Wiliams Division Name: Parks and Recreation Address: 15000 Livingston Rd Naples, FL 34109 Administrative Agent/PM: Telephone: E-Mail(s): Matt Catoe Operations Analyst matt.catoe@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 Page 4 of 14 Professional Service Agreement #2019-011 Packet Pg. 1034 16. D.5.q all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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. 0 Commercial General LiabiliitL. Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations, Independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑■ Business Auto Liability. Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. Fw� 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 $ 500,000 for each accident. Page 5 of 14 Professional Service Agreement #2019-011 Packet Pg. 1035 D. _� Rro#essio GGR and aggFeg t` ❑ gyber �+ ❑ Teshn01G 6- ❑ 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 shali 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 small 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 Page 6 of 14 Professional Service Agreement 92019-011 Packet Pg. 1036 16.D.5.q rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Parks and Recreation 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, ❑ RFP❑ ITB/❑■ Other Invitation for Qualifications #20-7676 , including Exhibits, Attachments and Addenda/Addendum, W subsequent quotes, and ❑ Other Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box will 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. Page 7 of 14 Professional Service Agreement 42019-011 Packet Pg. 1037 16. D.5.q 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 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 pubtic 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. Page $ of 14 Professional Service Agreement #2019-01 1 Packet Pg. 1038 16. D.5.q 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. 22. 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. 23. ADDITIONAL ITEMSISERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended. and Procurement Procedures 24. 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. 25. 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. 26. ❑ KEY PERSONNEL. pFojeot all be 1-1- iledgeable in their areas of expert utilized On the PeFfGFM@RGe of the AgreepAeRt. The GE)RtFaGt()F Shall assign as MaRy people as perform investigatieRs as may be deemed Reoessapy to eRsuFe that GempeteRt peFSORS will be Feplac,ements have substantially the same 9F betteF qualifiGations and/E)F expelcienee. (2) that the Geunty is notified on WF+t+ng as faF on advaR6e as possible. The GentFaGtor shall make Page 9 of 14 Protcssional SmiceAuccmcnt :2019-0I1 Packet Pg. 1039 16. D.5.q 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. 27. 0 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. _MAMN- - ■ _ T727._ ■ _ 28. 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. 29. 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 Page 10 of 14 Professional Service Agreement #2019-011 Packet Pg. 1040 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 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. (Intentionally left blank -signature page to follow) Page 11 of 14 Professional Service Agreement 42019-011 Packet Pg. 1041 -- 16.D.5.q 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 Kinzel, Clerk of Courts of the Circuit Court & Comptroller By: Dated: (SEAL) Contractor's Witnesses: or's F t Witness name Contractor' econd Witness l�7 S P 1 A, TTypelp int witness name's Approved qs to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA c c a� a) By: a Burt L. Saunders , Chairman y c J Superior Lan c n 6ervice Inc, fi Contrac r° W ti CM By: a l N TType/print signature and tit(eT -a Page 12 of 14 Professional Service Agreement 02017.011 1 Packet Pg. 1042 1 16.D.5.q Exhibit A Scope of Services ■❑ following this page (pages 1 through 4 ) ❑ this exhibit is not applicable Page 13 of 1J Processional Seri ice Agreement #2019-011 Packet Pg. 1043 16.D.5.q IFQ# 20-7676 "Parks Landscape Maintenance" EXHIBIT A SCOPE OF SERVICES WORK ASSIGNMENTS All projects will be quoted to the qualified vendors using lump sum pricing. Quotes must be received within ten (10) business days or within timeframe dictated by project manager for non -urgent work requests. TECHNICAL SPECIFICATIONS The award is to include, but not limited to, mowing, edging, blowing/street cleaning, weeding, general site trimming, and trash removal at Collier County Regional, Community, & Neighborhood Parks. 1. Mowing and Edging Prior to mowing, Contractor shall be responsible in the removal and disposing of all trash and debris which includes, but not limited to, palm fronds, horticultural and non -horticultural debris, leaves, rocks, paper, tree branches and limbs, shrubbery, and other miscellaneous objects on the ground in the service area to include the right-of-way. The number of mowing services may be modified by the County's Field Supervisor or designee depending upon seasonal conditions. + Mowing and edging shall include park medians and areas along the outside edge of the sidewalks of adjacent properties, if existing, which are not currently maintained by the property owners. Contractor shall ensure all trash and debris is disposed of the same day and areas with pavement and curbing shall be clear of all grass clippings from mowing. • Swale areas must be mowed throughout the entire year. If mowing is not possible and the swales are full of water, the swales must be addressed at every service to reduce the height of the weeds to 12" above the water. • Grass shall be cut at the height of 3 ''/i" for Bahia and 4" for St. Augustine. • Edging is required in all turf areas around isolated trees, valve boxes, shrubs, signposts, utility holes, etc. where they exist. All debris on streets, sidewalks, or other areas, resulting from edging, shall be removed. No herbicide shall be used for edging. • Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back of concrete curbs, around all plant beds, utility service boxes, street light bases, signposts, headwalls, guardrails, timer pedestals, posts, and trees. • Swales and dry retention areas must be mowed and weed trimmed. A full singular mowing service shall include trash removal, mowing, and edging of the entire project. • Side of the road, a full mowing service shall include: side of the roadway mowing and edging, all swale areas, and side of right-of-way trash removal. Exhibit A Page 1 of 4 Packet Pg. 1044 Mowing ahead signs are required when mowing is being completed. 2. Trash Removal Before mowing turf areas, the Contractor shall remove all debris trash from the service site. • Park trash removal for each service for all site areas shall be cleaned by removing all trash or debris which shall include, but not limited to the following: paper, bottles, cans, other trash, and horticultural debris. • Disposing of trash and debris must be at a proper landfill or disposal site. 3. Street_Cleanina Sidewalks, curbing, and gutters to include the four (4') foot area from the face of the gutters and curbs, turn lanes, medians, and sidewalk areas shall be cleaned the same day as the mowing service to remove any accumulation of debris or objectionable growth to maintain a neat and safe condition. Sidewalks shall be blown clean. Grass clippings or other debris shall not be blown on other adjacent property or accumulate on right-of-way areas, paved areas, traffic, or roadways. Blowing shall be directed toward the existing landscape median or grass. 4. Weedin2 Weeding of plant beds, sidewalks (asphalt, concrete paver), guardrail bases, curb joints and other mulched areas by chemical and/or hand removal and must be performed weekly or as necessary to provide a weed -free and well -maintained area. Blue tracker is required when spraying non -selective herbicide (Glyphosate). ➢ Must be a Florida Pesticide Licensed Applicator. 5. General Site Trimmina/Prunin� General site pruning shall be defined as the pruning of any plant's foliage height that is ten feet (14') and below. a) Shrub pruning should be done at a minimum of every 6-weeks throughout each Park for all shrub types that require pruning so that landscape gives the appearance of continuity throughout that Paris project area. b) Groundcovers and shrubs shall be maintained at the required height as specified by the County's Project Manager or designee up to a maximum height of thirty-six inches (36"), with the exceptions of sight windows when the height needs to be maintained at a maximum of eighteen thru twenty-four inches (18"- 24"). c) Shrubs and plant material shall not grow over the curbing and into the roadway or parking area. d) Shrubs and trimming, as described above must be completed in order to submit an invoice for payment. 6. Miscellaneous and Landscape Maintenance Responsibilities a) If plants, shrubs, trees, grass or foliage die due to neglect or damaged by the Contractor as determined by the County's Project Manager and/or designee, they shall be replaced at the Contractor's expense. b) The Contractor shall provide ramps or other devices to gain access over the curb in all parks. The curb or turf areas shall not be damaged due to gaining access, or they will be furnished and replaced at the Contractor's expense. Exhibit A Page 2 of 4 r rl) Packet Pg. 1045 16.D.5.q c) It shall be the Contractor's responsibility to notify the County's Project Manager or designee of any maintenance problems or additional maintenance needs. d) The Contractor shall perform inspections on all plants, shrubs, trees, and grassy areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the County's Project Manager or designee should a disease or infestation be found. e) if a harmful pest is identified and needs treatment, quotes are required to be approved by Parks Field Supervisor or Project Manager before any treatments. f) The Contractor shall have a singular point of contact with cellular phone and e-mail for on -site and offsite communication to communicate with the County's Project Manager or designee. The Field Supervisor or designee must be able to meet on -site when requested and must be able to answer any questions regarding the landscape maintenance for the specifications herein. If the Contractor is unavailable there must be a secondary person who can be available to answer questions and/or make decisions. 7. Utilities Contractor shall be responsible for exercising caution while in the vicinity of utilities. Any damage to utilities will be the Contractor's responsibility. It is the contractor's responsibility to call Sunshine8l 1 (81 1 or 1-800- 432-4770) before starting any digging project. 8. Maintenance of Traffic (MOT) MOT may be requested on an "as -needed basis." Contractor shall comply with the requirements of the County's Maintenance of Traffic (MOT) Policy. • Upon approval of a MOT Plan and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc., the lane may be restricted from traffic. 9. Equipment Requirements The equipment utilized shall be in good working condition, properly maintained, and designed and manufactured for the work required in the specifications. It shall be equipped with all safety devices available and must be properly maintained. The crews must be trained to safely use the equipment. • Equipment List: Provide a list of all company -owned and leased equipment for this contract. 10. Crew Communication Contractor shall provide a qualified English-speaking crew leader/supervisor which shall be present and readily available to Division personnel and during business hours of operation at the worksite. • Contractor Project Manager or designcc shall be a singular point of contact with cellular phone and e- mail for on -site and off -site communication. • They must be able to meet on -site when requested and must be able to answer any questions regarding the work. Exhibit A Page 3 of 4 Packet Pg. 1046 16.D.5.q 1 1. Uniforms and Identification Badges: The Contractor's employees shall be attired in distinctive, clean, and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The uniform shall consist of a logo shirt and matching long pants. The contractor's employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. Any employee found without a badge and full uniform will be sent holne and the Contractor shall be fined $100 per day per incident. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. The front of the employee identification badge shall have the employee's photo, the employee's name and the Contractor's company name. Exhibit A Page 4 of 4 Packet Pg. 1047 Other Exhibit/Attachment Description: ❑ following this page (pages through _) ❑M this exhibit is not applicable Page 14 of 14 Professional Service Agreement #2019.011 Packet Pg. 1048 I 16.D.5.r I A� o CERTIFICATE OF LIABILITY INSURANCE I DATE(N 03/25/2020 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 Julio Guerrero NAME: Brown &Brown of Florida, Inc. pnHiC Ext : (305) 714-4400 AIX No): (305) 714-4401 14900 NW 79 Court Suite 200 E-MAIL". uerrero bbmia.com ennPPjguerrero@bbmia.com AFFORDING COVERAGE NAIC # V INSURERA: Hartford Accident and Indemnity Company Miami Lakes FL 33016 22357 C R INSURED INSURER B : Hartford Fire Insurance Company 19682 C d INsuRER C : Hartford Casualty Insurance Company Superior Landscaping & Lawn Service, Inc. 29424 C_ INSURER D : FFVA Mutual Insurance Company PO Box 35-0095 10385 to INSURER E: Lloyds of London 112200C N Miami FL 33135 Q- � INSURER F : COVERAGES CERTIFICATE NUMBER: 19/20 GL/AL/UM/WC REVISION NUMBER: in THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR PREM SES Ea oNcE ante $ 300,000 IVIED EXP (Any one person) $ 10,000 PERSONAL&ADVINJURY $ 1,000,000 A Y 21UENOL4176 12/01/2019 12/01/2020 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO❑LOC ECTPOLICY PRODUCTS-COMP/OP AGG 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO B OWNED SCHEDULED AUTOS ONLY AUTOS 21UENOL4176 12/01/2019 12/01/2020 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY /� AUTOS ONLY X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 C EXCESS LAB CLAIMS -MADE 21 HHUOL4177 12/01/2019 12/01/2020 DED I X1 RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE Y OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A WC84000345042019A 12/01/2019 12/01/2020 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 $ E Professional Liability B0621PSUPE007319 12/06/2019 12/06/2020 Each claim Aggregate 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: #20-7676 Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as and Additional Insured on a primary and non-contributory basis with regards to General Liability & Auto Liability. Waiver of subrogation applies to the Additional Insured with regards to General Liability, Auto Liability & Workers Compensation. All of the above is applicable when required by 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 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 I-- ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1049