Loading...
Agenda 06/09/2020 Item #16A14 (ITB #20-7727 w/Caribbean Lawn & Garden)Proposed Agenda Changes Board of County Commissioners Meeting June 9, 2020 Withdraw Item 16A14: Recommendation to award Invitation to Bid (“ITB”) No. 20-7727 “ROW & Easement Mowing” to Caribbean Lawn & Garden of SW Naples FL., Inc., as the primary vendor, and Superior Landscaping & Lawn Service, Inc., as the secondary vendor, and authorize the Chairman to sign the attached agreements. (Staff’s request) Move Item 16A17 to Item 11F: Recommendation to approve the eligibility of the Disaster Permit Fee Relief program to victims of the 36th Avenue SE Fire, allowing affected homeowners to receive targeted reductions related to permit application and plan review fees. (Commissioner McDaniel’s request) Time Certain Items: Item 11A to be heard immediately following Item 7-Public Comment Item 11B to be heard no sooner than 10:45 a.m. Items 9A and 9B to be heard no sooner than 1:00 p.m. Item 11E to be heard immediately following Item 9B 6/9/2020 8:17 AM 06/09/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid ("ITB") No. 20-7727, "ROW & Easement Mowing," to Caribbean Lawn & Garden of SW Naples FL., Inc., as the primary vendor, and Superior Landscaping & Lawn Service, Inc., as the secondary vendor, and authorize the Chairman to sign the attached agreements. OBJECTIVE: To award a bid and contract for mowing services throughout Collier County. CONSIDERATIONS: On February 11, 2020, the County issued a notice for ITB No. 20-7727, "ROW & Easement Mowing." The County emailed 6,857 notifications to registered vendors, and 67 interested vendors downloaded bid packages. The County received three bids by the March 12, 2020 deadline. The County contacted the responsive bidders to resolve some minor irregularities in their bids. Staff evaluated the bids for the lowest responsible and responsive bidders and is recommending awards to Caribbean Lawn & Garden of SW Naples FL., Inc., as the primary vendor, and Superior Landscaping & Lawn Service, Inc., as the secondary vendor. If the primary vendor is unable to provide services within a requested time frame, then staff will utilize the secondary vendor. The attached agreements for the recommended primary and secondary vendors carry three-year terms, with the option to renew for two additional one-year terms. The amounts in the table below are overall monthly bid totals for 5,297 acres, which include large machine mowing with maintenance of traffic ("MOT"), small & intermediate machine mowing with MOT, aquatic small & intermediate mowing with MOT, and litter pickup and debris removal with MOT. Bidder Total Bid Award Caribbean Lawn & Garden of SW Naples FL., Inc. $ 147,355.00 Primary Superior Landscaping & Lawn Service, Inc. $ 211,692.00 Secondary Walkers Service, Inc. $ 218,805.00 N/A FISCAL IMPACT: Funding for these services is budgeted annually within Transportation Operating Fund (101), Road Maintenance Cost Center (163620) and Stormwater Operating Fund (103), Aquatics Cost Center (172928). The estimated annual expenditure under this Agreement is approximately $1,700,000.00; this amount is based on the mowing and liter/debris pickup cycles within the fiscal year. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -DDP RECOMMENDATION: To award Invitation to Bid No. 20-7727, "ROW & Easement Mowing," to Caribbean Lawn & Garden of SW Naples FL., Inc., as the primary vendor, and Superior Landscaping & Lawn Service, Inc., as the secondary vendor, and authorize the Chairman to sign the attached Agreements. Prepared by: Melissa Pearson, Contract Administration Specialist, Road Maintenance Division Packet Pg. 600 16.A.14 06/09/2020 ATTACHMENT(S) 1.20-7727 NORA (PDF) 2.20-7727 Solicitation (PDF) 3.20-7727 Bid Tabulation.xlsx (PDF) 4. EXHIBIT 1 - MOWING CYCLES_LOCATIONS_ACERAGE (PDF) 5.20-7727 CaribbeanLawn&Garden VendorSigned (PDF) 6.20-7727 CaribbeanLawn&Garden_Insurance 5-7-2020 (PDF) 7.20-7727_Caribbean Proposal (PDF) 8.20-7727 SuperiorLandscaping_Insurance 5-11-2020 (PDF) 9.20-7727_SuperiorLandscaping_ VendorSigned_CAO (PDF) 10. [Linked]20-7727 Superior Proposal (PDF) Packet Pg. 601 16.A.14 06/09/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.14 Doe ID: 12340 Item Summary: Recommendation to award Invitation to Bid ("ITB") No. 20-7727 "ROW & Easement Mowing" to Caribbean Lawn & Garden of SW Naples FL., Inc., as the primary vendor, and Superior Landscaping & Lawn Service, Inc., as the secondary vendor, and authorize the Chairman to sign the attached agreements. Meeting Date: 06/09/2020 Prepared by: Title: Contract Administration Specialist — Road Maintenance Name: Melissa Pearson 05/15/2020 11:59 AM Submitted by: Title: — Road Maintenance Name: Albert English 05/15/2020 11:59 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Growth Management Department Judy Puig Level 1 Reviewer Growth Management Operations Support Christopher Johnson Road Maintenance Albert English Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Growth Management Department Melissa Pearson Deputy Department Head Review County Attorney's Office Derek Perry Additional Reviewer Growth Management Department Jeanne Marcella Department Head Review County Attorney's Office Scott Teach Additional Reviewer County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Office of Management and Budget Laura Zautcke Additional Reviewer County Manager's Office Nick Casalanguida Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Completed 05/15/2020 12:32 PM Completed 05/15/2020 1:25 PM Additional Reviewer Completed Completed 05/15/2020 1:44 PM Completed 05/15/2020 4:07 PM Completed 05/16/2020 1:53 PM Completed 05/19/2020 8:15 AM Skipped 05/05/2020 3:53 PM Completed 05/19/2020 8:40 AM Completed 05/19/2020 8:50 AM Completed 05/19/2020 1:01 PM Completed 05/19/2020 1:06 PM Completed 05/19/2020 1:09 PM Completed 05/20/2020 4:38 PM Completed 06/01/2020 9:12 AM 06/09/2020 9:00 AM Packet Pg. 602 DocuSign Envelope ID: 63F617AE-3AA2-4826-A25D-D3D7F15792EC Col[iev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7727 Title: ROW and Easement Mowing Due Date and Time: March 12th, 2020 at 3:OOPM Company Name City County State Bid Amount Responsive/Responsible Caribbean Lawn & Garden of SW Naples FL., Inc. Naples Collier FL $147,355.00 YES/YES Superior Landscaping and Lawn Service Inc. Miami Miami -Dade FL $211,692.00 YES/YES Walkers Service Inc. Punta Gorda Charlotte FL $218,805.00 YES/YES Utilized Local Vendor Preference: Yes 0 No - Recommended Vendors) For Award: On February 111h, 2020 Procurement Services Division released notices for Invitation to Bid 20-7727 ROW and Easement Mowing. Six thousand eight hundred fifty-seven (6,857) notifications were sent, sixty-seven (67) vendors downloaded and three (3) proposals were submitted on March 12, 2020. The responsive bidders were contacted to clarify documents submitted and deemed a minor irregularity. Staff recommends award to Caribbean Lawn & Garden of SW Naples FL., Inc as the primary vendor and Superior Landscaping and Lawn Service Inc. as the secondary vendor. Contract Driven = Purchase Order Driven 0 Required Signatures by: Project Manager: Melissa Pearson I AAA ,��A L,, LVLV l Di' nv�cni� . J� Procurement Strategist: Patrick Boyle I Pk" Bo,-,& 1 , BCB13261E6AD447... Procurement Services Director: F5 DocuSigned by: N San 3K&P&5554F5... DocuSigned by: /21 DS SH Date Packet Pg. 603 16.A.14.b collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR 20-7727 ROW & Easement Mowing SOLICITATION NO.: 20-7727 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.Boyle@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 604 16.A.14.b SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 20-7727 PROJECT TITLE: ROW & Easement Mowing DUE DATE: March 1211 2020 at 3:OOPM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Road Maintenance Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The County intends to establish a term contract with Contractor(s) in providing right-of-way (ROW) and easements mowing throughout Collier County. The yearly historical expenditures are approximately as follows: Year 1 = $1,591,174.35; Year 2 = $1,388,102.22; Year 3 = $1,418,079.72; and Year 4 (10/01/2019 to 01/21/2020) = $437,498.47. BACKGROUND The County will utilize contractual services for median and roadside mowing on various roadways throughout Collier County. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for Three (3) years with two (2) one (1) year renewal option . Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. c 3 0 c d E d N w 0a O N ti ti O N M N T O .2 0 Cn N ti ti 0 N c m E s .r Q Packet Pg. 605 16.A.14.b AWARD CRITERIA ITB award criteria are as follows: ➢ The County's Procurement Services Division reserves the right to clarify a vendor's submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify Primary and Secondary Awardees ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. c 3 DETAILED SCOPE OF WORK 1. MINIMUM REQUIREMENTS / EXPERIENCE c E There are minimum requirements to perform services which include licensing, certifications, and documentation as listed below. y The county requests the vendors submit the required licenses, certifications, and documentation with bid submission or before w Notice of Recommended Award (NORA). 0a 1.1. Landscape License 0 1.2. Maintenance of Traffic (MOT), Intermediate Level Certificate. 1.3. Equipment List: The county requests the vendor provide a list of all company -owned and leased equipment to include make, N model, year, size, and if it is owned or leased. If leased, provide the date the lease expires. ti 1.4. Experience: The county requests the bidder to provide a minimum of three (3) years' experience with mowing roadways. N Include: Project Description, Work Specifications, Names and Telephone Numbers, Dates of Service, and Dollar Amounts. If the company is currently contracted with Collier County, submit a reference form listing the County Division(s) you are performing services. N T 2. SCOPE OF SERVICES = Mowing services are in roadway medians, side right-of-way's, retention ponds, and sites swales canals or on other Court p p ty 2 o maintained properties throughout Collier County. The Road Maintenance Division mowing schedules are on cycles ranging from 2 Week, 30 Day, and Bi-monthly. Additionally, litter and debris removal services may be requested. The Contractor shall provide 2 labor, materials, equipment, and incidentals necessary to perform the work. Cn N 3. SPECIFICATIONS 1- The bid prices include labor, equipment, materials, Maintenance of Traffic (MOT), weed eating, edging, trimming, hand weeding, N blowing, litter/debris removal. Collier County reserves the right to add or delete mowing locations, mowing cycles, and suspend C4 mowing cycles. Mowing sites may require modifications, such as, but not limited to seasonal conditions, lot developments, environmental conditions, construction, and land ownership. E s 3.1. EE uipment: The Contractor shall have the following equipment to perform the services under this Agreement. The equipment Q shall be of adequate type and capacity to safely and efficiently perform services as described herein, and to meet the time constraints. There shall be no equipment downtime, Contractor is required to find other means to have equipment available, so there is no delay in performing services. The Contractor must routinely check, measure, balance, and sharpen mowing blades ensuring quality mowing cuts. All equipment shall have safety devices installed by the manufacturer and during operational hours to prevent objects being ejected into traffic and to prevent injuries. Any equipment found to be deficient in safety devices, the Contractor shall remove the equipment from service until the deficiency has been corrected. 3.1.1. Small Area Mowers (commercial Grade)_— used in areas such as, but not limited to, sidewalks and pathways, narrow shoulders, landscaped areas, narrow roadside ditch bottoms, raised landscaped median islands, are narrow width utility strips where intermediate and large mowing machines are not accessible. 3.1.2. Intermediate Area Mowers (commercial izrade) - used in areas such as, but not limited to, shoulders, roadside ditch bottoms, raised median islands, various widths of utility strips where large machine mowers are not accessible, and Packet Pg. 606 16.A.14.b it is not conducive to use small machine mowers. 3.1.3. Large Area Mowers (commercial grade) — large area mowing of shoulders, front and back slopes, roadside ditch bottoms, large median islands. 3.1.3.1. Mowers shall have a minimum of four (4), fifteen foot (15'), batwing mowers or the equivalent to adequately complete mowing cycles within the work service period. 3.1.3.2. All large area mowers shall be equipped with the following: slow moving vehicle sign located at the mower rear; one (1) flashing amber light or one (1) white strobe light mounted on the equipment and it must have a minimum visibility of one (1) mile and operational during mowing; and eighteen inch (18") square, high visibility orange, warning flags mounted on each mowing deck that are properly placed so operator vision is not impaired when mowers are operational. 3.1.4. String Trimmers (Weed Eaters) - the reduction of vegetation from roadside obstacles shall be done with mechanical trimming equipment each time a site is mowed and, in all areas, that the mowing equipment is not accessible. 3.1.5. Mechanical Edger — Edging performed at Arterial and Collector roads as needed to keep curbs and sidewalks weed free. Edging shall be performed with rigid blade edging equipment or manual hand edger leaving a clean straight edge no more than one -inch (1") back from curbs and walks. 3.1.6. Blowers — removal of debris from hardscape areas away from traffic and storm drains following mowing operations. 3.1.7. Slope Mower or Arm - must have the ability to mow on slopes of 0° - 3 V degrees. 3.1.8. Traffic Control Signs - Contractor shall have warning signs the read "Mowers Ahead." Signs must meet MUTCD specifications and place in the right-of-way facing each lane of traffic in both directions. Signage shall be placed at the beginning and ending limits of the work area. 3.1.9. Arrow Board - that provides maximum visibility for traffic direction through work zones. 3.1.10. Traffic Cones - must meet the requirements of MUTCD. 3.1.11. Support Vehicles - used for the mowing operations shall be equipped with a revolving or strobe light, and clearly marked with the Contractor's business name, business phone number, and the County license number on both driver and passenger doors at the Contractor's expense. 3.2. Mowing Services: The mowing specifications are outlined below so Bidders understand mowing requirements. Bid prices are inclusive of Maintenance of Traffic (MOT), litter and debris removal, edging behind curbs, hand pulling weeds, string trimming around all signs, mailboxes, fire hydrants, drainage structures, utility boxes/poles, guardrail posts, mowing areas behind guardrails, where mowers are inaccessible, the Contractor shall string trim to appropriate mowing heights. Provide services in full compliance of all applicable laws, rules, authorities, and regulations as required by local, state, and federal. 3.2.1. Mowing areas include medians, ROW, retention ponds, pond sites, ditches, swales, canals, and County owned or maintained property that may include non -ROW property. 3.2.2. When mowing within four (4) feet of the travel lance, operate the equipment in the same direction as traffic flow, unless the adjacent lane is closed to traffic; Mowers may operate in either direction when mowing more than four (4) feet from the travel lane; Park equipment left overnight in the ROW outside the clear zone; Do not leave equipment in medians overnight.; Service vehicles are prohibited in the medians except to remove disabled equipment. 3.2.3. Avoid mowing wet grass, operating mowing equipment with dull blades, or mowing at high speeds causing the grass to be torn or laid over. 3.2.4. Herbicides are strictly prohibited for edging. 3.2.5. Weeding is by hand removal or string trimming each time a site is mowed, and in all areas where mowing equipment is not accessible for well -maintained areas. Weeding areas include, but not limited to sidewalks, asphalt, around guardrail bases, tree grates, curb joints, and pavers at median tips. 3.2.6. Mowing services shall start AFTER all litter and debris has been removed. If mowing services results in litter and debris being shredded (confetti), due to Contractor's failure to remove the debris prior to mowing, the Contractor is liable to remove the debris immediately or return to the site within 24 hours to remove the shredded debris. 3.2.7. Water in swales with vegetation and weeds protruding above the water, contractor shall reduce the vegetation height to 12" above the water line or as directed by the Division. Mowed vegetation should be directed away from the water and it is not authorized to remain piled up. 3.2.8. Dry retention mowing grass height must not exceed eighteen inches (18"). Areas holding water, the contractor shall b� c 3 0 c d E d N w 0a O N ti ti 0 N M N c 0 W M 0 Cn N ti ti 0 N C m E s w Q Packet Pg. 607 16.A.14.b restrict mowing with a ten -foot (10') buffer from the water's edge. Mowing clippings shall be directed away from the water and not allowed to remain piled up. 3.2.9. Wet retention (ponds) mowing that is within ten feet (10') from the water's edge at the time of mowing, vegetation must be greater than 6 inches in height. Mowing clippings shall be directed away from the water and not allowed to remain piled up. 3.2.10. On the initial cutting cycle, mowing shall start at one end and proceed continuously toward the opposite end. Subsequent cycles will follow the pattern adopted from the first cycle, unless the Division Representative authorizes a change to the pattern. 3.2.11. Mowing shoulders and medians shall progress concurrently within the limits of the area being mowed so that not more than one (1) mile will be left partially mowed at the end of the working day. The cutting of grass and vegetation on slopes or around objects using hand tools shall also progress concurrently with the mowing operation. 3.2.12. At the end of each working day, all required mowing should be completed within the longitudinal limits worked. No more than one (1) mile may be left partially mowed. 3.2.13. Each cutting cycle shall be completed in its entirety prior to a new work issuance. 3.2.14. The Division Representative may cease mowing services if grass is saturated with water; It shall be the Division's discretion that the vegetation is cut to the water surface utilizing hand labor or other specialized equipment. Ditch bottoms or low lying areas that are able to be mowed without damaging turf or leaving ruts will be added to the cycle by the Division Representative. Grass that has grown to a level which appears to be outside the established mowing limits shall be mowed when directed. 3.2.15. With each mowing cycle string trim around sign posts and bases, delineator posts, fence lines, steel beam guardrails and posts, bridge and abutments, barrier walls, end walls, pipes, mitered ends, drainage structures, poles, guys (guy - wires), mailboxes, landscape plantings, trees, and all other obstacles to provide a neat and even appearance to the entire site. String trimming grass shall be at the same height as finished mowed areas. 3.2.16. With each mowing cycle, mechanical edge sidewalk edges, back of concrete curbs, pavers, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts, manholes, and other obstacles that require edging equipment. 3.2.17. All locations shall be cut completely with each mowing cycle. There are no partial cuts or partial payments unless specifically agreed to by both parties prior to the partial mowing. If the Contractor fails to complete a cycle within the timeframe provided by the County Representative, a non-performance penalty of five percent (5%) may be assessed for the entire mowing cycle acreage total. 3.2.18. Mow within one to two feet (1'— 2') of waterline, tree line, fence line, or ROW line to the extent of a batwing mowers reach as conditions allow. Mow all other ROW areas, including steep slopes and wet areas within one to two feet (1' — 2'). 3.2.19. Slope or arm mower is required for mowing locations on a slope or deemed unsafe for a conventional style mower. Slope area types include, but are not limited to, steep slopes, roadside ditch sides and bottoms, canal banks, intersections, overpasses, etc. Slope mowing ratio is 1:3 or less. 3.2.20. There shall be no "scalping." The Contractor is solely responsible in repairing and paying for damages. 3.2.21. Following mowing, edging, weeding, and string trimming, the surrounding areas shall be clear of grass clippings, leaves, debris, litter from roadways, bicycle pathways, sidewalks, curbing, gutters, and other hardscapes in the right-of-way. A two -foot (2') wide area measured from the face of the curb and gutters, including turn lanes and medians, shall be cleaned or cleared on each cycle to remove any accumulation of any debris or growth to maintain a neat and safe condition. Do not leave large clumps of grass clippings in the roadways, mowing areas, or on sidewalks or pathways. Roadways, parking lots, curb and gutter, sidewalks, and bike paths shall be blown free of grass clippings and debris. Do not direct debris or litter into storm drains, ditches, conveyances, water bodies, roadways, or any other impervious surfaces. All curbs and hardscapes in the mowing areas are to be cleaned of debris with each visit. 3.3. Service Type/Cycle: Mowing cycles are dependent upon seasonal conditions and budgetary limitations and may be increased and decreased as deemed necessary. These cycles may not apply to other Divisions within the County. 3.3.1. Small & Intermediate Mowing: includes, but not limited to, areas inaccessible by wide -area mowing equipment. The areas may consist of shoulders, narrow shoulders, sidewalk shoulders, landscape shoulders, roadside ditch bottoms, narrow roadside ditch bottoms, raised curb median islands, raised landscape median islands, guardrail areas, various widths of utility strips, and similar areas. 3.3.1.1. Mowing Cycles durations are 14 or 30 days for 2 Week Aquatic, 2 Week Urban, 30 Day Aquatic, 30 Day Urban, 30 Day Bi-Monthly (every other month), or as requested. 3.3.1.2. Small machine mower widths are 12 inches to 23 inches, and intermediate machine mower widths are 24 inches to 83 inches. 3.3.1.3. Grass heights are no less than three and one-half inches (3-1/2") and shall not exceed five inches (5"). 3.3.2. Large Machine Mowing: includes, but not limited to, ROW, shoulders, slopes, ditches, large median islands, and b� c 3 0 c d E d N w 0a O N ti ti 0 N O v M N c 0 W M 0 Cn N ti ti 0 N C m E s .r Q Packet Pg. 608 16.A.14.b storm water retention areas. 3.3.2.1. Mowing Cycles is 30 Day Rural, or as requested. 3.3.2.2. Mow to the established limits and to the water's edge, if applicable. 3.3.2.3. Rural mowing cut height shall not exceed five -inches (5"). 3.3.2.4. Mower cutting widths are 72 inches and above. 3.3.2.5. The equipment shall have the capability to adjust cutting heights to four inches (4") up to 12 inches. 3.3.3. Litter and Debris Removal: A separate line item to allow County Staff to request services for litter and debris removal. Please note: this line item is not used in conjunction with mowing services; those services includes litter and debris removal in the unit price. This is a stand-alone line item. 3.3.3.1. Litter and debris removal includes, but not limited to cans, bottles, paper, junk, garbage, tires, tire treads, lumber, vehicle parts, metal, brush, and sand/dirt accumulation along curbs, pathways, or catch basins. 4. GENERAL INFORMATION 4.1. Initial Site Visits: Before the Contractor begins work, the Contractor and County Representative, shall meet on site to identify the work areas and limits, maintenance responsibilities and expectations, and to discuss any relevant issues. 4.2. Contractor's Work Schedule: Contractor's shall provide work schedules before starting work; THIS IS A MANDATORY REQUIREMENT. Work schedules are Monday through Friday, when County offices are open, unless approved by the Division. The schedules must include service dates, times, and locations. If the contractor changes the work schedule from what was originally submitted, they shall immediately notify the Division Representative. 4.3. Damages: The Contractor shall take precautionary measures to prevent damages with property or objects. Any damages to signs, guardrails, mailboxes, fire hydrants, drainage structures, utility boxes, curbs, gutters shall be reported by the Contractor to the County Representative in writing via email within 24 hours. The Contractor shall report stop sign damages to the County Representative immediately by phone call and then followed up in writing and sent via email. Any damages by the Contractor's crews shall be repaired or replaced at the sole expense of the Contractor within 14 calendar days from when damaged occurred, or at a schedule agreed upon by the Division Representative. It shall be the Division's discretion to withhold estimated repair costs from an invoice until repairs are completed and accepted by the Division Representative. 4.4. Delays: The Contractor shall notify the Division Representative for inclement weather delays immediately via phone call. 4.5. Operational Hours: Services are in daylight hours no earlier than 7:00am and crews may work up to dusk hours; Monday through Friday when County offices are open; unless the Division Representative approves different hours and days. 4.6. Maintenance of Traffic (MOT): Contractor is responsible in maintaining MOT Intermediate Level Certification to perform services in the ROW and medians. Contractor shall have MOT devices for adequate traffic control, and depending on the roadway, it may include signage, arrow boards, message boards, warning devices, barriers, and flagmen. 4.6.1. MOT is required for the safety and protection of Contractor's employees and motorists during the performance of services in the ROW and medians. 4.6.2. Contractor's sole responsibility for safety in the work zone. 4.6.3. MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD) 4.6.4. Contractor or sub -contractor will be required to have current FDOT approved MOT Intermediate Level Certification for FDOT, Design Standards, 600 series for work in ROW medians and roadways. 4.6.5. Contractor's employee responsible for the setup and maintenance of the traffic control plan shall possess FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of the initial contact for work zone safety issues. 4.7. Payment Measurement Methods: Unit of measure for all line items is by acre. Invoices shall be as follows for the following services line item categories. 4.7.1. Small & Intermediate Machine Mowing (2 Week Urban, 2 Week Aquatic, 30 Day Aquatic, 30 Day Urban, and Bi- Monthly) 4.7.2. Large Machine Mowing (30 Day Rural, Slope, and Hand/Bridge). 4.7.3. Litter/Debris Removal (litter and debris removal is included with mowing cycles. This line item is an additional c 3 0 c d E d N c� ua 06 O N ti ti 0 N M N c 0 c� .2 6 Cn N ti ti 0 N C d E s .r Q Packet Pg. 609 16.A.14.b service). 4.7.4. Additional Fee: This line item is for mowing requests that are less than one (1) acre. The Contractor may invoice a $100.00 fee plus the mowing line item category to compensate the Contractor for mowing smaller areas. 4.8. Reporting, Inspections, and Work Spreadsheet (if applicable): The Division Representative will provide the Contractor with maps and spreadsheets for mowing cycles which has the site areas, site descriptions, and acreages to be mowed. The Contractor shall complete the work spreadsheet following each completed cycle and email to the County Representative within 48 hours for inspections, and it shall be submitted with the invoice as backup. Onsite inspections may occur randomly by the County while the Contracting performing services. 4.9. Vehicles & Trailers Markings: The Contractor shall have vehicles and trailers clearly displayed with the Contractor's business name and phone numbers during working hours. 4.10. Key Personnel: Contractor shall provide the Division with key personnel as a point -of -contact that is readily available while services are being performed. 4.10.1. Key Personnel Contact information must be provided to the County Representative at the contract kick-off meeting. It must include email addresses, business and cellular phone numbers. 3 4.10.2. Contractor employees must be English speaking and be able to effectively communicate with County Staff. C 4.10.3. If essential personnel is absent, the Contractor shall immediately notify Division with substitution personnel providing their names and contact information via email. d 4.10.4. Division reserves the right to remove key personnel from the contract that fails to communicate with staff. d N 4.11. Meetings: Either party may request meetings throughout the contract term, and it may require mandatory attendance. There w are no additional costs to the County for these meetings. °a 3.1 4.12. Compensation: Payment approval for invoice submissions must be accurate and complete with details for services performed W or commodities purchased. Invoices for completed services shall be submitted to the Clerk of Courts, Finance Division, within seven (7) calendar days. CM ti 4.12.1. Division Representative shall review invoices for commodities received and for services rendered. N 4.12.2. Division Representative shall reject invoices that are inaccurate and without sufficient backup documentation. c 4.12.3. At minimum, invoices must include the Division Name, Contract Number, Purchase Order Number, Work Order M Number (if applicable), Service Details (line item numbers and descriptions). r Packet Pg. 610 DocuSign Envelope ID: 63F617AE-3AA2-4826-A25D-D3D7F15792EC Project Manager: Melissa Pearson Procurement: Patrick Boyle Notifications Sent: 6857 Downloaded: 67 Submissions: 3 No Bids: 1 16.A.14.c BID TABULATION RIGHT OF WAY AND EASEMENT MOWING DUE DATE: MARCH 12TH 2O20 AT 3:OOPM CARRIBEAN LAWN AND GARDEN SUPERIOR WALKERS ITEM CATEGORY DESCRIPTION UOM QUANTITY APPROX. UNIT PRICE EXTENDED PRICE ITEM CATEGORY DESCRIPTION UOM QUANTITY APPROX. UNIT PRICE EXTENDED PRICE ITEM CATEGORY DESCRIPTION UOM QUANTITY APPROX. UNIT PRICE EXTENDED PRICE 1 Large Machine Mowing with MOT Acre 1878.00 $25.00 $46,950.00 1 Large Machine Mowing with MOT Acre 1878.00 $45.00 $84,510.00 1 Large Machine Mowing with MOT Acre 1878.00 $34.00 $63,852.00 2 Small & Intermediate Machine Mowing with MOT Acre 496.00 $95.00 $47,120.00 2 Small & Intermediate Machine Mowing with MOT Acre 496.00 $72.00 $35,712.00 2 Small & Intermediate Machine Mowing with MOT Acre 496.00 $78.00 $38,688.00 3 Aquatic Small & Intermediate Machine Mowing with MOT Acre 283.00 $95.00 $26,885.00 3 Aquatic Small & Intermediate Machine Mowing with MOT Acre 283.00 $90.00 $25,470.00 3 Aquatic Small & Intermediate Machine Mowing with MOT Acre 1 283.00 $75.00 $21,225.00 4 Litter Pickup and Debris Removal with MOT Acre 1 2640.00 1 $10.00 $26,400.00 4 Litter Pickup and Debris Removal with MOT Acre 2640.00 $25.00 $66,000.00 4 Litter Pickup and Debris Removal with MOT Acre 2640.00 $36.00 $95,040.00 5 Fee for Small Mowing Areas Acre 0-1 $100.00 $100.00 5 Fee for Small Mowing Areas Acre 0-1 $100.00 $100.00 5 Fee for Small Mowing Areas Acre 0-1 $100.00 $100.00 TOTAL BID $ 147-355.00 TOTAL BID $ 211,692.00 TOTAL BID $ 218,805.00 Please complete and include all applicable documents. YES OR NO Bid Schedule Complete YES Form 2: Vendor Check List YES Form 3: Conflict of Interest Affidavit YES Form 4: Vendor Declaration Statement YES Form 5: Immigration Affidavit Certification YES Form 6: Vendor Substitute W - 9 YES Insurance Requirements YES E-Verify YES SunBiz YES Addenda YES Local Vendor Preference YES Landscape License YES Experience Document YES Maintenance of Traffic, Intermediate Certification YES Equipment List YES Please complete and include all applicable documents. YES OR NO Bid Schedule Complete YES Form 2: Vendor Check List YES Form 3: Conflict of Interest Affidavit YES Form 4: Vendor Declaration Statement YES Form 5: Immigration Affidavit Certification YES Form 6: Vendor Substitute W - 9 YES Insurance Requirements YES E-Verify YES SunBiz YES Addenda YES Local Vendor Preference YES Landscape License YES Experience Document YES Maintenance of Traffic, Intermediate Certification YES Equipment List YES Please complete and include all applicable documents. YES OR NO Bid Schedule Complete YES Form 2: Vendor Check List YES Form 3: Conflict of Interest Affidavit YES Form 4: Vendor Declaration Statement YES Form 5: hntnigration Affidavit Certification YES Form 6: Vendor Substitute W - 9 YES Insurance Requirements YES E-Verify YES SunBiz YES Addenda YES Local Vendor Preference NO Landscape License YES Experience Document YES Maintenance of Traffic, Intermediate Certification YES Equipment List YES 1of1 Packet Pg. 611 16.A.14.d EXHIBIT I 2 WEEK AQUATIC MOWING SMALL INTERMEDIATE PONDS / RETENTION PONDS Golden Gate Blvd SITE AREA GGB 1+ GGB2 Max Hasse Park (Pond 1 S-A)+ Pond(1 GGB3 Big Cypress Elem. School GGB4 Big Cypress Elem. School GGB5 23rd. St. SW GGB6 19th St. SW GGB7 5th St. SW GGB8 3rd St. SW GGB9 13th St. SW GGB Pond East of Wilson Blvd GGB Pond West of 8th St SE GGB Pond West of 12th St SE 8th St NE - East & West sides, along canal from bridge out 100 ft North & South side of canal South of Randall to Bridge 8th St NE North of Golden Gate to Bi Collier Blvd LB1 LB2 LB3 SAT MW-1363 MW-0880 8th Street SITE DESCRIPTION Immokalee Rd Collier Blvd at Immokalee Rd - North side (E & W) Retention ponds and Retention areas next to CVS LoEan Blvd North of Green Blvd. (west side) South of 14th Ave. SW (west side) South of 14th Ave. SW (east side) North of Saturnia Grande Dr LOGAN BLVD AT SATURNIA LAKES RETENTION AREAS c d E m c� LU ACRES 1.68 0' 0.32 1.61 r� N 0.87 ti 1.01 0 N 1.2 1.21 3.89 N 4.67 4.39 W 3.92 g 13.8 6.4 5.06 0.65 1.41 1.09 1.27 LOGAN BLVD NORTH LB#4 1.2 O Magnolia Pond Dr. Drainage Easement 1.43 Riviera (N & S) Drainage easement from Walking Path to Powerlines 7.9 Lely Main Canal #1 Drainage easement 2.18 H LMC #2/ Eof service rd (N&S of canal) Pump station to Doral, east of Doral to GC 0.78 m 2 West of 951, south of Naples Club Estates/north of Rattlesnake Hammock Rd 2.04 Industrial Blvd. Drainage easement 3.38 �X Santa Barbara Blvd. Ext. LASIP &Retention Ponds 7.65 Gateway Retention Pond & Pump House Perimeter of pond to EOW 2.84 s Swale between 91 st and 92nd Ave N from Vanderbilt Dr to 8th St N & Swale on east side of 8th St N from 91 st Ave N to 97th Ave N 4.22 v a Eastwood Dr to Ditch Outfall - both sides of ditch weedeat 1.47 1 1 of 3 Packet Pg. 612 16.A.14.d EXHIBIT I 2 WEEK AQUATIC MOWING SMALL INTERMEDIATE SITE AREA SITE DESCRIPTION ACRES NE Corner of Collier Blvd @ White Blvd 0.83 Immokalee City Pond at W Del,S 9th & Eustis Includes entire fenced area extending up to pathway on north side, edge of pavement on 9th St S & Eustis Ave and to property line to east. 4.89 South side of Immokalee Rd Detention Pond # 3 east of Richards St (across from Pipers Rd) 6.55 South side of Immokalee Rd Detention Pond # 5 (west of Cypress Canal) 4.58 South side of Immokalee Rd Detention Pond # 6 (east of Cypress Canal) 3.59 South side of Immokalee Rd Detention Pond # 7 (West of Wilson Blvd) 6.33 South side of Immokalee Rd Detention Pond # 8 (West of Corkscrew Canal) 3.25 South side of Immokalee Rd Detention Pond # 9 (SW Corner of Randall Blvd) 0.64 North side of Immokalee Rd Detention Area # 10 (NE Corner of 4th St NE) 4.99 North side of Immokalee Rd Detention Pond # 11 (NE Corner of 33rd Ave NE) 2.29 North side of Immokalee Rd Detention Pond # 12 (NE Corner of 37th Ave NE) 3.04 Oil Well Rd Retention Pond 9 @ Oil Well Grade Rd 10.29 Oil Well @ Everglades Retention (#200-2.57/#300-1.76) 4.33 Collier Blvd (Golden Gate Blvd to Immokalee Road - Golden Gate Blvd to Immokalee Rd Pond west side of ROW at intersection with GG Blvd 3.39 Pond west side of ROW at 7th Ave NW 1.49 Santa Barbara Blvd - Davis Blvd to Copperleaf Pond east side of the ROW at EMS Station 1.95 Pond west side of the ROW at German Wood Ct 0.76 Pond west side of the ROW at Copperleaf 1.34 Whitaker Rd Ditch (LASIP) Ditch south of Whitaker Rd west of Edgewood Condominium (inclusive of structures & guardrail area north/ south of Whitaker) 0.52 Autumn Oaks Ln - At Valewood Dr Pond on North side of ROW of Autmn Oaks Ln 0.99 Castello Dr Mow ditch 17ft from road between Pompei Ln to Westlake blvd (233ft). 0.34 Castello Dr Mow between roadway and wall. Remain 1 ft from wall from Westlake Blvd to the pond 0.34 Davis Blvd Ditch Davis Blvd ditch west of weir to west headwall of Whitten Dr between the FDOT ROW for Davis Blvd to north side of the drainage easement to the waters edge; from the east headwall to the east approximately 710 feet between the FDOT ROW for Davis Blvd to north side fenceline to the waters edge. 1.08 Coconut River Swale East of Weir both sides of ditch (Weir Ln) 1.17 Gordon River South of Golden Gate Pkwy adjacent to Gordon River Greenway, fenced area interior and exterior; south side between sidewalk and guardrail; north side between curb & guardrail to sidewalk and sidewalk to cleared edge of right of way. All areas to be mowed and trimmed/edged. 0.59 FGdZ,Gate Pkwy East of Goodlette Frank. 2 y nor Outfall Northside - approximately 4100 feet west of US 41 Southside - approximately 4400 feet west of US 41 6.25 c d E m w W O ti N ti ti 0 N 0 M N LU O w V a yl Z O H a O J I co LU J V V O Z_ O 2 2 of 3 Packet Pg. 613 16.A.14.d EXHIBIT I 2 WEEK AQUATIC MOWING SMALL INTERMEDIATE SITE AREA SITE DESCRIPTION ACRES Beginning at the improved drainageway north of Whitaker Rd east of Santa Barbara Blvd across Sunset Blvd to Polly Ave the cleared width between 57 to 60 feet. Skip the portion along the roadside between Sandy Lane and Polly Ave. Beginning east of Polly Ave mow the cleared area of the drainageway approximately 60 feet in width to the east side of the Wingsouth Landing Strip Area. Mow along the east side of the landing strip area from the fenceline to the top of bank approximately 70 feet in width from the north end of the landing strip to Rattlesnake Hammock Rd. Mow along the west side from the tree line Wingsouth/Sandy Lane LASIP AREA 23.45 to the top of bank (no further than taxiway)a distance of approximately 1850 feet where the drainageway turns west toward Adkins Ave for a distance of approximately 1000 feet a width of 63' along the drainageway. Then turning south following the fenced drainage way a width of approximately 85 feet to the south gate and then 30 feet in width beyond that to Rattlesnake Hammock Rd. Map of the general location has been provided and the area has been reviewed in the field with the Road Maintenance Inspector. TOTALS: 1 190.8 c m E m W 06 O Ix I- N F- Pr 0 N 0 M N u.l C9 Q w U Q I Cn Z O H Q U O J I W J U U 0 Z_ O H m_ x X w c a� E t r r a 3 of 3 Packet Pg. 614 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA Airport Road to Goodlette-Frank Road Goodlette-Frank Road to US 41 VANDERBILT BEACH ROAD North side South side Medians Medians SITE DESCRIPTION South side Vanderbilt Drive to Gulfshore Drive North side by water (West side of 377 Vanderbilt) GOODLETTE-FRANK ROAD West side East side Vanderbilt Beach Rd to Immokalee Rd Medians IIsland SW corner of Goodlete and VBR 111TH AVENUE NORTH AREA North side 111th Ave N - US 41 to Vanderbilt Dr South side Southwest side of Bluebill Bridge Bridge to intersection Vanderbilt Dr East side (Wiggins Pass intersection) Vanderbilt Dr 9th St to Bonita Beach Rd Wiggins Pass Rd North & South sides (Vanderbilt Dr intersection) 7th St. N to Vanderbilt Dr. 552, 556, 564, 580, 592, 686 ORANGE BLOSSOM Airport Rd to Livingston North side South side First median west of Livingston Yarberry Ln West side/ East side ACRE; 3 0 0.210 2 1.530 cD E 5.430 y 3.900 W 0.020 R: 0.390 0.040 N ti ti 0 0 2.090 CO) N T- 3.440 w Oaa 0.160 W U 0.050 QI co Z O H Q 0.370 0 J I 0.340 w J U 0.300 V O 0.830 Z O 1.400 2 0.110 m_ 2 0.230 w c m E t 0.670 Q 0.180 0.280 0.340 Packet Pg. 615 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE; Anthony Ct ROW at vacant lots (east of Yarberry) 0.200 Taylor Road Vacant Parcel South of 6301 Taylor Rd 0.080 PINE RIDGE ROAD (AIRPORT PULLING ROAD TO LIVINGSTON ROAD) YMCA Rd South ROW across from Bryson Dr. Mow edge of pavement to 2ft beyond sidewalk. 0.070 Pine Ridge Rd (Logan Blvd to CR 951) 0.080 Pine Ridge East of Logan Pine Ridge East of Logan and West of Harvey Canal (North & South Side ROW and Median). Approx 850 ft of curbed area 0.760 Pine Ridge West of 951 Pine Ridge West of 951 and East of Harvey Canal. (North & South Side ROW and Median) 5.330 COLLIER BLVD (951) S of 18th Ave SW to Golden Gate Blvd Includes East ROW, West ROW & Median Mowing: Mow from street to backside of 2nd slope facing properties from 1 lth to 13th street west side. 64ft wide. 21.040 17th Ave SW & CR 951 (behind the guardrail) North & south sides 0.240 Tree Farm Rd. East of Collier Blvd to End (South Vacant Parcel Only) 0.250 Tree Farm Rd. New Turnabout at intersect with Massey, Calusa and Woodcrest 0.200 1st Avenue NW, west of CR 951 End of road & ROW at two vac lots (N) 0.120 Mission Hills Dr Northside ROW from Collier Blvd to Buckstone Dr 0.190 Vanderbilt Beach Rd Ext medians east of Collier at Weber Blvd 0.440 Colter Blvd East side Collier - North of Weathered Stone Dr (Broken Back Rd) 1.010 RADIO RD FROM DAVIS BLVD TO SANTA BARBARA BLVD South side -utility strip„ bottom of ditch/poles 1.410 North side -ROW at vacant lots only, utility strip 1.160 Median 0.310 MARBELLA LAKES DRIVE 0 M N T w O a w U a I co z O H Q V O J I Cn w J U V O _z O 2 Q Packet Pg. 616 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE; End of road to unimproved treeline 0.270 Northside roadway only 1.000 COUNTY BARN ROAD Rattlesnake Hammock Rd to Davis Blvd Property Line/Easement to Edge of Pavement both sides of road.(includes guardrail area in the the northeast corner of Rattlesnake Hammock Rd and County Barn Rd) 20.310 GOLDEN GATE PARKWAY 5544 GG Pkwy, 5572 GG Pkwy, 5590 GG Pkwy SE corner, ROW at six county -owned lots 0.260 Golden Gate Parkway @ Santa Barbara Blvd. Intersection SE corner / 6 lots (Moved from 30 Day List 6/16/2015) Addition to Swale 1.490 58 St SW South side 0.800 60 St SW South side 0.900 62 St SW South side 1.480 63 St SW South side 2.300 64 St SW South side 2.720 66 St SW South side 2.780 68 St SW South side 2.780 70 St SW South side 2.780 64th St., SW North side 0.5400 66th St., SW North side 0.2900 68th St., SW North side 0.4100 70th St., SW North side 0.1500 WILSON BLVD 1081 Wilson Blvd County -owned lot _T 4.500 c 3 0 d E d 0 M w 06 3.1 N ti ti 0 N 0 M N w O a w U a I co Z O H Q V O J I V) w J U U O Z_ O 2 H m_ 2 X w c m E t Q Packet Pg. 617 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA CR 846 to Camp Keais Rd. CR 846 to Camp Keais Rd. 29th Ave. NE to 37th Ave. NE Median 1 (VBR) (east ROW maintained by Tiburon) Median 2 (east ROW maintained by Tiburon) Median 3 (west/east ROW maintained by Pelican Marsh) SITE DESCRIPTION OIL WELL ROAD (CR 858) South ROW North ROW Medians #1-9 Retenion Area South Medians #10-16 EVERGLADESBLVD East ROW West ROW Medians # 1-4 AIRPORT PULLING ROAD Median West ROW Median West ROW (beg at hedge end/south) Median Median Median 4 (west ROW maintained by Pelican Marsh) East ROW Median 5 Median (west ROW maintained by Victoria Shores) East ROW Median 6 Median (west ROW maintained by Stonebridge) IEast ROW Median 7 I Median (west ROW maintained by Stonebridge) ACRE; aM E3 0 12.930 m 14.320 d 6.480 LU 0.080 O0C 8.390 N ti ti 0 N 4.550 M N T 8.160 w 1.210 9 w U a co z 0.430 H Q 0.520 p J 1.190 W J U 1.130 V z 1.000 0 2 0.120 m 0.280 X w 0.790 c m E 0.580 c� 1.320 Q 1.260 0.030 Packet Pg. 618 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA Median 8 (west ROW maintained by Stonebridge) Median 9 Median 11 (Immokalee Rd) Tropicana Blvd SB #34017 and NB #34011 East Tropicana Alley Vacant lots on Toucan Aly and 44th ST SW Alley Off Tropicana - South of GG Pkwy Alley off 50th St SW (Toucan Aly) Golden Gate Pkwy from Canal to Hess Station Golden Gate Pkwy Asphalt Alley off Coronado Pkwy SITE DESCRIPTION Median East ROW Median West ROW East ROW Median West ROW East ROW GOLDEN GATE CITY East & West side vacant lots 2570, 2618, and 2636 North & South side North & South side North & South side (south of GG Pkwy) South side - (GG PKWY for vacant parcels: 5200, 5208, 5216, 5224, 5100 ) North side (across from 53rd St SW) East & West side Asphalt Alley off 26th Ave W - East of Santa Barbara jEast & West side Asphalt Alley off Hunter Blvd - East of Santa Barbara jEast & West side Asphalt Alley off 22nd PI SW - East of Santa Barbara jEast & West side Asphalt Alley off 17th Ave SW - East of Santa Barbara jEast & West side Corner of Sunshine/Green to Canal side (ROW and behind rail) ACRE; 0.330 3 0 0.390 2 c d 0.230 d 0.470 LU 0.300 0 0.170 N ti ti 0.420 N 0 0.350 M N T v w O 0.010 w U 0.020 QI Z 0.080 O H Q 0.110 p J I 0.120 W J U 0.290 V O Z 0.230 § O 0.130 ' H 00 0.090 X ul c 0.140 t c� 0.130 Q 0.130 0.150 Packet Pg. 619 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE! 16th P1 SW & 43rd Ln SW South side of 16th / West side of 43rd (4-16-12 Corr/east changed to west) 0.810 Salt Alley off 20th PL SW West of Collier Blvd 0.06 Mystic Alley between 41st St SW and 42nd Terr SW North of GG Pkwy 0.230 Mystic Alley between 42nd Terr SW and 43rd Ln SW North of GG Pkwy 0.020 20th P1 SW (Safety Ln)& 40th Terr SW ROW at vacant lot (to #1918) 0.220 32nd Ave SW Vacant lot (end of roadway) 0.120 COACH HOUSE LANE Airport Pulling Rd to Dead end ROW at vacant lots 0.230 BAILEY LANE Airport Pulling Rd to Coco Lakes Dr ROW at vacant lots -F 1.000 WHIPPORWILL LANE South of Pine Ridge Road ROW at vacant lots 0.320 Flamingo Drive ROW on south side from Lakewood BLVD to approx. 320 tt east from the edge of the pavement 0.940 NORTH ROAD Avion Woods Ct to Hidden Terrace Rd Canal side 0.540 DONNA STREET North Road to Gail West and East side 0.560 Gail Blvd to Kathy Ave East side 0.030 Kathy Ave to Lorraine Ave East side 0.050 Lorraine Ave to Burton Rd East side 0.050 HAZEL F- Airport Pulling Rd to Gail Blvd canal side 0.080 b� 0 m E d N w 06 O W ti N ti ti O N Q Packet Pg. 620 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION GAIL Hazel Rd to curve West & East side Curve to Donna St North & South side Donna to Esther St Canal side NAPLES PARK 91st Ave N 637, 693, 799 92nd Ave N 513, 569, 635, 756, 803 93rd Ave N 527, 547, 685, 726, 730, 734, 849, 866 94th Ave N 574 95th Ave N 626, 766, 842, 845, 846 96th Ave N 561, 570, 623, 868, 872 97th Ave N 563, 591, 781, 790 98th Ave N 582, 631, 767 99th Ave N 837 100th Ave N 553, 557, 836, 840 101st Ave N 681, 829, 849, 869, 870 102nd Ave N 624,795 103rd Ave N 575, 754, 845 104th Ave N 546, 550, 643, 756 105th Ave N 609, 678, 682, 689, 693 106th Ave N 517, 521, 553, 569, 800 107th Ave N 678 108th Ave N 650, 691, 795, 799, 847, 863 109th Ave N 515, 539, 548, 572, 661, 665, 686, 730, 757, 789, 834 ACRE; c 3 0 0.220 d 0.400 E N 0.210 O w 0.140 N ti ti 0.150 N 0 0.240 M N T 0.020 w O 0.130 w U 0.120 Q co z 0.094 O H Q 0.070 p J 0.030 w J U 0.090 V O 0.130 O 0.080 0.070 m_ 2 0.090 w 0.140 m E s 0.210 Q 0.030 0.270 0.290 Packet Pg. 621 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE, 110th Ave N 578, 667, 692, 747, 751, 755, 759, 775, 779, 783, 840 0.380 8th Ct E East of 870 0.080 NORTH NAPLES Lakevie Dr (Bonita Shores) 6th St to 8th St 1.000 West Ave W Valley Dr to E Valley Dr 0.140 Vanderbilt Dr 11 lth Ave N to S of Wiggins Pass Rd West Side 1.090 Cypress Way West at Fairway Circle Vacant lot on west side 0.210 Trail Blvd West side (7-11 to Ridge Dr) 0.600 Trail Blvd West ROW from Ridge to Center 0.910 Trail Blvd West ROW from Center to Cajeput 1.940 Trail Blvd West ROW from Cajeput to Myrtle 0.790 Trail Blvd West ROW from Myrtle to Ridge 0.670 Trail Blvd West ROW from Ridge to Banyan 0.760 Trail Blvd West ROW from Banyan to Pelican Bay 0.500 Trail Blvd West ROW from Pelican Bay to BBT Bank 0.320 Carpenter Ct ROW at vacant lots 0.070 CHARLEMAGNE BLVD RHR to Marseille Dr medians only 0.380 BOCA CIEGA DRIVE sidewalk side only on canal side 0.170 HAWAII BLVD Rattlesnake Hammock to Maui medians only 0.340 Maui Circle to Blue Ridge Dr North medians only 0.100 O M N T v w O a w U a co z O H Q V O J I Cn w J U U O z O 2 Q Packet Pg. 622 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA I SITE DESCRIPTION I ACRE; LUNAR STREET = 3 0 Full Moon and New Moon CT Triangle 0.440 d VAN BUREN AVENUE E d 0 Corner lot South ROW at Bayshore Rd M 0.040 LU LINDA DRIVE 0 Corner lot North ROW at Bayshorc Rd 0.040 ti ti PALM ST N at lake only 0 0.110 CO) N T v THOMASSON DR w O a Cardinal Way to Hamilton Avenue North & South sides (includes guardrail area, and medians) 6.570 w U LOGAN BLVD al co z East Blvd to Hawthorn Woods WayWest FO.570Green p J Medians I 0.200 w J U Hawthorn Woods Way to Tallowood Way East side 0.230 V O West side 0.320 O Medians 0.260 Tallowood Way to Boxwood Way 0.170 m East side 2 West side 0.210 w West side 0.060 m Boxwood Way to Pine Ridge Rd East side 0.060 'M Q North of Pine Ridge Rd. intersection 1 median 0.160 Corner to #830 East side (concrete pole) 0.090 Corner to #805 West side 0.110 Packet Pg. 623 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE; South of VBR intersection 2 medians 0.170 Vacant lot East side 0.080 Corner to #755,end of cone walk to drive at abandoned house West side 0.230 Pine Ridge Ext-At Logan/Santa Barbara to sidewalk end ROW -behind the walk/North Side 0.210 ROW -behind the walk/South Side 0.350 Pine Ridge Rd to Vanderbilt Beach Rd west side (edge of pavement to F back of sidewalk) 8.8600 Pine Ridge Ext-At 4111 Pine Ridge Rd & west to bridge North side 2.290 LOGAN BLVD EXTENSION (VBR to CR 846) West side (southbound) ROW, South end median and east side utility strips (curb to sidewalk) 10.280 Utility Strips (E & W), 3' off BOS (W only), Medians 5.540 OAKES BLVD Vacant lot Oakes Blvd & Spanish Oaks Ln - Vacant lot Northwest Corner (both roads) 0.110 Vacant lot CR 846 NE Corner 0.150 Vacant lots only SE Corner to 6130 Autumn Oaks Ln 0.220 Vacant lot East & West ROW @ VBR 0.140 SANTA BARBARA BLVD. EXTENSION Royal Wood wallscape at Rattlesnake Hammock Road East & West ROW 13.320 BEECH AVE Swale side only South Side 0.060 CATALINA DR 2 median islands 0.200 0 M N w O a W U a I co z O Q V O J I Cn w J U V O _z O 2 Q Packet Pg. 624 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE; COLONIAL Vacant Lot North corner 0.020 COTTAGE GROVE Lot east of 3205 and corner of Bayshore Dr North side - ROW at vacant lots 0.030 JACKSON AVE East of Palm St. "T" Alley, between Jefferson & Jackson 0.150 2348 Jackson Ave vacant lot on north side 0.030 CURTIS ST Clark Ct. to Beech Ave. East Side 0.070 WINIFRED AVE Vacant lot South side at west end -F 0.350 LINWOOD AVE Linwood Way Ditch North of Gateway just south of Linwood Ave 0.070 BECCA AVE Vacant lots only South & North side 0.120 FREDERICK ST Vacant lots only East & West side 0.030 Clark Ct 0.100 GUILFORD RD Guilford Rd Vacant parcel northside of ROW between 3417 and 3501 Guilford Rd. Parcel ID 47870520003. 0.060 BAYSHORE / THOMASSON AREA Mangrove ST North and West ROW and Vacant Lot 0.210 Arbutus St vacant lots 0.130 Bay St vacant lots 0.120 c 3 0 d E d N w 06 O W ti N ti ti O N O M N T v w O a w U a I co .2- 0 H Q V O J I Cn w J U U O Z_ O 2 Q Packet Pg. 625 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE; Hamilton Thomasson to Bay St 0.520 Florida Ave vacant lots 0.040 Verity Ln vacant lots 0.030 Poplar Way vacant lots 0.020 Outer Dr Vacant pacels on Outer Dr near intersections with Orchard Ln, Dale Ave, Mohawk PI and Mindi Ave 0.390 Thomasson Ln 0.210 Bayshore Dr S West right of way at vacant lots south of Thomasson 0.470 NAPLES MANOR Carolina Ave 0.060 Carlton St 0.060 Collins St 0.030 Confederate Dr 0.180 Floridian Ave 0.010 Georgia Ave 0.020 Gilchrist St 0.080 Holland St 0.010 Jennings St 0.010 John St 0.050 Martin St 0.130 McCarty St 0.090 Sholtz St 0.050 Texas Ave 0.400 Dixie Dr 0.230 Warren St 0.110 Hardee St 0.130 c 3 0 d E d 0 M w 06 O N ti ti 0 N O M N T w O a w t� al co z O Q V O J I Cn W J U U O z O 2 H m_ 2 X w c m E t Q Packet Pg. 626 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE; Bryant Ave 0.030 LELY RESORT (PALMETTO DUNES) 145 Palmetto Dunes Cir 0.030 SOUTHWEST BLVD (OFF TAMIAMI TRAIL) Porter Street Row of vacant lots 0.360 MANATEE RD South side (sidewalk along vacant lots) 0.690 TOWER RD South side (sidewalk side) & ROW at vacant lot/west property line (Comcast) to east property line (GC Maint facility) 1.030 BAREFOOT WILLIAMS ROAD Barefoot Williams Rd canal side, from Artesia to Penny Rd & 2 vacant lots on west side (See MAP) 0.880 ISLE OF CAPRI AREA Samar Ave. 3 vacant lots (ROW only) 0.0800 SPERLING AVE ROW at vacant lot/comer of 12th St. 0.250 14TH STREET NORTH ROW at vacant lots 0.190 CYPRESS WOODS DR ROW at vacant lots 0.180 VETERAN'S MEMORIAL PKWY E-Livingston(S to toe of slope,N 2' from BOS) 0.940 SW corner (vac) @ Livingston inc utility strip 0.250 Q Packet Pg. 627 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA I SITE DESCRIPTION I ACRE; TWIN LAKES 3 0 W. Alhambra Cir. at Dorando Dr. Median island 0.130 2 N. Alhambra Cir. at Dorando Dr. Median island d 0.010 E d U) Granada Blvd Ret Pond/Granada frontage only 0.100 Lj otS BAYSIDE STREET O W ROW vacant Lots 0.060 N ti IMMOKALEE ROAD (951 to 43rd) G N Median Acres (ONLY WILSON TO 43rd) 7.300 Q M N South ROW Acres 23.010 w North ROW Acres 26.360 Q w IMMOKALEE ROAD (PLATEAU ROAD TO BELLAIRE BAY DRIVE) PATHWAY ONLY V a� --F Waters edge to south side of pathway 0.660 z 0 t= PLATEAU ROAD Q V O Medians and ROW (Immokalee RD to Broken Back RD) J 1.290 Cn w J IMMOKALEE ROAD (PRESERVE LANE TO OLDE CYPRESS) PATHWAY ONLY U South Side of Path 0.770 O z North Side of Path 0.150 O North and south side of the sidewalk in front of 00186320002 and Preserve Ln 00186280003. The sidewalk will be weed whacked and the north 0.120 m and south sides will be mowed two feet to the north and to the south = X w IMMOKALEE ROAD (EXECUTIVE DRIVE TO LOGAN BLVD) PATHWAY ONLY E t North side of pathway two feet off wall and south side of pathway to the top of bank of canal 0.920 Q COLLIER BLVD (US 41 EAST TO DAVIS BLVD) Median Acres (Marino Cir to Davis Blvd) West ROW Acres 1.400 2.800 Packet Pg. 628 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE, East ROW Acres 19.880 SW Corner of Davis & Collier behind barrier 0.210 OAKESBLVD Immokalee Rd to Vanderbilt Beach Rd both sides (past sidewalk on west) 14.6801 DAVIS BLVD Retention Area West of CR951 0.750 BECK BLVD EAST OF COLLIER BLVD Median Acres 0.230 South ROW Acres 0.540 Magnolia Pond Dr End Co Maintenance to Collier Blvd 2.170 COLLIER BLVD (DAVIS BLVD TO BRIDGE NO.30174) Median Acres 0.160 West ROW Acres 0.430 East ROW Acres 1.530 COLLIER BLVD (GOLDEN GATE BLVD TO IMMOKALEE ROAD) West ROW Acres 5.720 East ROW Acres 8.140 Wolfe Rd along sidewalk only South ROW 0.210 SANTA BARBARA BLVD (DAVIS BLVD TO COPPERLEAF) Median Acres (N of 1-75 Overpass to Copperleaf) 2.300 West ROW Acres 1.570 East ROW Acres 2.840 2801 Santa Barbara Blvd Lot at corner with painted leaf 0.970 3 0 w m E d N w 06 O W ti N ti ti 0 N O M N w O a w U a I W z O H Q V O J I Cn w J U V O _z O 2 Q Packet Pg. 629 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE; SANTA BARBARA BLVD (CORONADO PARKWAY TO GREEN BLVD) Median Acres 1.670 West ROW Acres 1.300 East ROW Acres 0.750 GREEN BLVD (CR 951 TO LOGAN BLVD) Median Acres 2.050 South ROW Acres 4.550 North ROW Acres 0.970 WHITE BLVD (CR 951 TO 23rd STREET SW) From Bridge #034828 to 23rd St SW & first 5 Medians East of 951 1.550 Golden Gate Blvd. (Wilson to 20th ST NE) East of Wilson Blvd to 20th St NE (ROW to ROW including median) 28.970 MISCELLANEOUS AREAS N. 5th St. 5th St Immokalee between W Main St and 2nd Ave 0.030 S. 5th St. Bethune to Carver 0.530 S. 5th St. East ROW from Hope circle to Arden Ave 0.130 S. 5th St. Sidewalk- 10' both sides & parking lot area &Swales and botton of ditch along path between Delaware and Colorado on West side. 2.100 West Delaware Ave./Swale bottom-N & tree line-S North & South sides 1.170 Sgt Joe Jones Rd 0.100 Immokalee Road Maintenance Office 0.420 Carson Rd. Extension Lincoln -at curb end and south 0.500 Immokalee Dr (SR 29 to end of county) Immokalee Area 0.640 Immokalee Dr (SR 29 to N 9th St) Immokalee Area 0.130 Lake Trafford Rd./Little League Rd. to Pepper Rd. North ROW/delineators to ditch bottom 1.170 E3 0 m E d N W 06 O W ti N ti ti 0 N 0 CO) N w O a LL W U a CO) z O H Q V O J I V) w J U U O z_ O 2 H 00 2 X LU c m E t c� Q Packet Pg. 630 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE! Livingston Rd. -over Cocohatchee Canal #34039 0.130 On Palm River Blvd. (south of Viking Way) 934046 0.050 Airport Rd. SB-CR 831 934059 0.150 Airport Rd. NB-CR 831 #34059 0.160 Euclid Ave Guardrail at cocohatchee canal 0.030 Palm River Blvd. #34062 0.100 Cypress Way -over Cocohatchee Canal 934036 0.040 Northbrook Dr. #34065 0.010 Executive Dr.-Cocohatchee Canal #34067 0.010 Dancing Wind Ln-Cocohatchee Canal #34069 0.040 Nursery Lane-Cocohatchee Canal #34070 0.030 Rose Blvd.-Cocohatchee Canal #34071 0.030 Lakeland Ave.-Cocohatchee Canal #34073 0.200 Drainage canal (SE of Airport) #34129 0.030 Pelican Strand Blvd. -over Cocohatchee Canal #34038 0.030 VANDERBILT DRIVE (CR 901) / III TH TO BONITA BEACH ROAD Bonita Beach Rd south from 2nd st to 8th east and west side; from 8th to 9th west side only. 1.400 South of Wiggins Pass #30176 0.370 South of Cocohatchee Prk. #30177 0.080 North of I I Ith Ave. #30178 0.020 Animal Crossing North of Wiggins Pass Rd East side barrier wall 0.020 Animal Crossing North of Wiggins Pass Rd west side Animal crossing bridge (guardrail, jersey wall and sidewalk) 0.090 Q Packet Pg. 631 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA Golden Gate Pkwy. (east of 52nd St. SW) Off CR 951 (at 25th Ave. SW) Green Blvd. (west of Sunshine Blvd.) On 32nd Ave. SW (west of Tropicana Blvd.) Coronado Pkwy.-EB Coronado Pkwy.-WB Sunshine Blvd. (south of Green Blvd.) 20th Pl. SW (east of 51st St. SW) Off Sunset Rd. Off 18th Ave., SW Santa Barbara Blvd.-SB Santa Barbara Blvd. -NB Santa Barbara Blvd. -south of GG Pkwy. East of CR 951 13th St. SW (north of 16th Ave. SW) Over Miller Canal SITE DESCRIPTION GOLDEN GATE CITY #30123 #34012 #34014 #34019 #34102 #34103 #34105 #34106 #34107 #34108 #34130 #34131 #34132 WHITE BLVD #34020 #34072 GOLDEN GATE BLVD (WILSON TO DESOTO BLVD) Over Faka Union Canal CR 951 (Citygate) Airport Rd. -Rock Creek Palm Dr. Lake Trafford (CR 890) #34804 #34030 MISCELLANEOUS BRIDGE AREAS #30174 #30186 #34111 #34123 ACRE; aM 3 0 0.040 m 0.050 E d N 0.030 w 06 0.070 � OC 0.020 N ti 0.010 P 0 N 0.140 c M cm 0.120 r w 0.080 a 0.030 V QI 0.160 z O 0.170 H Q V 0.170 0 I Cn w J U 0.060 V O 0.040 O H 0.400 x ul 0.200 m E t c� 0.090 Q 0.050 0.030 0.070 Packet Pg. 632 16.A.14.d EXHIBIT I 2 WEEK URBAN, SMALL INTERMEDIATE MACHINE MOWING CYCLE SITE AREA SITE DESCRIPTION ACRE, Tower Rd. #34135 0.070 LOGAN BLVD NORTH MW-1360 East side swale, Azalea Drive to end of road 7.230 MW-1361 Medians from Azalea to end of road. 2.760 MW-1362 West side of road from wall to south corner of pond 2.090 MW-1364 West ROW from Pavement to Sidewalk 0.520 MW-1365 Backside of Sidewalk west ROW in front of preserve. 1516' x 15' 1.200 TOTAL ACRES: 446.14, V Z_ CO G Q Packet Pg. 633 16.A.14.d EXHIBIT I 30 DAY AQUATIC SMALL INTERMEDIATE MOWING North Naples Area - North of Immokalee Rd. SITE AREA SITE DESCRIPTION ACRES Sharwood Lot Entire lot / mow & weedeat 0.91 Horse Creek Estates Fenceline behind 407 Saddlebrook Ln & southwest to end / mow 0.84 Frankie's Ditch Sharondale Condo/S to Palm Crest Villas/N (Bldg 172A), fenceline/N & south to end, west side of ditch / mow & weedeat 1.19 Raven's Way Ibis Way to Eastwood Ditch, both sides of ditch / mow & weedeat 1.5 1 West Lot Entire lot, SW end of West Ln / mow 0.57 I Imperial Lot #1 of 3 North of Imperial GC Blvd to behind fence (west of Cemex) & south of Imperial GC Blvd to end / mow 2.11 Imperial #2 of 3 Sun Century Rd to Wiggins Pass Rd / mow 2.25 Imperial #3 of 3 West side of Old US 41, between Anglewood Ct & Railhead Blvd / mow 1.75 North Naples Area - South of Immokalee Rd. Pine Ridge Canal North of Creekside Pkwy, both sides of canal & north of CR 846 to end / mow 0.79 Victoria Park North at end of Hidden Harbour Dr to Nottingham Dr / mow 1.5 Four Seasons Wall Perimeter wall to waters edge from curling Ave to the east following the wall and ditch then turning south to the end of the wall. 1.24 1-75 Retention Pond Retention Pond S/S Immokalee Rd. E/O I-75 2.83 Taylor Canal Pine Ridge Rd to 5875 Taylor Rd mow East Side Only 0.86 Kelp Lot Entire lot / mow & weedeat 0.28 West Lakes South end of Sorrento Villas, between hedges / mow 0.18 Momingside South of Momingside Dr. to end / mow 0.08 j Burning Tree Ditch Solana Rd at Burning Tree Dr, fence to fence to pipe then s side only to end (maintenance rd turns to the south)/mow 0.7 12th & Michigan Entire lot / mow & weedeat 0.2 Poinciana Perimter Ditch From Airport Pulling Rd looping around to the west, south then east back to Airport Pulling Rd. 4.61 i Conservancy Ditch (Goodlette Frank Rd) Conservancy ditch area 2 segments between Zoo Parking lot and Smith Preserve Way (length 480ft width 35ft) 0.4 South Naples Area i United Telephone Ditch North & south of Poplar Way, fence to fence / mow & weedeat 0.23 i Lake Kelly Outfall Thomasson Dr & north to end (west side ONLY), north end of Dominion Dr 0.38 Little Italy Palm St to Frederick St, wood fence to poles / mow 0.28 East Naples Area i Crews Rd LASIP project from Santa Barbara Blvd west approximately 1800 feet mowing improved area north and south right of way. 1.91 St. Andrews Northwest of Warren St, south side of canal only / mow & weedeat (6/28/12 Acreage rev due to con (S & W); 1.95 acres removed) 0.38 Ball Park Lake McCarty St (5371 Dixie Dr & 5370 Carolina Ave), structure to manhole, EOP to EOW / mow & weedeat 0.2 Naples Manor/Enclosed Drainage US 41 to Carolina Ave, West of Warren St/mow&weedeat 1.73 Naples Manor Perimeter Ditch US41 (south )-Warren St (north) / mow & weedeat 3.53 Lely Manor Outfall West from the edge of water to the edge of trees (access from Treviso Bay per agreement) 8 Price St Ditch Canal South side Price St - The South East side of the bank 0.68 Lely Manor Canal Warren St to US 41 / mow & weedeat 2.72 Lely Manor Canal 2 East of Hibiscus Dr to east end (edge of water to edge of pavement) south side of canal 0.79 Treviso Bay Canal East side of Treviso, east side of canal only to EOW, at Maple Ln & south (mow strip bet. shell rd-canal only) / mow 2.25 Myrtle Cove East East of Myrtle Lane South of US 41 from US 41 to Treviso Bay Canal 3.37 c d E m w c� Uj Page 1 of 2 Packet Pg. 634 16.A.14.d EXHIBIT I 30 DAY AQUATIC SMALL INTERMEDIATE MOWING SITE AREA I SITE DESCRIPTION ACRES Myrtle Cove West lWest of Myrtle Lane South of US 41 from US 41 to Treviso Bay Canal 2.2 Roost Rd. Roost Rd, south of entrance to Quail's Roost MHP, & south to end / mow 1.58 Livingston Rd. Area Livingston Ditch Old Livingston Rd, north of Sandlewood Ln & east to end at I75 / mow 1.4 Vanderbilt Beach Rd. East & west of Oakes Blvd / mow 1 Oakes Blvd. East of Oakes Blvd, end of Bur Oaks Ln to south of English Oaks Ln, top of bank to bottom of ditch (west) / mow 1 Vanderbilt Beach Rd. East of I75 South of VBR, east of I75, west of Oakes Blvd, inside fenced area / mow & weedeat 0.04 Golden Gate City Area 2308 55th St. Entire lot / mow 0.25 23rd Ave., SW jEntire lot at boat ramp / mow & weedeat 0.05 Golden Gate Estates Area H - 1 Canal North end of 39th Ave NW (fairgrounds) to south of 33rd Ave NW & cast to between 4th St NW & 2nd St NW / mow 3 H - 4 Canal North end of Wilson Blvd N, north of 47th Ave NW (fairgrounds) & east to CR 846 / mow 2 Fairgrounds Canal West of south end of 8th St NE (fairgrounds) & east to 22nd St NE / mow 4.6 Desoto Canal East & west of Desoto Blvd N, between 8th & 10th Ave NE / mow 2.42 C-2 Canal West of 23rd St SW,on Brantley west to Garland; east of 23rd St, east on Brantley to 17th St; east end of 16th Ave, south of cul-de-sac/mo 3.19 Bollt Access Canal INorth of CR 858, school fence to barbed wire fence / mow & weedeat 0.77 Immokalee Area Breezewood South South of Hope Cir / mow & weedeat 0.78 Breezewood North North of Hope Cir / mow & weedeat 0.57 Immokalee Main #1 of 2 West of Gopher Ridge Rd. to end north of Calle Amistad / mow 1.98 Immokalee Main #2 of 2 Airport Access Rd & north to end / mow 3.97 Blocker's Canal Seminole Crossing Trail & west to end / mow 3 Liberty Landings lFrorn edge of water to edge of trees (Lake Trafford to Wesclox) 1.19 Miscellaneous Areas Arnold Ave. Northeast of Mercantile Ave, Don St to Dean St, headwall to top of bank / mow 1.85 Palm Springs East end of Pine Crest Ln to Radio Ln / mow 0.57 Sherwood Swale Radio Rd to I75 (structure), wood poles to TOB / mow 2.82 Winter Park #1 West of Tern Dr, tree line to EOW / mow & weedeat 0.33 Winter Park #2 Behind Wal-mart to end & west of Palm Dr to end / mow & weedeat 0.57 TOTAL: 92.37 c m E m ca W 06 O ti N F- 0 N 0 M N Z W 0 a w U a I Cn Z O H a U O J CO) I LU J U O Z_ O 2 Page 2 of 2 Packet Pg. 635 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING VANDERBILT DRIVE TO US 41 SITE AREA SITE DESCRIPTION ACRE', 111th Ave N to N of Wiggins Pass Rd South of Wiggins Pass Rd east side only & North of Wiggins Pass Rd as identified by mapping 4.450C WIGGANS PASS ROAD Vanderbilt Dr to US 41 Vanderbilt Dr to US 41 4.850C PIPER BLVD Cypress Way to Livingston Rd Cypress Way to Livingston Rd - south side only 2.970C Collier Blvd ROW on west side of collierblvd north of Immokalee Rd to Broken Back Rd. 3.010C Collier Blvd ROW on west side of collier blvd north from Broken Back Rd to Torre Vista Ln. 3.360C PINE RIDGE ROAD INDUSTRIAL PARK / CARPENTER COURT / LOGAN BLVD Pine Ridge Rd to Vanderbilt Beach Rd east side (ROW at vacant lots) 0.330C Logan Ct. from Green Blvd. to end of roadway at signs (ROW at vacant lots) 0.170C RADIO ROAD LANE Radio Rd to end both sides including retention area by Radio Rd 0.910C PALM SPRINGS BLVD Palm Springs Blvd ROW at vacant lots me Pine Crest, Pine Cone, Pine Vale & Palm Lake 0.7000 WHITAKER ROAD Whitaker Rd County Barn Rd to Santa Barbara Blvd -vacant lots (ROW only) 0.740C ST. CLAIR SHORE ROAD St. Clair Shore Rd. #629-829,770, 971, 1265, 1285, 1355, 1470 0.230C San Marcos Blvd. 11275, 970, parcel across from 1471 at end of street. 0.760C CR 29 US 41 to bridge # 030122 lboth sides 7.010C bridge # 030161 to end of bike path lboth sides 8.690C Plantation Island Plantation Pkwy lCopeland Ave (east of Bridge 30210 to Flicker Ln) 3.1000 Roost Rd Manatee to Quail Roost entrance lboth sides 1.930C Bollt Canal Access CR 858 at Palmetto Ridge HS (east) lWest side to hog fence/East side to edge of canal bank 3.890C MYRTLE COVE (CYPRESS LANE, MAPLE LANE, RAINTREE LANE) Intersections Tamiami Ct with Cypress Ln, Maple Ln & Raintree Ln) Median triangles along Tamiami Ct, northwest corner vacant parcels and south side vacant parcel at Cypress Ln, and southeast vacant parcel at Raintree Ln. 0.5000 GOODLAND DRIVE Angler Dr. to Harbor Pl., and Harbor PL. East ROW at vacant lots, and North ROW of Harbor 0.170C c 3 0 c d E d w otS O x N ti ti 0 N 0 1 M N T v w O a o_ w U a z O Q v O J Vj i w J U t� O _z O 2 m_ x x w c m E 0 M a Page 1 of 16 Packet Pg. 636 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING - SITE AREA I SITE DESCRIPTION ACRE', VETERAN'S MEMORIAL PARKWAY Livingston Rd., west to end lNorth side to toe of back slope & south ROW 6.290C .-. Livingston Rd., east to end lNorth side to toe of back slope & up to 2' from back of curb 7.170C c DESOTO BLVD SOUTH- GOLDEN GATE BLVD TO I-75 c Desoto Blvd N & S CR 858 to I-75 25.5901 2 Ave SE East side of Desoto 1.650C d 2 Ave SE West side of Desoto 2.720C 4 Ave SE East side of Desoto 0.980C w 4 Ave SE West side of Desoto 2.790C c6 6 Ave SE East side of Desoto 0.81000 6 Ave SE West side of Desoto 2.730C 9� 8 Ave SE East side of Desoto 1.490C N 8 Ave SE West side of Desoto 2.560C ti 10 Ave SE East side of Desoto 1.050C N 10 Ave SE West side of Desoto 2.650C CD 12 Ave SE East side of Desoto 1.180C N 12 Ave SE West side of Desoto T 2.750C " 14 Ave SE East side of Desoto 1.560C a 14 Ave SE West side of Desoto 2.890C 9 16 Ave SE 16 Ave SE East side of Desoto West side of Desoto 1.430C v 2.060C yi 18 Ave SE 18 Ave SE 20 Ave SE 20 Ave SE East side of Desoto West side of Desoto East side of Desoto West side of Desoto 1.690C z 2.5500 1.160C v 2.9000 -j 22 Ave SE East side of Desoto 1.580C W 22 Ave SE West side of Desoto 2.920C v 24 Ave SE East side of Desoto 1.070C v 24 Ave SE West side of Desoto 1.920C z 26 Ave SE East side of Desoto 1.060C 3: 26 Ave SE West side of Desoto 2.630C 0 28 Ave SE East side of Desoto 0.540C ' 28 Ave SE West side of Desoto 2.180C 30 Ave SE East side of Desoto 1.280C 30 Ave SE West side of Desoto 2.250C w 32 Ave SE East side of Desoto 1.570C 32 Ave SE West side of Desoto 2.360C 34 Ave SE East side of Desoto 1.4200 r 34 Ave SE 36 Ave SE West side of Desoto East side of Desoto 2.170C a 0.960C 36 Ave SE West side of Desoto 1.770C 38 Ave SE East side of Desoto 0.440C 38 Ave SE lWest side of Desoto 2.120C 40 Ave SE lEast side of Desoto 2.120C Page 2 of 16 Packet Pg. 637 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA SITE DESCRIPTION ACRE', 40 Ave SE West side of Desoto 2.030C NORTH DESOTO BLVD - GOLDEN GATE BVD-CR858/NORTH OF CR858 N Desoto Blvd 56 Ave NE to dirt pile north of 62nd Ave NE 4.270C 58 Ave NE West side of N Desoto 3.160C 60 Ave NE West side of N Desoto 3.320C 62 Ave NE East side of N Desoto 0.260C 62 Ave NE West side of N Desoto 2.620C Randall Blvd East Everglades to East of Desoto 7.210C Randall Blvd West CR 846 to Everglades 11.7401 Golden Gate Blvd East side of Desoto 1.3800 2 Ave NE East side of Desoto 1.230C 2 Ave NE West side of Desoto 2.270C 4 Ave NE East side of Desoto 1.0800 4 Ave NE West side of Desoto 2.790C 6 Ave NE East side of Desoto 1.640C 6 Ave NE West side of Desoto 2.790C 8 Ave NE East side of Desoto 0.630C 8 Ave NE West side of Desoto 2.480C 10 Ave NE East side of Desoto 0.460C 10 Ave NE West side of Desoto 2.890C 12 Ave NE East side of Desoto 0.3000 12 Ave NE West side of Desoto 2.760C 14 Ave NE East side of Desoto 0.5100 14 Ave NE West side of Desoto 2.830C 16 Ave NE East side of Desoto 0.490C 16 Ave NE West side of Desoto 2.890C 18 Ave NE East side of Desoto 0.380C 18 Ave NE West side of Desoto 2.770C 20 Ave NE East side of Desoto 0.1 l OC 20 Ave NE West side of Desoto 2.7400 22 Ave NE East side of Desoto 0.390C 22 Ave NE West side of Desoto 2.860C 24 Ave NE East side of Desoto 0.530C 24 Ave NE West side of Desoto 2.890C 27 Ave NE East side of Desoto 1.010C 27 Ave NE West side of Desoto 2.890C 29 Ave NE East side of Desoto 1.030C 29 Ave NE West side of Desoto 2.910C 31 Ave NE East side of Desoto 0.430C 31 Ave NE West side of Desoto 2.890C 33 Ave NE East side of Desoto 3.860C 33 Ave NE lWest side of Desoto 0.530C b� �3 0 d E d 0 m w 06 3.1 x N ti ti 0 N M N T w O w t� al co z O Q t� O J I Cn w J U U O z_ O m_ x x w c m E c� a Page 3 of 16 Packet Pg. 638 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA I SITE DESCRIPTION ACRE', EVERGLADES BLVD SOUTH- GOLDEN GATE BLVD TO I-75 7Evergladeslvd CR 846 to I-75 (removed section from 2nd Ave NE to 2nd Ave SE) 32.0401 2 Ave SE East side of Everglades 3.240C 2 Ave SE West side of Everglades 3.620C 4 Ave SE East side of Everglades 3.430C 4 Ave SE West side of Everglades 3.550C 6 Ave SE East side of Everglades 2.990C 6 Ave SE West side of Everglades 3.6000 8 Ave SE East side of Everglades 2.330C 8 Ave SE West side of Everglades 3.610C 10 Ave SE East side of Everglades 3.430C 10 Ave SE West side of Everglades 3.5800 12 Ave SE East side of Everglades 3.310C 12 Ave SE West side of Everglades 2.360C 14 Ave SE East side of Everglades 3.370C 14 Ave SE West side of Everglades 2.340C 16 Ave SE East side of Everglades 3.550C 16 Ave SE West side of Everglades 2.330C 18 Ave SE East side of Everglades 2.820C 18 Ave SE West side of Everglades 2.340C 20 Ave SE East side of Everglades 3.370C 20 Ave SE West side of Everglades 2.3700 22 Ave SE East side of Everglades 3.470C 22 Ave SE West side of Everglades 2.390C 24 Ave SE East side of Everglades 3.550C 24 Ave SE West side of Everglades 2.390C 26 Ave SE East side of Everglades 3.080C 26 Ave SE West side of Everglades 2.390C 28 Ave SE East side of Everglades 3.2000 28 Ave SE West side of Everglades 2.310C 30 Ave SE East side of Everglades 3.260C 30 Ave SE West side of Everglades 2.090C 32 Ave SE East side of Everglades 3.160C 32 Ave SE West side of Everglades 2.370C 34 Ave SE East side of Everglades 3.090C 34 Ave SE West side of Everglades 2.230C 36 Ave SE East side of Everglades 3.040C 36 Ave SE West side of Everglades 2.530C 38 Ave SE East side of Everglades 2.660C 38 Ave SE West side of Everglades 2.450C 40 Ave SE East side of Everglades 3.390C 40 Ave SE West side of Everglades 2.490C c 3 0 d E d 0 w w otS O x N ti ti 0 N 0 M N T w O w t� al co z O Q t� O J I Cn w J U U O z_ O 2 a Page 4 of 16 Packet Pg. 639 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA I SITE DESCRIPTION I ACRE', I EVERGLADES BLVD NORTH - GOLDEN GATE BLVD TO OIL WELL ROAD 2 Ave NE 2 Ave NE 4 Ave NE 4 Ave NE 6 Ave NE 6 Ave NE 8 Ave NE 8 Ave NE 10 Ave NE 10 Ave NE 12 Ave NE 12 Ave NE 14 Ave NE 14 Ave NE 16 Ave NE 16 Ave NE 18 Ave NE (from Everglades to bridge) East side of 1 West side of East side of 1 West side of East side of 1 West side of East side of 1 West side of East side of 1 West side of East side of 1 West side of East side of 1 West side of East side of 1 West side of East side of Everglades 18 Ave NE (from bridge to Everglades) l West side of Everglades 20 Ave NE East side of Everglades 20 Ave NE West side of Everglades 22 Ave NE East side of Everglades 22 Ave NE West side of Everglades 24 Ave NE East side of Everglades 24 Ave NE West side of Everglades 27 Ave NE East side of Everglades 27 Ave NE West side of Everglades 29 Ave NE East side of Everglades 29 Ave NE West side of Everglades 31 Ave NE East side of Everglades 31 Ave NE West side of Everglades 33 Ave NE East side of Everglades EVERGLADES BLVD NORTH - OIL WELL RD to IMMOKALEE RD 35 Ave NE East side of Everglade 35 Ave NE West side of Everglac 37 Ave NE East side of Everglade 37 Ave NE West side of Everglac 39 Ave NE East side of Everglade 39 Ave NE West side of Everglac 41 Ave NE East side of Everglade 41 Ave NE West side of Everglac 43 Ave NE (to bridge) jEast side of Everglade 43 Ave NE lWest side of Everglac 3.780C 3.630C 2.4000 c 3.780C 2 3.560C d 3.640C 3.410C w 3.710C o6 3.7000O 3.630C 9� 3.380C N 3.850C ti 3.380C N 3.730C cD 3.420C N T 3.670C " w 3.390C a w 3.580C a 3.610C z 3.540C 0 3.530C v 3.590C 0 3.540C cn� w 3.620C v 3.550C v 3.320C O 3.520C z 3.590C O 3.530C 3.570C 3.3000 00 x x w 3.330C c 3.540C 2.430C 3.590C 3.450C a 3.570C 3.290C 3.620C 3.570C 3.6000 Page 5 of 16 Packet Pg. 640 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA A SITE DESCRIPTION ACRE', 45 Ave NE East side of Everglades 3.430C 45 Ave NE West side of Everglades 3.590C .-. 47 Ave NE East side of Everglades 3.370C 47 Ave NE West side of Everglades 3.350C c 48 Ave NE East side of Everglades 3.730C 2 48 Ave NE West side of Everglades 3.470C d 50 Ave NE East side of Everglades 3.470C d 50 Ave NE West side of Everglades 3.540C w 52 Ave NE East side of Everglades 3.480C ca 52 Ave NE West side of Everglades 3.6100 O: 54 Ave NE East side of Everglades 3.420C 9� 54 Ave NE West side of Everglades 3.640C N 56 Ave NE (to bridge) East side of Everglades 2.640C ti 56 Ave NE West side of Everglades 3.640C N 58 Ave NE East side of Everglades 3.490C cD 58 Ave NE West side of Everglades 3.620C N 60 Ave NE East side of Everglades T 3.450C " 60 Ave NE West side of Everglades 2.070C a 62 Ave NE East side of Everglades 3.410C 9 62 Ave NE 64 Ave NE West side of Everglades East side of Everglades 5.9000 v 3.510C yi 64 Ave NE 66 Ave NE 66 Ave NE 68 Ave NE West side of Everglades East side of Everglades West side of Everglades East side of Everglades 3.690C z 3.5800 3.620C v 3.590C _I 68 Ave NE West side of Everglades 3.7000 W 70 Ave NE East side of Everglades 4.170C v 70 Ave NE West side of Everglades 3.690C v 72 Ave NE East side of Everglades 3.590C z 72 Ave NE West side of Everglades 3.6900 3: 40 ST NE - NORTH SEGMENT 0 40 St NE - N Just south of 64th Ave NE to CR 846 4.470C ' Easement at 70th Ave NE West of 40th St. NE 0.230C Easement at 72nd Ave NE West of 40th St. NE 0.230C Easement at 66th Ave NE West of 40th St. NE 0.2300 w 64 Ave NE West of 40th St NE to N Desoto 2.950C 66 Ave NE to Oil Well Grade 3.240C 68 Ave NE to Oil Well Grade 2.8000 70 Ave NE 72 Ave NE Ito Oil Well Grade Ito Oil Well Grade I 2.430C a I 1.940C 40 ST NE - SOUTH SEGMENT 40 St NE - S South of 43rd Ave NE to 56th Ave NE 6.470C 43 Ave NE (from bridge) West side of 40th St NE - south segment 0.180C 43 Ave NE East side of 40th St NE - south segment 3.210C Page 6 of 16 Packet Pg. 641 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA SITE DESCRIPTION ACRE', 45 Ave NE West side of 40th St NE - south segment 0.230C 45 Ave NE East side of 40th St NE - south segment 2.310C .-. 47 Ave NE West side of 40th St NE - south segment 0.180C 47 Ave NE East side of 40th St NE - south segment 3.230C c 54 Ave NE West side of 40th St NE - south segment 0.140C 54 Ave NE East side of 40th St NE - south segment 3.2000 d 42 St NE South of 54th Ave NE 2.6000 d 44 St NE South of 54th Ave NE 2.650C w 46 St NE South of 54th Ave NE 3.6000 o6 56 Ave NE (from bridge) West side of 40th St NE - south segment 0.22000 56 Ave NE (to N Desoto) East side of 40th St NE - south segment 2.980C 56 Ave NE (from N Desoto) East side of 40th St NE - south segment 0.220C N RANDALL BLVD AREA ti 16 St NE South of Randall 6.910C N 10 Ave NE East of 16th St NE 2.870C 10 Ave NE West of 16th St NE 1.220C N 12 Ave NE East of 16th St NE T 2.880C " 12 Ave NE West of 16th St NE 1.340C 14 Ave NE East of 16th St NE 2.880C 14 Ave NE 16 Ave NE West of 16th St NE East of 16th St NE 1.310C v 2.860C yi 16 Ave NE Jung Blvd Jung Blvd 18 Ave NE (to bridge) West of 16th St NE East of 16th St NE West of 16th St NE East of 16th St NE 1.320C z 2.7700 1.310C v 2.860C -I 18 Ave NE West of 16th St NE 1.340C W 20 Ave NE East of 16th St NE 2.880C v 20 Ave NE West of 16th St NE 1.280C v 22 Ave NE East of 16th St NE 2.880C z 22 Ave NE West of 16th St NE 1.3100 3: 24 Ave NE East of 16th St NE 2.790C 0 24 Ave NE West of 16th St NE 1.310C ' 10 Ave NE East of 8th St NE 2.170C 10 Ave NE West of 8th St NE 2.230C 12 Ave NE East of 8th St NE 1.980C w 12 Ave NE West of 8th St NE 2.210C 14 Ave NE East of 8th St NE 2.170C 14 Ave NE West of 8th St NE 2.210C 16 Ave NE 16 Ave NE East of 8th St NE West of 8th St NE 1.840C a 2.2000 Jung Blvd East of 8th St NE 2.180C Jung Blvd West of 8th St NE 2.220C 18 Ave NE East of 8th St NE 2.160C 18 Ave NE West of 8th St NE 2.210C Page 7 of 16 Packet Pg. 642 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA A SITE DESCRIPTION ACRE', 20 Ave NE East of 8th St NE 2.160C 20 Ave NE West of 8th St NE 2.150C .-. 22 Ave NE East of 8th St NE 2.180C 22 Ave NE West of 8th St NE 2.190C c 24 Ave NE East of 8th St NE 2.170C 2 24 Ave NE West of 8th St NE 2.210C d WILSON AREA - GOLDEN GATE BLVD TO IMMOKALEE ROAD d WILSON BLVD Golden Gate Blvd to CR 846 20.6701 w 10 Ave NE East of Wilson Blvd 0.380C ca 10 Ave NW West of Wilson Blvd 3.3300 O: 12 Ave NE East of Wilson Blvd 1.060C 9� 12 Ave NW West of Wilson Blvd 3.530C N 14 Ave NE East of Wilson Blvd 1.280C ti 14 Ave NW West of Wilson Blvd 3.710C N 16 Ave NE East of Wilson Blvd 1.260C Q 16 Ave NW West of Wilson Blvd 3.530C N Jung Blvd East East of Wilson Blvd T 1.270C " Jung Blvd West West of Wilson Blvd 2.310C 18 Ave NE East of Wilson Blvd 1.260C 18 Ave NW 20 Ave NE West of Wilson Blvd East of Wilson Blvd 3.940C tWi 0.980C <I 20 Ave NW 22 Ave NE 22 Ave NW 24 Ave NE West of Wilson Blvd East of Wilson Blvd West of Wilson Blvd East of Wilson Blvd 3.950C z 1.140C P 3.940C v 1.260C _I 24 Ave NW West of Wilson Blvd 3.650C W NORTH WILSON AREA - IMMOKALEE ROAD to Canal J U North Wilson Blvd CR 846 to canal 4.190C v 25 Ave NE East of North Wilson Blvd 1.620C z 25 Ave NW West of North Wilson Blvd 4.0000 3: 2 St NE East of North Wilson Blvd - off 25th Ave NE 3.550C 0 2 St NW West of North Wilson Blvd - off 25th Ave NW 3.580C ' 4 St NE East of North Wilson Blvd - off 25th Ave NE 3.520C 4 St NW West of North Wilson Blvd - off 25th Ave NW 3.890C 6 St NW West of North Wilson Blvd - off 25th Ave NW 3.730C w 8 St NW lWest of North Wilson Blvd - off 25th Ave NW 3.610C WILSON BLVD N. - ACROSS FROM FAIRGROUNDS Wilson Blvd N canal south of 33rd Ave to 47th Ave 7.2000 r 33 Ave NW West of Wilson Blvd N 4.050C a 33 Ave NE East of Wilson Blvd N 2.7000 35 Ave NW West of Wilson Blvd N 3.960C 35 Ave NE East of Wilson Blvd N 2.780C 37 Ave NW West of Wilson Blvd N 4.010C 37 Ave NE East of Wilson Blvd N 2.8000 Page 8 of 16 Packet Pg. 643 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA SITE DESCRIPTION ACRE', 39 Ave NW West of Wilson Blvd N 4.260C 39 Ave NE East of Wilson Blvd N 4.240C .-. 41 Ave NW West of Wilson Blvd N 4.040C 41 Ave NE East of Wilson Blvd N 2.850C c Shady Hollow Blvd W West of Wilson Blvd N 2.450C 2 Shady Hollow Blvd E East of Wilson Blvd N 2.770C d 45 Ave NW West of Wilson Blvd N 0.390C d 45 Ave NE East of Wilson Blvd N 2.870C w 47 Ave NW West of Wilson Blvd N 0.390C ca 47 Ave NE East of Wilson Blvd N 2.880C 47 Ave NE East of CR 846 2.210C 9� 8 St NE East of CR 846 - Off 47 Ave NE 2.210C N 10 St NE East of CR 846 - Off 47 Ave NE 2.1000 ti 12 St NE East of CR 846 - Off 47 Ave NE 2.000C N 14 St NE East of CR 846 - Off 47 Ave NE 1.990C CD 16 St NE East of CR 846 - Off 47 Ave NE 1.990C N 18 St NE East of CR 846 - Off 47 Ave NE T 2.000C 20 St NE East of CR 846 - Off 47 Ave NE LU 2.1000 22 St NE East of CR 846 - Off 47 Ave NE 2.000C w MISCELLANEOUS v Sanctuary Rd off CR 846 1.550C yi GOLDEN GATE BLVD WEST Z O WILSON BLVD S 1 St NW 1 St SW South off Golden Gate Blvd North off Golden Gate Blvd - west of Wilson South off Golden Gate Blvd - west of Wilson 7.550C P 3.990C v 3.910C -I 3 St NW North off Golden Gate Blvd - west of Wilson 3.990C w 3 St SW South off Golden Gate Blvd - west of Wilson 3.920C v 5 St NW North off Golden Gate Blvd - west of Wilson 3.990C v 5 St SW South off Golden Gate Blvd - west of Wilson 3.780C z 7 St NW North off Golden Gate Blvd - west of Wilson 3.940C 3: 7 St SW South off Golden Gate Blvd - west of Wilson 3.780C 0 9 St NW North off Golden Gate Blvd - west of Wilson 3.820C ' 9 St SW South off Golden Gate Blvd - west of Wilson 3.780C 11 St NW North off Golden Gate Blvd - west of Wilson 3.760C 11 St SW South off Golden Gate Blvd - west of Wilson 3.730C w 13 St NW North off Golden Gate Blvd - west of Wilson 3.790C 15 St NW North off Golden Gate Blvd - west of Wilson 3.780C 15 St SW South off Golden Gate Blvd - west of Wilson 3.620C 17 St NW 17 St SW North off Golden Gate Blvd - west of Wilson South off Golden Gate Blvd - west of Wilson 3.740C a 3.580C 19 St NW North off Golden Gate Blvd - west of Wilson 3.6000 19 St SW South off Golden Gate Blvd - west of Wilson 3.550C 21 St NW North off Golden Gate Blvd - west of Wilson 3.620C 21 St SW South off Golden Gate Blvd - west of Wilson 0.470C Page 9 of 16 Packet Pg. 644 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA SITE DESCRIPTION ACRE', 23 St NW North off Golden Gate Blvd - west of Wilson 3.570C 23 St SW South off Golden Gate Blvd - west of Wilson 3.450C .-. 25 St NW North off Golden Gate Blvd - west of Wilson 3.550C 25 St SW GG BLVD TO WHITE South off Golden Gate Blvd - west of Wilson 3.970C c 27 St NW North off Golden Gate Blvd - west of Wilson 3.560C 2 27 St SW GG BLVD TO WHITE South off Golden Gate Blvd - west of Wilson 3.980C d 29 St NW North off Golden Gate Blvd - west of Wilson 3.560C d 29 St SW GG BLVD TO WHITE South off Golden Gate Blvd - west of Wilson 3.970C w 31 St NW North off Golden Gate Blvd - west of Wilson 3.560C ca 31 St SW GG BLVD TO WHITE South off Golden Gate Blvd - west of Wilson 3.98000 GOLDEN GATE BLVD EAST W 2 St NE North off Golden Gate Blvd - east of Wilson 4.030C N 2 St SE South off Golden Gate Blvd - east of Wilson 4.150C ti 4 St NE North off Golden Gate Blvd - east of Wilson 3.990C N 4 St SE South off Golden Gate Blvd - east of Wilson 4.220C CD 6 St NE North off Golden Gate Blvd - east of Wilson 4.040C N 6 St SE South off Golden Gate Blvd - east of Wilson T 4.270C " 8 St SE South off Golden Gate Blvd - east of Wilson 4.3000 10 St NE North off Golden Gate Blvd - east of Wilson 4.000C 10 St SE 12 St NE South off Golden Gate Blvd - east of Wilson North off Golden Gate Blvd - east of Wilson 4.350C v 3.950C yi 12 St SE 14 St NE 14 St SE 16 St NE South off Golden Gate Blvd - east of Wilson North off Golden Gate Blvd - east of Wilson South off Golden Gate Blvd - east of Wilson North off Golden Gate Blvd - east of Wilson 4.4000 z 4.0000 F- 4.460C v 4.000C -I 16 St SE South off Golden Gate Blvd - east of Wilson 4.360C W 18 St NE North off Golden Gate Blvd - east of Wilson 3.990C v 18 St SE South off Golden Gate Blvd - east of Wilson 4.550C v 20 St NE North off Golden Gate Blvd - east of Wilson 3.980C z 20 St SE South off Golden Gate Blvd - east of Wilson 4.4400 3: 22 St NE North off Golden Gate Blvd - east of Wilson 4.000C 0 22 St SE South off Golden Gate Blvd - east of Wilson 1.460C - WHITE BLVD AREA 31 St SW South off White Blvd 3.150C 29 St SW South off White Blvd 3.120C W 27 St SW South off White Blvd 3.110C 25 St SW South off White Blvd 3.110C 23 St SW Brantley Blvd to White Blvd 1.460C 21 St SW North off 16th Ave SW 3.510C a 21 St SW South off 16th Ave SW 3.750C 19 St SW North off 16th Ave SW 3.460C 19 St SW South off 16th Ave SW 3.770C 17 St SW North off 16th Ave SW 3.440C 17 St SW South off 16th Ave SW 0.650C Page 10 of 16 Packet Pg. 645 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA SITE DESCRIPTION ACRE', 16 Ave SW West of 23rd St SW to east of 9th St SW 7.360C 15 St SW North off 16th Ave SW 3.4000 .-. 15 St SW South off 16th Ave SW 0.180C 13 St SW South off 16th Ave SW 0.390C c 11 St SW North off 16th Ave SW 3.3000 11 St SW South off 16th Ave SW 0.170C d 9 St SW North off 16th Ave SW 3.250C d 9 St SW South off 16th Ave SW 0.460C w WEBER BLVD AREA 06 Weber Blvd N Golden Gate Blvd to Vanderbilt Beach Rd 0.54M 1st Ave NW Off Weber Blvd N 0.240C 3 Ave NW Off Weber Blvd N 0.570C N 5 Ave NW Off Weber Blvd N 0.5900 ti 7 Ave NW Off Weber Blvd N 0.620C N Weber Blvd S White Blvd to Golden Gate Blvd 2.4000 7 Ave SW Off Weber Blvd S 2.000C N 5 Ave SW Off Weber Blvd S T 2.000C " 3 Ave SW Off Weber Blvd S 2.6000 1 Ave SW Off Weber Blvd S 1.000C Vanderbilt Beach Rd East of Collier Blvd Median bull nose at Weber Blvd to Douglas St w 3.540C Q i 39 ST SW AREA z 39 St SW White Blvd -weir just before 31st Ave SW 12.8001 O 11 Ave SW Off 39th St SW 1.180C v 13 Ave SW Off 39th St SW 0.130C 15 Ave SW Off 39th St SW wl 0.5000 cn 17 Ave SW Off 39th St SW 0.8000 v 19 Ave SW Off 39th St SW 0.7000 v 21 Ave SW Off 39th St SW 0.1000 z 23 Ave SW Off 39th St SW 0.410C 3: 25 Ave SW 29 Ave SW Off 39th St SW Off 39th St SW 0.270C 0 0.480C 31 Ave SW Off 39th St SW 0.660C White Lake Blvd Curve to landfill entrance 9.030C Beck Blvd Collier Blvd to east end 5.630C w CR 951 AREA c 7 Ave NW Off Collier Blvd - north of Golden Gate Blvd 1.130C 5 Ave NW Off Collier Blvd - north of Golden Gate Blvd 0.740C 3 Ave NW Off Collier Blvd - north of Golden Gate Blvd 0.910C 1 Ave NW Off Collier Blvd - north of Golden Gate Blvd 0.6400 a 1 Ave SW Off Collier Blvd - south of Golden Gate Blvd 0.430C 3 Ave SW Off Collier Blvd - south of Golden Gate Blvd 0.430C 5 Ave SW Off Collier Blvd - south of Golden Gate Blvd 0.270C 7 Ave SW Off Collier Blvd - south of Golden Gate Blvd 1.590C Page 11 of 16 Packet Pg. 646 EXHIBIT I 16.A.14.d 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA Pine Ridge Rd (Logan-CR95 11 Ave SW 13Ave SW 15 Ave SW Cherrywood Dr Hickorywood Dr Coralwood Dr Teakwood Dr Mahogany Ridge Dr Palmetto Woods Dr Tamarind Ridge Dr Svcamore Dr Napa Wood Way Boxwood Way Dogwood Way Lancewood Way Hawthorne Woods W Green Blvd West Cedar Tree Ln Westport Ln Sea Grass Ln Star Grass Ln Copper Leaf Ln Painted Leaf Ln Bathev Ln Grass alley from 29th PI SW & 32nd Ave SW SITE DESCRIPTION Logan Blvd to Collier Blvd Off Collier Blvd - south of Pine Ridge Rd Off Collier Blvd - south of Pine Ridge Rd Off Collier Blvd - south of Pine Ridge Rd LOGAN BLVD AREA Off Logan Blvd Off Logan Blvd Off Logan Blvd Off Logan Blvd Off Logan Blvd Off Logan Blvd Off Logan Blvd Off Logan Blvd SANTA BARBARA BLVD AREA GOLDEN GATE PARKWAY AREA GOLDEN GATE CITY AREA East of Santa Barbara Blvd. Grass alley from 54th Terr SW -Hunter Blvd INorth of Coronado Pkwy Grass alley from Hunter - 50th Terr SW INorth of Coronado Pkwy Grass alley from 50th Terr SW & Lucerne North of Coronado Pkwy Rd. Grass alley from 24th Ave SW-22nd Pl SW West of Hunter Blvd. Grass alley from 22nd Pl SW-19th Ct SW l West of Hunter Blvd. Grass alley from 19th Ct SW-54th Terr SW I South of Hunter Blvd. Grass alley from 23rd Ct SW-22nd PI SW jEast of Hunter Blvd. ACRE 9.640C 0.490C 0.690C 0.140C o 0.970C 0.5000 0.650C w 0.450C oa 0.850C � 0.110C 9� 0.9000 0.250C ti 0 N 1.320C cD 0.690C N 0.440C " 0.610C 0.530C 0.520C v 0.260C Ni 0.460C z 0.2900 0.220C v 0.340C i 0.130C CO J U 0.450C v z 0.670C � 0.710C r m 0.410C = X W 0.360C m E 0.5000 5 M 0.640C a 0.410C [II1ii1Z1 Page 12 of 16 Packet Pg. 647 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING I SITE AREA I SITE DESCRIPTION I ACRID Grass alley from 22nd Ave SW-20th Ct SW jEast of Hunter Blvd. Grass alley from 19th Ct SW-55th St SW INorth of Hunter Blvd. Grass alley from 23rd Ave SW -20th PI SW lWest of Sunshine Blvd. Grass alley from 20th PI SW-18th Ct SW Grass alley from 17th Ave SW & 18th Ct SW Grass alley from 46th Terr SW & 45th St SW Grass alley from 46th Terr SW & 45th Terr SW Grass allev from 20th Ct SW -Sunset West of Sunshine Blvd. West of Sunshine Blvd. East of Sunshine Blvd. South of Sunset Blvd. East of Sunshine Blvd. Grass alley from 23rd Ave SW-20th Ct SW I East of Sunshine Blvd. Grass alley from 17th Ave SW & 18th PI SW JEast of Sunshine Blvd. Grass alley from 16th Pl SW & 18th Ave SW J West of 40th Terr SW Grass alley from 23rd PI SW & 22nd Ave West of 41st St SW SW Grass alley from 22nd Ave SW & 20th PI West of 41st St SW SW 2565 55th Terrace SW County -owned lot (entire area inc. ROW) LIVINGSTON WOODS AREA - DO NOT CUT HUNTERS Old Livingston Rd Daniels Rd Sandalwood Ln Sabal Ridge Ln Bottlebrush Ln Livingston Woods Ln Sol St OAKES BLVD AREA English Oaks Ln East Of Oakes Blvd Bur Oaks Ln East Of Oakes Blvd Bur Oaks Ln West Of Oakes Blvd Shady Oaks Ln East Of Oakes Blvd Standing Oaks Ln East Of Oakes Blvd Golden Oaks Ln East Of Oakes Blvd Spanish Oaks Ln East Of Oakes Blvd Hidden Oaks Ln Of Oakes Blvd Autumn Oaks Ln Of Oakes Blvd Autumn Oaks Ln Of Oakes Blvd 0.530C M 0.7000 .3 0 0.720C c a� 0.560C �a w 0.440C xi O 0.4000 ti 0.790C Ellti 0 0.560C 0 0.610C M N 0.380C LU a 0.410C w c� a 0.4000 cn O 0.510C Q U 0.260C OJ i co w 1.820C v 0.160C v 0.330C z 0.230C § 0.130C 0 1.630C ' r 0.530C m_ x 0.330C w 0.450C 0.1000 0.320C c� 0.680C Q 0.4000 0.590C 0.4000 0.9000 0.1000 Page 13 of 16 Packet Pg. 648 EXHIBIT I 16.A.14.d 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA Cassena Rd (across from 796, 835) Hickory Rd (next to 136, from 124-196, across from 741) Tupelo Rd (across from 134) Carica Rd (next to address 566) Ridge Dr (across from 549) Caribbean Rd (Vacant Lots - Lot 2 across from Lot17, and Lot 150 across from Lot East Access Old US 41 Business Lane Dump Sites & ROW (off Old 41) Auto Ranch Rd Fritchey Rd Greenway Rd James Rd Lake Park Blvd. Myrtle Ln Price St Riggs Rd Trinitv Pl hL SITE DESCRIPTION PINE RIDGE ESTATES vacant lots MISC IN NORTH NAPLES Mowing to include the fenced unimproved ROW from Old 41 east to drainage ditch & the dump site location east of the drainage ditch off of Business Lane to the cleared area adjacent to the old railroad ROW. EAST US 41 AREA vacant lots vacant lots vacant lots vacant lots vacant lots vacant lots vacant lots vacant lots vacant lots ISLE OF CAPRI AREA Capri Blvd Port An Prince (to Isle of Saint Thomas) Collier to sidewalk Mainsail Dr ROW at vacant lots; medians COUNTY BARN AREA Adkins Ave ivacant lots MISCELLANEOUS SOUTH END Saba] Palm (North side only, to asphalt - south end Verona Walk to end asphalt IMMOKALEE AREA Stockade Rd Off S 1 st St Immokalee Stockade Rd Sgt Joe Jones Rd to End Bethune Dr Calle Amstad Carson Rd Experimental Dr. (CR 894) ACRE', 0.120C tM 0.7200 E 0 0.060C 2 0.1000 d 0.070C E LU 0.180C 0.1000 ti N 8.840C ti 0 N 5.990C M N w O 4.260C 1.5000 v 0.690C ai 0.330C z 1.340C 0 1.000C v 0.750C 0 3.2000 cnLU 1.570C U U 3.220C O z_ 0.520C § O 2.5000 0.350C m_ x X ul 0.9000 m E 0.680C I.110C Q 0.740C 0.810C 3.7000 1.000C Page 14 of 16 Packet Pg. 649 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA SITE DESCRIPTION ACRE', Madison Ave Mowing acreage includes cleared ROW at the north end of Madison (SR 29) 2.930o W Eustis Ave 0.350a Lake Trafford Rd Pepper Rd to N 15th St 6.950o Pepper Rd 1.800a Westclox St North and South Side of Westclox St from Carson Rd to SR 29. 8.250C c 3 0 d E d 0 M Lu otS O N ti ti O N M N T v Q Page 15 of 16 Packet Pg. 650 16.A.14.d EXHIBIT I 30 DAY RURAL, LARGE MACHINE MOWING SITE AREA SITE DESCRIPTION ACRE', LEE CYPRESS t 7Dr 0.230C 0.230C Church St 0.320C Gladys Ct 0.180C Lee Cypress Dr 0.130C McBeth Way 0.210C Old Train Ln 0.220C Scenic Dr Paved Portion 2.540C Swain St 0.210C COUNTY ROADS CR 850 SR 82 to Lee County 34.0001 CR 92 US 41 to Goodland Bridge 22.0001 CR 846 Shady Hollow to Eustis Ave 98.0001 CR 846 E SR 29 to Hendry County 62.0001 County Line Rd (CR 858 N) CR 846 E to CR 858 E 64.1801 Oil Well Rd - CR 858 Unimproved lots from Everglades to Camp Keais; 29-Camp Keais (north/south ROW)- Prison-29 (north/south ROW) 60.0001 Oil Well Rd - CR 859 Camp Keais Rd 41.0001 White Blvd Collier Blvd to 23rd St SW 1.080C Golden Gate Blvd East of Everglades after curbed road to end 5.120C Wagon Wheel Rd. SR 29 to Turner River Rd., N 27.3001 Turner River Rd, N/CR 839 (north of Wagon Wheel) North of Wagon Wheel Rd. 45.8001 Turner River Rd, S/CR 839 US 41 to Wagon Wheel Rd. 19.2401 Birdon Rd./CR 841 US 41 to Wagon Wheel Rd. 11.7701 TOTALI 1869.34( c 3 0 d E d 0 w w 06 O w ti N ti ti 0 N O M N T w O a w U a co z O Q 0 O J I w J U U O z_ O H 00 2 x W c m E t c� Q Page 16 of 16 Packet Pg. 651 EXHIBIT I 30 DAY URBAN SMALL INTERMEDIATE MOWING IMMOKALEE AREA SITE AREA SITE DESCRIPTION 2nd Ave 6th Ave West ROW (southbound) of the west north and 6th Ave Circle southbound segment of 6th Ave Cir. From property line to edge of pavement. 7th Ave 8th Ave Adams Ave E Adams Ave W Airport Access Rd Alachua St Alachua St Apple St Bass Rd Booker Blvd Boston Ave Camellia Ave Carver St Charlotte ST Colorado Ave Dade St Doak Ave E Delaware Ave E Eustis Ave Eden Ave El Paso Trail Escambia St N 18 St to end N 1 St to Alachua ST Immokalee Dr to Hendry St Airport Access Rd New Market Rd to Roberts 16.A.14.d ACRES 0.07 c 0.08 .3 0 c a� 0.12 E �a w 0.11 06 0.02 0.57 ti Ell ti 0.12 N 0 It 0.03 0.12 w 0.11 w c� 0.09 a� z 0.09 0 Q 0.15 J 0.16 co w J 0.05 U 0.20 0 z 0 0.05 0.07 r 0.07 X 0.05; W c m 0.29 E M 0.28 Q 0.06 0.17 0.07 I Packet Pg. 652 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA SITE DESCRIPTION ACRES Fahrney St 0.14 Flagler St Calle Amstad to Washington Ave 0.28 3 Forrester Ave 0.05 0 Gaunt St 0.07 E Glades St m 0.06 w Gladiola St 0.10 06 O Habitat Center 0.02 ti N Hancock St 0.09 ti 0 N Indian River St 0.04 0 Jackson St 0.04 N JEFFERSON AVENUE w O N 1st -Nixon Dr Q 0.16 w c� Q SR 29-Nixon Dr 0.66 NI Main to SR 29 z 0.06 O Q Jones St 0.13 V O J I LAKE TRAFFORD ROAD co w J U N 15th St to Jefferson Ave 0.35 v O Lee St 0.08 z Manatee St 0.12 O Maple Dr 0.05 m Mimosa Ave 0.03 X w Miraham Dr 0.07 m Miraham Ter 0.11 M Monroe St 0.21 Q N 1 St 0.07 N 11 St 0.55 N 15 St 0.33 Packet Pg. 653 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA SITE DESCRIPTION ACRES N 16 St 0.13 N 17 St 0.06 N 18 St South of Lake Trafford Rd 0.20 N 18 St Leed to end 0.07 N 19 St Lake Trafford to Leed 0.14 N 3rd St 0.02 N 6 St 0.08 N 7 St 0.13 N 8th St 0.04 N 9 St 0.14 Nassau St 0.08 Nixon Dr 0.08 Okeechobee St 0.07 Orange St 0.05 Orchid Ave 0.23 Palmetto Ave 0.06 Pear St Guardrail at north end of Pear St. Cut around and under. 0.02 Perch PL 0.08 Pinellas St 0.14 Plum St Guardrail at nort end of Plum St around and under 0.02 Poinsettia St 0.06 Price Ave 0.08 Raulerson Rd 0.11 S 2 St 0.18 S 3rd St 0.10 S 4 St 0.10 a� c 3 0 c as E as �a w 06 O w ti N ti 0 N r m_ x X W c m E M Q Packet Pg. 654 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA SITE DESCRIPTION ACRES S 6 Ct 0.38 S 6th St 0.35 S 7 St Colorado to Main 0.04 S 8th St 0.03 S 9 St West ROW 1' behind sidewalk to edge of pavement. From Boston Ave to SR 29., and west ROW from Doak Ave to Eustis Ave. 0.38 Santa Rosa Ave 0.01 School Dr 0.27 School Rd 0.12 SE 11 St 0.23 SE 13 St E Delaware to S end 0.31 SR 29A (New Market) 0.05 Tangerine St 0.56 Taylor St 0.59 Taylor Terr 0.08 Tippins Terr 0.05 Tyler Ave 0.31 W Delaware Ave 0.20 W Main St 0.04 Warden Ln 0.02 Washington Ave 0.14 Wells Ave 0.02 ROBERTS AVENUE Nixon to SR 29 0.12 SR 29 to west end of county maint 0.11 a� c 3 0 c a� E m �a w 06 O W ti N ti 0 N r m_ x X W c m E M Q Packet Pg. 655 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA SITE DESCRIPTION ACRES HAMMERHEADS West of Desoto Blvd. S 2nd, 6th, 8th, 1 Oth, 12th, 16th 1.08 West of Desoto Blvd. S 4th 0.05 East of Desoto Blvd. S 4th, 6th, 1 Oth, 12th, 14th, 16th, 20th 0.35 West of Everglades Blvd. N 2nd, 6th 0.10 East of Everglades Blvd. N 2nd, 4th, 6th 0.15 West of Everglades Blvd. S l2th, 16th, 18th (20th) 0.43 East of Everglades Blvd. S 12th, 18th 0.28 East of Everglades Blvd. N 8th, 1 Oth, 12th, 14th, 16th 0.29 West of Everglades Blvd. S 1 Oth 0.23 West of Everglades Blvd S 2nd 0.18 West of Everglades Blvd N 1 Oth, 12th, 14th 8th 0.47 West of Everglades Blvd S 4th, 6th, 8th 0.21 East of Everglades Blvd S 2nd, 4th, 6th, 8th, 1 Oth, 14th, 20th 0.76 Wilson Blvd N (N of CR846) North of 25th Ave NE 0.19 2nd St NE (East of Wilson Blvd N) North of 25th Ave NE 0.10 4th St NE North of CR846 0.07 West of Everglades Blvd S 20th 0.12 West of Wilson Blvd 18th 0.12 West of Wilson Blvd 20th & 24th 0.35 West of Wilson Blvd 12th Ave NW 0.14 West of Wilson Blvd 14th Ave NW 0.15 West of Wilson Blvd 16th Ave NW 0.12 West of Wilson Blvd Jung Blvd West 0.14 East of Wilson Blvd 1 Oth Ave NE, 12th Ave NE, 14th Ave NE, 16th Ave NE, 18th Ave NE, Jung Blvd E, 24th AVE NE 1.04 West of 8th St NE Jung, 18th, 20th, 24th 0.84 a� c 3 0 c a� E 0 �a w 06 O ti N ti 0 N Q Packet Pg. 656 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA SITE DESCRIPTION ACRES West of 8th St NE 1 Oth Ave NE, 12th Ave NE, 14th Ave NE, 16th Ave NE 0.69 East of 8th St NE Jung, 18th, 20th, 22nd, 24th Ave NE 0.41 North of 25th Ave NW 2nd St NW 0.11 North of 25th Ave NW 4th St NW 0.04 North of 25th Ave NW 6th St NW 0.14 North of 25th Ave NW 8th St NW 0.09 West of Desoto Blvd N 1 Oth, l2th,14th,16th Ave NE 0.56 West of Desoto Blvd N 8th Ave NE 0.12 West of Desoto Blvd N 6th Ave NE 0.26 West of Desoto Blvd N 4th Ave NE 0.17 West of Desoto Blvd N 2nd Ave NE 0.17 East of Desoto Blvd N 4th Ave NE 0.15 East of Everglades Blvd. N 41 st Ave NE 0.13 East of Everglades Blvd. N 45th Ave NE 0.18 East of Everglades Blvd. N 47th Ave NE 0.18 East of Everglades Blvd. N 48th Ave NE 0.28 West of Everglades Blvd. N 41 A Ave NE 0.16 West of Everglades Blvd. N 43rd Ave NE 0.14 West of Everglades Blvd. N 45th Ave NE 0.18 West of Everglades Blvd. N 47th Ave NE 0.18 West of Everglades Blvd. N 48th Ave NE 0.18 North of Golden Gate Blvd. E 1 Oth St NE 0.13 North of Golden Gate Blvd. E 14th St NE 0.13 CR850 Corkscrew Rd/private road SW of SR 82 #30022 0.140 Q Packet Pg. 657 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA SITE DESCRIPTION ACRES RANDALL BLVD - BRIDGE NUMBERS 718thAve., NE (between 16th St. & Everglades Blvd.) #34042 0.140 18th Ave., NE (between Everglades Blvd. & Desoto Blvd.) #34044 0.120 East of 16th St. #34048 0.170 Between Everglades Blvd. & Desoto Blvd. #34050 0.120 EVERGLADES BLVD - BRIDGE NUMBERS 43rd Ave., NE #34052 0.060 56th Ave., NE #34054 0.030 PORT AU PRINCE ROAD (SOUTH OF 41 ON COLLIER BLVD) Salinas Dr. Area at end of road at canal. 0.020 Ocho Rios St East and west side at canal intersection to end of roadway minus improved property. 0.110 Moon Bay St. East and west side at canal intersection half way down road and area at end of road at canal. 0.070 Isle of St Thomas St Area at end of road at canal. 0.020 Capri Blvd Guardrail North and South 0.070 CR 92 (US 41 TO GOODLAND) - BRIDGE NUMBERS CR 92-San Marco Rd. (Goodland Bridge) & western median at intersection with Goodland Dr. #30184 0.670 CR 92-San Marco Rd. (Ted Curcie Rd.) #34122 0.040 CR 92-San Marco Rd. (SW of US 41) #34128 0.110 GOODLAND DRIVE Goodland Dr ROW west side 0.460 Goodland Dr ROW east side 0.520 c 3 0 2 c d E d w otS O x N I,- 1- 6 N O M N T v w O a o: w U a co z 0 Q t� O J I Cn w J U U O z_ 0 2 Q Packet Pg. 658 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA I SITE DESCRIPTION ACRES CR 29 & PLANTATION PARKWAY North of Everglades City #30122 0.780 North of Chokoloskee #30161 0.190 Plantation Parkway #30210 (34002) 0.320 Demere Ln. Vacant lot (ROW only) 0.030 Smallwood Dr. Vacant lot (ROW only) 0.030 Chokoloskee Dr. 3 vacant lots (ROW only) at the corner of Worley St 0.120 TURNER RIVER ROAD (CR 839) NORTH US 41 TO NORTH OF I-75 - BRIDGE NUMBERS Turner River Rd. (north of Wagon Wheel) #30166 0.020 Turner River Rd. -over East Hinson Marsh #30168 0.110 Turner River Rd. -over East Hinson Marsh #30169 0.030 WAGON WHEEL (CR 837) - BRIDGE NUMBERS Wagon Wheel Rd. (east of Birdon) #30032 0.030 East of SR 29 #30165 0.030 BIRDON On Birdon Rd. (south of Wagon Wheel) Bridge #30147 0.080 On Birdon Rd. (south of Wagon Wheel) Guardrail east and west ROWS on Birdon Rd. at 41. Behind, under, and in front of guardrail. 0.100 JANE'S SCENIC DRIVE (COPELAND) Jane's Scenic Dr. (Copeland) Bridge #30157 0.030 Immokalee Road at Everglades Blvd. Guardrail 0.800 Immokalee Road at Sanctuary Road Guardrail at curve 0.490 Immokalee Road North of Jones Mining (flashinglight) Guardrail at box culvert 0.060 Plantation Parkway Guardrail over culvert crossing at the southern turn. 0.060 r m x X w c m E M Q Packet Pg. 659 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA SITE DESCRIPTION ACRES Chokokoskee Causeway Including picnic table area 5.100 CR 29 Guardrail Northbound & Southbound 3.270 c 3 Wildlife Crossing CR 846/West of Bridge #30160 1.340 0 Old US 41 Northside- Guardrial & edge of pavement 0.150 m COUNTY BRIDGES & GUARDRAILS w IMMOKALEE ROAD (US 41 TO EVERGLADES) 06 O Immokalee Rd. (East of Wildlife Bridge #30160 & Extended GR 1.240 Crossing) N ti On Wilson Blvd. (south of loth Ave.) Bridge #34032 0.150 N County Line Road - Cross Pipe Location Add guardrail area #1 (Coordinates X=567402.343018534 0 #1 Y=743163.029813729) ID # TBD 0.040 N County Line Road - Cross Pipe Location Add guardrail area #2 (Coordinates X=567368.140971349 #2 Y=749988.04354925) ID # TBD 0.040 County Line Road - Cross Pipe Location Add guardrail area #3 (Coordinates X=567221.444054373 w a 0.040 #3 Y=755707.723597516) ID # TBD Ni z WEST OF IMMOKALEE ROAD (ACROSS FROM THE FAIRGROUNDS) - BRIDGE NUMBERS 0 Q 33rd Ave., NW -Corkscrew Canal #34814 0.160 v O J I 35th Ave., NW -Corkscrew Canal #34815 0.160 w 37th Ave., NW -Corkscrew Canal #34816 J 0.160 U 39th Ave., NW -Corkscrew Canal #34817 0.160 z 41st Ave., NW -Corkscrew Canal #34818 0.160 O 43rd Ave., NW -Corkscrew Canal #34819 0.310 m CR 858 (EVERGLADES BLVD TO COUNTY LINE ROAD) _ X w East of Immokalee Rd. #34137 0.040 c m E of Everglades Blvd #30150 0.200 U M At SR 29 #34822 0.050 Q Oil Well Rd., east of SR 29 #30153 1 0.060 Oil Well Rd., east of SR 29 #30154 0.030 Oil Well Rd., east of SR 29 #30155 0.050 Packet Pg. 660 EXHIBIT I 16.A.14.d 30 DAY URBAN SMALL INTERMEDIATE MOWING SITE AREA SITE DESCRIPTION ACRES 7well, east of SR 29 7Guardrail 0.070 rth and south ROW of Oil Well Rd, east of Oil Well Rd., west of SR 29 Desoto, west of Oil Well Grade Rd. 0.110 Guardrail north and south ROW of Oil Well Rd, east of Oil Well Rd., west of SR 29 Desoto, west of Oil Well Grade Rd. Just west of farm 0.100 entrance. Behind, under, and in front of the guardrail south ROW, Oil Well Rd@ Camp Keais Rd and northeast corner of Oil Well Rd and Camp Keais Rd. 0.140 Guardrail in the south ROW of Oil Well Rd. east of Oil Well Rd., west of SR 29 Pacific Grade Rd, west of SR 29. Behind, under, and to 0.140 the pavement. Guardrail north and south ROWS of Oil Well Rd, east of Oil Well Rd., west of SR 29 Pacific Grade Rd, west of SR 29. Behind, under, and to 0.390 the pavement. Guardrail north and south ROWS of Oil Well Rd, east of Oil Well Rd., west of SR 29 Pacific Grade Rd, west of SR 29. Mow behind, under, and 0.270 to the edge of pavement. CR 846 EAST (SR 29 TO/AND COUNTY LINE ROAD) - BRIDGE NUMBERS Drainage canal (east of SR 29) #30136 0.200 Drainage canal #30137 0.120 Drainage canal #30138 0.100 Drainage canal #30139 0.100 Drainage canal #30140 0.170 Drainage canal (west of County Line #30141 0.100 Rd. Area around bridge and guardrail in north and south 846 East Bridge and Guardrail ROWS Just west of Thorp Rd. 0.160 East 846 east of Thomas Farm Rd west of Thorp Rd, Wildlife Crossing guardrail, under, to edge of pavement, and the area behind. 1.840 County Line Rd. (south of CR 846 E) #30158 (Immokale Area 0.090 ACREAGE TOTALS: 49.88 3 0 c d E d U) M w otS O x N ti ti 0 N O M N w O a w U a I co z O H Q t� O J I Cn w J U U O z_ O 2 Q Packet Pg. 661 EXHIBIT I 16.A.14.d BI-MONTHLY LARGE MACHINE MOWING SITE AREA SITE DESCRIPTION ACRES Plantation Island Area Flicker Ln. 0.12 Plantation Island Area Egret Ln. 0.07 Plantation Island Area Flamingo Dr. (east and west) 0.16 Plantation Island Area Spoonbill Ave. 0.06 Plantation Island Area Plantation Dr. 0.38 Bayshore Dr. Area Andrews Ave. 0.27 Bayshore Dr. Area Holly Ave. 0.1 Bayshore Dr. Area Pine Tree Ave. 0.33 Bayshore Dr. Area Woodside Ave. 0.35 County Barn Area Whitaker Rd. 1.43 County Barn Area Sunset Blvd. 3.48 County Barn Area Sandy Ln. 0.52 County Barn Area Polly Ave. 1.84 Immokalee Area Stokes Ave. 0.27 Totals 9.38 3 0 a� E w 06 0 w ti N ti 0 N 0 M N 0 z_ 0 2 a+ Q 1 of l Packet Pg. 662 16.A.14.e FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7727 for ROW & Easement Mowi THIS AGREEMENT, made and entered into on this day of 2020 by and between Caribbean Lawn & Garden of SW Naples FL., Inc. authorized to do business in the State of Florida, whose business address is 3307 Desoto Blvd S., Naples, Florida_34117 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETHI: AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing F■ upon the date of Board approval and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑i Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ F Invitation to Bid (ITB) ❑ theF # 20-7727 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. X The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 663 16.A.14.e 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 FO-1 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. • - -- -- -- 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ❑N Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 664 16.A.14.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. A"- 7-11 Mt-1 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3of17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 665 16.A.14.e Company Name: Caribbean Lawn & Garden of SW Naples FL., Inc. Address: 3307 Desoto Blvd S Naples, Florida 34117 Authorized Agent: Maria Caraza Vice President Attention Name & Title: Telephone: (239) 455-7278 E-Mail(s): Caribbean Lawns(a-earthlink.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: Albert English Division Name: Road Maintenance Division Address: 2885 Horseshoe Drive S Naples, Florida 34104 Administrative Agent/PM: Melissa Pearson Telephone: (239) 252-5591 E-Mail(s): Melissa. Pearson(a)_colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 666 16.A.14.e 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. FW 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. FN� 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. A Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 667 16.A.14.e ^�^ ^ have min imam limi4s of $---der slaiw- Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 668 16.A.14.e 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 Road Maintenance Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), A Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ R444 0 ITB/❑ 1-1+t,e- #20-7727 including Exhibits, Attachments and Addenda/Addendum, ❑ subsegteM qUE)te6-, ap ❑ 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7of17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) 1 Packet Pg. 669 16.A.14.e located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Pitied Term Service Multi -Contractor Agreement 2017.008 (Ver. I ) Packet Pg. 670 16.A.14.e 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. FN� CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. FN WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 671 16.A.14.e particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. FM-1 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. F■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 672 16.A.14.e foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. Otl Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 673 16.A.14.e F■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. FO-1 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ..... ._ _ .. ._ - - .... ._ - -- - -- --.._. . - - - ---• - - Z. Mv - - ---- - - - -- -- ------ - •- - -- .. . -- - .. .._. --- -- - - -- - .. _.. .- - - NW11111f".7, rim -- - -- --- •- -. .- ..- ... .- C. _ - 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) flcl,. Packet Pg. 674 16.A.14.e County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017,008 (Ver.1) - Packet Pg. 675 16.A.14.e IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller (SEAL) Dated: Contractor's Witnesses: 1 Ila, 1y�~ Contractor's First Witness TType/ rint witness nameT Cont actor' Second Witness l TType/print witness nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA In Burt L. Saunders Chairman Caribbean Lawn & Garden of SW Naples FL., Inc. Contractor N.. .aL_ ignature TType/print signature and title Page 14 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.I Packet Pg. 676 16.A.14.e Exhibit A Scope of Services ❑ following this page (pages 1 through 6 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 677 16.A.14.e ITB# 20-7727 ROW & Easement Mowing EXHIBIT A SCOPE OF SERVICES 1. MINIMUM REQUIREMENTS / EXPERIENCE There minimum requirements to perform services which include licensing, certifications, and documentation as listed below. 1.1. Landscape License 1.2. Maintenance of Traffic (MOT), Intermediate Level Certificate. 1.3. Equipment List: The county requests the Contractor provide a list of all company -owned and leased equipment to include make, model, year, size, and if it is owned or leased. If leased, provide the date the lease expires. 1.4. Experience: The county requests the bidder to provide a minimum of three (3) years' experience with mowing roadways. Include: Project Description, Work Specifications, Names and Telephone Numbers, Dates of Service, and Dollar Amounts. If the company is currently contracted with Collier County, submit a reference form listing the County Division(s) you are performing services. 2. SCOPE OF SERVICES Mowing services are in roadway medians, side right-of-way's, retention ponds, pond sites, swales, canals, or on other County maintained properties throughout Collier County. The Road Maintenance Division mowing schedules are on cycles ranging from 2 Week, 30 Day, and Bi-monthly. Additionally, litter and debris removal services may be requested. The Contractor shall provide labor, materials, equipment, and incidentals necessary to perform the work. 3. SPECIFICATIONS The bid prices include labor, equipment, materials, Maintenance of Traffic (MOT), weed eating, edging, trimming, hand weeding, blowing, litter/debris removal. Collier County reserves the right to add or delete mowing locations, mowing cycles, and suspend mowing cycles. Mowing sites may require modifications, such as, but not limited to seasonal conditions, lot developments, environmental conditions, construction, and land ownership. 3.1. Equipment: The Contractor shall have the following equipment to perform the services under this Agreement. The equipment shall be of adequate type and capacity to safely and efficiently perform services as described herein, and to meet the time constraints. There shall be no equipment downtime, Contractor is required to find other means to have equipment available, so there is no delay in performing services. The Contractor must routinely check, measure, balance, and sharpen mowing blades ensuring quality mowing cuts. All equipment shall have safety devices installed by the manufacturer and during operational hours to prevent objects being ejected into traffic and to prevent injuries. Any equipment found to be deficient in safety devices, the Contractor shall remove the equipment from service until the deficiency has been corrected. 3. L L Small Area Mowers (commercial grade) — used in areas such as, but not limited to, sidewalks and pathways, narrow shoulders, landscaped areas, narrow roadside ditch bottoms, raised landscaped median islands, are narrow width utility strips where intermediate and large mowing machines are not accessible. 3.1.2. Intermediate Area Mowers (commercial grade) - used in areas such as, but not limited to, shoulders, roadside ditch bottoms, raised median islands, various widths of utility strips where large machine mowers are not accessible, and it is not conducive to use small machine mowers. 3.1.3. Large Area Mowers (commercial grade) — large area mowing of shoulders, front and back slopes, roadside ditch bottoms, large median islands. 3.1.3.1. Mowers shall have a minimum of four (4), fifteen foot (15'), batwing mowers or the c 3 0 c m E m w 06 O Ix ti N ti 0 N M N Page 1 of 6 Packet Pg. 678 16.A.14.e equivalent to adequately complete mowing cycles within the work service period. 3.1.3.2. All large area mowers shall be equipped with the following: slow moving vehicle sign located at the mower rear; one (1) flashing amber light or one (1) white strobe light mounted on the equipment and it must have a minimum visibility of one (1) mile and operational during mowing; and eighteen inch (18") square, high visibility orange, warning flags mounted on each mowing deck that are properly placed so operator vision is not impaired when mowers are operational. 3.1.4. Stringy; Trimmers (Weed Eaters) - the reduction of vegetation from roadside obstacles shall be done with mechanical trimming equipment each time a site is mowed and, in all areas, that the mowing equipment is not accessible. 3.1.5. Mechanical Eder — Edging performed at Arterial and Collector roads as needed to keep curbs and sidewalks weed free. Edging shall be performed with rigid blade edging equipment or manual hand edger leaving a clean straight edge no more than one -inch (1") back from curbs and walks. 3.1.6. Blowers — removal of debris from hardscape areas away from traffic and storm drains following mowing operations. 3.1.7. Slope Mower or Arm - must have the ability to mow on slopes of 0° - 31' degrees. 3.1.8. Traffic Control Sims - Contractor shall have warning signs the read "Mowers Ahead." Signs must meet MUTCD specifications and place in the right-of-way facing each lane of traffic in both directions. Signage shall be placed at the beginning and ending limits of the work area. 3.1.9. Arrow Board - that provides maximum visibility for traffic direction through work zones. 3.1.10. Traffic Cones - must meet the requirements of MUTCD. 3.1.11. Support Vehicles - used for the mowing operations shall be equipped with a revolving or strobe light, and clearly marked with the Contractor's business name, business phone number, and the County license number on both driver and passenger doors at the Contractor's expense. 3.2. Mowing Services: The mowing specifications are outlined below so Bidders understand mowing requirements. Bid prices are inclusive of Maintenance of Traffic (MOT), litter and debris removal, edging behind curbs, hand pulling weeds, string trimming around all signs, mailboxes, fire hydrants, drainage structures, utility boxes/poles, guardrail posts, mowing areas behind guardrails, where mowers are inaccessible, the Contractor shall string trim to appropriate mowing heights. Provide services in full compliance of all applicable laws, rules, authorities, and regulations as required by local, state, and federal. 3.2.1. Mowing areas include medians, ROW, retention ponds, pond sites, ditches, swales, canals, and County owned or maintained property that may include non -ROW property. 3.2.2. When mowing within four (4) feet of the travel lance, operate the equipment in the same direction as traffic flow, unless the adjacent lane is closed to traffic; Mowers may operate in either direction when mowing more than four (4) feet from the travel lane; Park equipment left overnight in the ROW outside the clear zone; Do not leave equipment in medians overnight.; Service vehicles are prohibited in the medians except to remove disabled equipment. 3.2.3. Avoid mowing wet grass, operating mowing equipment with dull blades, or mowing at high speeds causing the grass to be torn or laid over. 3.2.4. Herbicides are strictly prohibited for edging. 3.2.5. Weeding is by hand removal or string trimming each time a site is mowed, and in all areas where mowing equipment is not accessible for well -maintained areas. Weeding areas include, but not Page 2 of 6 Packet Pg. 679 16.A.14.e limited to sidewalks, asphalt, around guardrail bases, tree grates, curb joints, and pavers at median tips. 3.2.6. Mowing services shall start AFTER all litter and debris has been removed. If mowing services results in litter and debris being shredded (confetti), due to Contractor's failure to remove the debris prior to mowing, the Contractor is liable to remove the debris immediately or return to the site within 24 hours to remove the shredded debris. 3.2.7. Water in swales with vegetation and weeds protruding above the water, contractor shall reduce the vegetation height to 12" above the water line or as directed by the Division. Mowed vegetation should be directed away from the water and it is not authorized to remain piled up. 3.2.8. Dry retention mowing grass height must not exceed eighteen inches (18"). Areas holding water, the contractor shall restrict mowing with a ten -foot (10') buffer from the water's edge. Mowing clippings shall be directed away from the water and not allowed to remain piled up. 3.2.9. Wet retention (ponds) mowing that is within ten feet (10') from the water's edge at the time of mowing, vegetation must be greater than 6 inches in height. Mowing clippings shall be directed away from the water and not allowed to remain piled up. 3.2.10. On the initial cutting cycle, mowing shall start at one end and proceed continuously toward the opposite end. Subsequent cycles will follow the pattern adopted from the first cycle, unless the Division Representative authorizes a change to the pattern. 3.2.11. Mowing shoulders and medians shall progress concurrently within the limits of the area being mowed so that not more than one (1)mile will be left partially mowed at the end of the working day. The cutting of grass and vegetation on slopes or around objects using hand tools shall also progress concurrently with the mowing operation. 3.2.12. At the end of each working day, all required mowing should be completed within the longitudinal limits worked. No more than one (1) mile may be left partially mowed. 3.2,13, Each cutting cycle shall be completed in its entirety prior to a new work issuance. 3.2.14. The Division Representative may cease mowing services if grass is saturated with water; It shall be the Division's discretion that the vegetation is cut to the water surface utilizing hand labor or other specialized equipment. Ditch bottoms or low lying areas that are able to be mowed without damaging turf or leaving ruts will be added to the cycle by the Division Representative. Grass that has grown to a level which appears to be outside the established mowing limits shall be mowed when directed. 3.2.15. With each mowing cycle string trim around sign posts and bases, delineator posts, fence lines, steel beam guardrails and posts, bridge and abutments, barrier walls, end walls, pipes, mitered ends, drainage structures, poles, guys (guy -wires), mailboxes, landscape plantings, trees, and all other obstacles to provide a neat and even appearance to the entire site. String trimming grass shall be at the same height as finished mowed areas. 3.2.16. With each mowing cycle, mechanical edge sidewalk edges, back of concrete curbs, pavers, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts, manholes, and other obstacles that require edging equipment. 3.2.17. All locations shall be cut completely with each mowing cycle. There are no partial cuts or partial payments unless specifically agreed to by both parties prior to the partial mowing. If the Contractor fails to complete a cycle within the timeframe provided by the County Representative, a non- performance penalty of five percent (5%) may be assessed for the entire mowing cycle acreage total. 3.2.18. Mow within one to two feet (1' — 2') of waterline, tree line, fence line, or ROW line to the extent of a batwing mowers reach as conditions allow. Mow all other ROW areas, including steep slopes and wet areas within one to two feet (1' — 2'). 3.2.19. Slope or arm mower is required for mowing locations on a slope or deemed unsafe for a conventional style mower. Slope area types include, but are not limited to, steep slopes, roadside ditch sides and bottoms, canal banks, intersections, overpasses, etc. Slope mowing ratio is 1:3 or less. 3.2.20. There shall be no "scalping." The Contractor is solely responsible in repairing and paying for damages. 3.2.21. Following mowing, edging, weeding, and string trimming, the surrounding areas shall be clear of grass clippings, leaves, debris, litter from roadways, bicycle pathways, sidewalks, curbing, gutters, and other hardscapes in the right-of-way. A two -foot (2') wide area measured from the face of the c 3 0 c m E m w 06 O ti N ti 0 N 0 M N Page 3 of 6 Packet Pg. 680 16.A.14.e curb and gutters, including turn lanes and medians, shall be cleaned or cleared on each cycle to remove any accumulation of any debris or growth to maintain a neat and safe condition. Do not leave large clumps of grass clippings in the roadways, mowing areas, or on sidewalks or pathways. Roadways, parking lots, curb and gutter, sidewalks, and bike paths shall be blown free of grass clippings and debris. Do not direct debris or litter into storm drains, ditches, conveyances, water bodies, roadways, or any other impervious surfaces. All curbs and hardscapes in the mowing areas are to be cleaned of debris with each visit. 3.3. Service Type/Cycle: Mowing cycles are dependent upon seasonal conditions and budgetary limitations and may be increased and decreased as deemed necessary. These cycles may not apply to other Divisions within the County. 3.3.1. Small & Intermediate Mowing: includes, but not limited to, areas inaccessible by wide -area mowing equipment. The areas may consist of shoulders, narrow shoulders, sidewalk shoulders, landscape shoulders, roadside ditch bottoms, narrow roadside ditch bottoms, raised curb median islands, raised landscape median islands, guardrail areas, various widths of utility strips, and similar areas. 3.3.1.1. Mowing Cycles durations are 14 or 30 days for 2 Week Aquatic, 2 Week Urban, 30 Day Aquatic, 30 Day Urban, 30 Day Bi-Monthly (every other month), or as requested. 3.3.1.2. Small machine mower widths are 12 inches to 23 inches, and intermediate machine mower widths are 24 inches to 83 inches. 3.3.1.3. Grass heights are no less than three and one-half inches (3-1/2") and shall not exceed five inches (5"). 3.3.2. Large Machine Mowing: includes, but not limited to, ROW, shoulders, slopes, ditches, large median islands, and storm water retention areas. 3.3.2.1. Mowing Cycles is 30 Day Rural, or as requested. 3.3.2.2. Mow to the established limits and to the water's edge, if applicable. 3.3.2.3. Rural mowing cut height shall not exceed five -inches (5"). 3.3.2.4. Mower cutting widths are 72 inches and above. 3.3.2.5. The equipment shall have the capability to adjust cutting heights to four inches (4") up to 12 inches. 3.3.3. Litter and Debris Removal: A separate line item to allow County Staff to request services for litter and debris removal. Please note: this line item is not used in conjunction with mowing services; those services includes litter and debris removal in the unit price. This is a stand-alone line item. 3.3.3.1. Litter and debris removal includes, but not limited to cans, bottles, paper, junk, garbage, tires, tire treads, lumber, vehicle parts, metal, brush, and sand/dirt accumulation along curbs, pathways, or catch basins. 4. GENERAL INFORMATION 4.1. Initial Site Visits: Before the Contractor begins work, the Contractor and County Representative, shall meet on site to identify the work areas and limits, maintenance responsibilities and expectations, and to discuss any relevant issues. 4.2. Contractor's Work Schedule: Contractor's shall provide work schedules before starting work; THIS IS A MANDATORY REQUIREMENT. Work schedules are Monday through Friday, when County offices are open, unless approved by the Division. The schedules must include service dates, times, and locations. If the contractor changes the work schedule from what was originally submitted, they shall immediately notify the Division Representative. a� c 3 0 c m E m w 06 O ti N ti Pr 0 N 0 M N Page 4 of 6 Packet Pg. 681 16.A.14.e 4.3. Damages: The Contractor shall take precautionary measures to prevent damages with property or objects. Any damages to signs, guardrails, mailboxes, fire hydrants, drainage structures, utility boxes, curbs, gutters shall be reported by the Contractor to the County Representative in writing via email within 24 hours. The Contractor shall report stop sign damages to the County Representative immediately by phone call and then followed up in writing and sent via email. Any damages by the Contractor's crews shall be repaired or replaced at the sole expense of the Contractor within 14 calendar days from when damaged occurred, or at a schedule agreed upon by the Division Representative. It shall be the Division's discretion to withhold estimated repair costs from an invoice until repairs are completed and accepted by the Division Representative. 4.4. Delays: The Contractor shall notify the Division Representative for inclement weather delays immediately via phone call. 4.5. Operational Hours: Services are in daylight hours no earlier than 7:00am and crews may work up to dusk hours; Monday through Friday when County offices are open; unless the Division Representative approves different hours and days. 4.6. Maintenance of Traffic (MOT): Contractor is responsible in maintaining MOT Intermediate Level Certification to perform services in the ROW and medians. Contractor shall have MOT devices for adequate traffic control, and depending on the roadway, it may include signage, arrow boards, message boards, warning devices, barriers, and flagmen. 4.6.1. MOT is required for the safety and protection of Contractor's employees and motorists during the performance of services in the ROW and medians. 4.6.2. Contractor's sole responsibility for safety in the work zone. 4.6.3. MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD) 4.6.4. Contractor or sub -contractor will be required to have current FDOT approved MOT Intermediate Level Certification for FDOT, Design Standards, 600 series for work in ROW medians and roadways. 4.6.5. Contractor's employee responsible for the setup and maintenance of the traffic control plan shall possess FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of the initial contact for work zone safety issues. 4.7. Payment Measurement Methods: Unit of measure for all line items is by acre. Invoices shall be as follows for the following services line item categories. 4.7.1. Small & Intermediate Machine Mowing (2 Week Urban, 2 Week Aquatic, 30 Day Aquatic, 30 Day Urban, and Bi-Monthly) 4.7.2. Large Machine Mowing (30 Day Rural, Slope, and Hand/Bridge). 4.7.3. Litter/Debris Removal (litter and debris removal is included with mowing cycles. This line item is an additional service). 4.7.4. Additional Fee: This line item is for mowing requests that are less than one (1) acre. The Contractor may invoice a $100.00 fee plus the mowing line item category to compensate the Contractor for mowing smaller areas. 4.8. Reporting, Inspections and Work Spreadsheet (if applicable): The Division Representative will provide the Contractor with maps and spreadsheets for mowing cycles which has the site areas, site descriptions, and acreages to be mowed. The Contractor shall complete the work spreadsheet following each completed cycle and email to the County Representative within 48 hours for inspections, and it shall be submitted with the invoice as backup. Onsite inspections may occur randomly by the County while the Contracting performing services. Page 5 of 6 Packet Pg. 682 16.A.14.e 4.9. Vehicles & Trailers Markings: The Contractor shall have vehicles and trailers clearly displayed with the Contractor's business name and phone numbers during working hours. 4.10. Key Personnel: Contractor shall provide the Division with key personnel as a point -of -contact that is readily available while services are being performed. 4.10.1. Key Personnel Contact information must be provided to the County Representative at the contract kick-off meeting. It must include email addresses, business and cellular phone numbers. 4.10.2. Contractor employees must be English speaking and be able to effectively communicate with County Staff. 4.10.3. If essential personnel is absent, the Contractor shall immediately notify Division with substitution personnel providing their names and contact information via email. 4.10.4. Division reserves the right to remove key personnel from the contract that fails to communicate with staff. 4.11. Meetings: Either party may request meetings throughout the contract term, and it may require mandatory attendance. There are no additional costs to the County for these meetings. 4.12. Compensation: Payment approval for invoice submissions must be accurate and complete with details for services performed or commodities purchased. Invoices for completed services shall be submitted to the Clerk of Courts, Finance Division, within seven (7) calendar days. 4.12.1. Division Representative shall review invoices for commodities received and for services rendered. 4.12.2. Division Representative shall reject invoices that are inaccurate and without sufficient backup documentation. 4.12.3. At minimwn, invoices must include the Division Name, Contract Number, Purchase Order Number, Work Order Number (if applicable), Service Details (line item numbers and descriptions). Page 6 of 6 Packet Pg. 683 16.A.14.e Mmm _� Fee Schedule following this page (pages 1 through Page 16 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 684 16.A.14.e ITB# 20-7727 "ROW & Easement Mowing" EXHIBIT B FEE SCHEDULE CARRIBEAN LAWN & GARDEN OF SW NAPLES FL., INC. PRIMARY CONTRACTOR ITEM CATEGORY DESCRIPTION UOM UNIT* PRICE 1 Large Machine Mowing with MOT Small & hntermediate Machine Mowing with MOT Aquatic Small & Intermediate Machine Mowing with MOT Litter Pickup and Debris Removal with MOT Fee for Small Mowing Areas Acre Acre Acre__L Acre Acre $25.00 $95.00 $95.00 1 $10.00 $100.00 2 3 4 5 *Prices shall remain firm for the initial term of this contract. Page 1 of 1 Packet Pg. 685 16.A.14.e Other Exhibit/Attachment Description: ❑ following this page (pages through ) ❑ this exhibit is not applicable Page 17 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 686 � 16.A.14.f I ACORO CERTIFICATE OF LIABILITY INSURANCE DATE IN ll..� 1 05/05/2020 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 c this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: gill Falcone Arnold and Barton Insurance Group AICONNo Ext: (239) 331-8595 A/� No: (239) 331-8589 700 11th Street South E-Mr,nccAIL ¢c. BiII(aDabnaDles.com Naples FL 34102 INSURED Caribbean Lawn and Garden of SW Naples, Inc PO Box 990866 INSURERS AFFORDING COVERAGE NAIC # INSURERA: CLEAR BLUE INSURANCE COMPANY INSURERB: EVANSTON INSURANCE COMPANY INSURER D : I Naples FL 34116 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000.00 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000.00 MED EXP (Any one person) $ 5,000.00 PERSONAL & ADV INJURY $ 1,000,000.00 A Y Y BIFL11404202 11/13/2019 11/13/2020 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000.00 POLICY ❑ JECT PRO � LOC X PRODUCTS - COMP/OP AGG $ 2,000,000.00 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ 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 $ Pollution Liability GENERAL AGGREG) 1,000,000 B y y PLU3499657 10/03/2019 10/03/2021 EACH OCCURRENC 1,000,000 DESCRIPTION OF OPERATIONS / 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, Or Collier County Included as an additional insured under the caption Commercial General Liability and Pollution Liability Policies on a primary and noncontributory basis if and the extent required by written contract #20-7727, Row & Easement Mowing CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E Naples 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 FL 34112� - c 3 O C 0) E d N fC W 06 O W ti N ti ti O N O M N © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 687 16.A.14.f A CERTIFICATE OF LIABILITY INSURANCE DATE 05/06/2020 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 be endorsed. If SUBROGATION IS WAIVED, subject to tl terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to tl certificate holder in lieu of such endorsement(s). PRODUCER Brian Glaeser Insurance NAME" 3765 Airport Pulling Rd N Ste 101 n/CC,No Ext:239-774-0665 A/C No:239-774-5581 E-MAIL O Naples FL 34105 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : 25178 INSURED CARIBBEAN LAWN & GARDEN OF INSURERB: SW NAPLES FL INC. INSURERC: PO BOX 990866 INSURER D : NAPLES FL 34116-6046 INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 GENERAL LIABILITY El El OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED DAMAGE PREMISES Ea Occurrence) ccurrence $ CLAIMS-MADE1:1 OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PRO JECT ILOC $ AUTOMOBILE LIABILITY El El COMBINEDCOMBINED SINGLE LIMIT accident $ 2,000,01 ANY AUTO 482 0732-F25-59 06/25/2020 12/25/2020 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS AUTOS r $ UMBRELLA LIAB OCCUR ❑ ❑ EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE WC STATU- I JOTH- TORY LIMITS I ER E.L. EACH ACCIDENT $ OFFICE/MEMBER EXCLUDED? ❑ N / A ❑ E.L. DISEASE - EA EMPLOYE $ (Mandatory in NH) E.L. DISEASE - POLICY LIMIT I $ If yes, describe underr)r_qr.P1PT10N OF OPERATIONS below _F El El DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Collier County Board of County Commissioners, Or, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County is additional insured. Covers is primary and non-contributory. CERTIFICATE HOLDER CANCELLATION Collier County Board of Commissioners 3295 Tamiami Trail East 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 � � I 5 41� © 1988-2010 AC( ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD CORPORATION. All rights reserved. 100148 Packet Pg. 688 16.A.14.f CERTIFICATE OF LIABILITY INSURANCE 5/5/ 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: _ z Insurer E: Coverages C 3 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 0 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 d LTR INSRD Type of Insurance Policy Number Date y (MM/DD/YY) (MM/DD/YY) rn ca GENERAL LIABILITY Each occurrence W 06 Commercial General Liability Damage to rented premises (EA Claims Made Occur occurrence) 0 Med Exp I, - Personal Adv Injury N General aggregate limit applies per: Policy ❑Project ❑ LOC General Aggregate ' CD N Products - Comp/Op Agg . . AUTOMOBILE LIABILITY Combined Single Limit O M (EA Accident) N Any Auto v Bodily Injury All Owned Autos O (Per Person) N Scheduled Autos O Bodily Injury Hired Autos N Non -Owned Autos (Per Accident) U-) d Property Damage () C (Per Accident) l0 L EXCESS/UMBRELLA LIABILITY Each occurrence 3 = Aggregate Occur ❑ Claims Made =I Deductible A Workers Compensation and WC 71949 01/01/2020 01/01/2021 X I WC Statu- OTH- L Employers' Liability tory Limits ER 0 E.L. id h A Ea ch acAccident 000000 $1 ,, Any proprietor/partner/executive officer/member = ?� E.L. Disease - Ea Employee $1,000,000 excluded? NO J If Yes, describe under special provisions below. a E.L. Disease - Policy Limits 1 $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 L Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 91-69-921 V Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": ti N Caribbean Lawn & Garden of SW Naples FL.,Inc. ~ Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL. CD N Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. r 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 = d Project Name: E t ISSUE 01-11-18 (TLD). REISSUE 10-25-18 (KLR). REISSUE 03-26-19 (KLR). REISSUE 11-08-19 (SS). REISSUE 05-05-20 (BP) w r Q Begin Date: 12/28/2017 CERTIFICATE HOLDER CANCELLATION COLLIER 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 BOARD OF COUNTY 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. 689 16.A.14.g Bids Received: ITB NO.20-7727 1-1 IS RIGHT-OF-WAY & EASEMENTS MOWING Bid Due Date: March 12th 2020 at 3:OOPM AENIOCATEGORY DESCRIPTION UOM QUANTITY APPROX. UNIT PRICE EXTENDED PRICE I Large Machine Mowing with MOT Acre 1878.00 $25.00 $46,950.00 2 Small & Intermediate Machine Mowing with MOT Acre 496.00 $95.00 $47,120.00 3 Aquatic Small & Intermediate Machine Mowing with MOT Acre 283.00 $95.00 $26,885.00 4 Litter Pickup and Debris Removal with MOT Acre 2640.00 $10.00 $26,400.00 5 Fee for Small Mowing Areas Acre 0-1 $95.00 $100.00 TOTAL BID $ 147,355.00 Please complete and include all applicable documents. YES OR NO Bid Schedule Complete YES Form 2: Vendor Check List YES Form 3: Conflict of Interest Affidavit YES Form 4: Vendor Declaration Statement YES Form 5: Immigration Affidavit Certification YES Form 6: Vendor Substitute W — 9 YES Insurance Requirements YES E-Verify YES SunBiz YES Addenda YES Local Vendor Preference YES Landscape License YES Experience Document YES Maintenance of Traffic, Intermediate Certification YES Equipment List YES Opened By: Witnessed By: Bid Open Date: O M N r 76 rn O IZ O L a C O •L U r I N r r O N c O E t r Q Packet Pg. 690 � 16.A.14.g 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 Packet Pg. 691 16.A.14.g Cofer 0014ftty Administrative Services Division Procurement Services Date: February 13tE', 2020 Email: Patrick.Boyle(&colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 1 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 1 ROW & Easement Mowing The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added previous solicitation bid tabulation. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. yxi1-za� 2� 03-10-2020 (Signature) Date Caribbean Lawns and Garden of SW Naples FI Inc (Name of Firm) Packet Pg. 692 � 16.A.14.g Collier CoH.-Kty Administrative Services Department Procurement Services Division Form 2: Vendor Check List Updated: October 24t" 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: ® The Solicitation Submittal has been signed. ® The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. ® All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. ® Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. ® Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - h!W:Hdos.myflorida.com/sunbiz/. ® Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - https://www.e-veri ov/. ❑ Grant Provisions and Assurances package in its entirety, if applicable. ® Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: CARIBBEAN LAWN AND GARDEN OF SW NAPLES, FL INC Address: 3307 DESOTO BLVD S City, State, Zip: NAPLES, FL 34117 Telephone: _239-455-7278 Email: _CARIBBEANLAWNS@EARTHLINK.NET Representative Signature: Representative Name: MARIA CARAZA VICE PRESIDENT Date 03-11-2020 Packet Pg. 693 16.A.14.g 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: CARIBBEAN LAWN AND GARDEN OF SW NAPLES, FL INC Signature and Date: kX41 t Ze-' `21�� 03-11-2020 Print Name: MARIA CARAZA Title of Signatory: VICE PRESIDENT a� c 3 0 .r c m E d rn w O ti N r• ti 0 N O v M N 0 a 0 L a c M d •L U ti I N r` r` O N C GN E t U M r r Q Packet Pg. 694 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: 16.A.14.g 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 I day of _MARCH_, 2020_ in the County of COLLIER , 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: CARIBBEAN LAWN AND GARDEN OF SW NAPLES FL INC 3307 DESOTO BLVD S NAPLES, FL 34117 20-8700505 239-455-7278 MARIA CARAZA V.PRES am c .9 0 c m E m w c� ua 06 O W ti N ti 0 N O M N T_ Packet Pg. 695 16.A.14.g Additional Contact Information Send payments to: CARIBBEAN LAWN AND GARDEN OF SW NAPLES, FL INC (required if different from Company name used as payee above) Contact name: MARIA CARAZA Title: V. PRESIDENT Address: 3307 DESOTO BLVD S City, State, ZIP NAPLES, FL 34117 Telephone: 239-455-7278 a� c 3 0 2 Email: CARIBBEANLAWNS@EARTHLINK.NET c m E Office servicing Collier y County to place orders (required if different from 06 above) 3-1 Contact name: O Title: N ti ti Address: N City, State, ZIP 0 M N Telephone: 0 Email: CL 0 0 L a c a� •L U I ti N ti ti 0 N C N E t U r r Q Packet Pg. 696 16.A.14.g Collier C014-nty Administrative Services Department Procurement Services Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor's proposal as non- responsive https://www.e-verify.gov/. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name CARIBBEAN LAWN AND GARDEN OF SW NAPLES, FL INC Print Name MARIA CARAZA Title V. PRES SignatureDate _03-11-2020 am c 0 c m E m w c� ua 06 O W ti N r` 0 N M N r Packet Pg. 697 16.A.14.g collier county Administrative Services Deparhnent Procurement Services Division Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name _ CARIBBEAN LAWN AND GARDEN OF SW NAPLES, FL INC (as shown on income tax return) Business Name (if different from taxpayer name) Address _3307 DESOTO BLVD S City _NAPLES State FLORIDA Zip34117 Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address 3307 DESOTO BLVD S Address SAME City State Zip City _NAPLES State _FL Zip _34117 Email 2. Company Status (check only one) Email 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) Enter the tax classification 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 20-8700505 (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 ofperjury, I certify that the information shown on this orm is correct to my knowledge. Signature Date 03-11-2020 Title V.PRES Phone Number 239-455-7278 Packet Pg. 698 16.A.14.g COTP18r 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) ® Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non- permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ®Collier County or ❑ Lee County: _13 Number of Employees (Including Owner(s) or Corporate Officers):_15 Number of Employees Living in ® Collier County or ❑ Lee (Including Owner(s) or Corporate Officers):_15 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: CARIBBEAN LAWN AND GARDEN OF SW NAPLES, FL INC Date: 03-11-2020 Address in Collier or Lee County: _3307 DESOTO BLVD S NAPLES, FL 34117 Signature: kxa 6 q4 jz&�a,, Title: _V.PRES 1.0 LOCAL VENDOR PREFERENCE (LVP) Packet Pg. 699 16.A.14.g 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 m 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. Packet Pg. 700 16.A.14.g 4 6- Collier C014.nty Administrative Services Department EXPERIENCE Procurement Services Division Provide the firms three (3) years' experience that is similar to the Scope of Work and specifications. Input the Company Name, Brief Work Description (list the services that are provided), Start Date and End Date, Work Location, and Contract Amount. Company #1 Name Services COLLIER COUNTY R.O.W. EASEMENT MOWING FOR COLLIER COUNTY Start Date 06-2009 End Date 4-2014 Work Location (City & State) ALL THRU COLLIER COUNTY Contract Amount $1,000,000 Company #2 Name Services FERROVIAL SERVICE R.O.W. EASEMENT MOWING FOR STATE ROADS IN COLLIER COUNTY Start Date 2013 End Date FRESENT Work Location I STATE ROADS IN COLLIER COUNTY (City & State) Contract Amount $148,000.00 Company #3 Name Services COLLIER COUNTY SMALL MACHINE MOWING FOR VARIOUS COUNTY DEPARTMENTS Start Date 06-2009::::] End Date PRESENT Work Location (City & State) WATER DEPT, RECYCLING CENTER AND LANDFILLS Contract Amount $500,000.00 Packet Pg. 701 16.A.14.g W=9 Request for Taxpayer Give Form to the Form (Rev. November2017) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to wwwdrs.gov/FormW9 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. CARIBBEN LAWN AND GARDEN OF SW NAPLES, FL INC 2 Business name/disregarded entity name, if different from above M 3 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 following seven boxes. certain entities, not individuals; see a instructions on page 3): o ElIndividual/sole proprietor or ElC Corporation ❑,r S Corporation ElPartnership ElTrust/estate da di C single -member LLC Exempt payee code (if any) Tv ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► o 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 in 5 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 if an ( y) a w another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) C to 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) in 3307 DESOTO BLVD S 6 City, state, and ZIP code NAPLES, FL 34117 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SHowever, for a - m - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other 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 Employer identification number Number To Give the Requester for guidelines on whose number to enter. T2O - 8 7 0 0 5 0 5 rl Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 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 secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of(24 Here U.S. person Do -Date Do - General Instructions 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/FormM 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 (TIN) 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) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 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, later. to 3 O r+ C 4) d to cc LU 0 ti N ti 0 N O M N Cat. No. 10231X Form Packet Pg. 702 Form W-9 (Rev. 11-2017) 16.A.14.g Page 2 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. 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 28% of such payments. This is called "backup withholding." Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, 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. Civil 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. IM C 3 O c d E d N tv W O ti N 1- ti 0 N 0 M N O M O L. d c O GN V ti I N ti ti 0 N c d E s t� ev Q Packet Pg. 703 Form W-9 (Rev. 11-2017) 16.A.14.g Page 3 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 1 a. 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 LLC. 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 DBA 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. 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 code(s) 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 attorneys' 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 401(f)(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) 11—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 Im c 3 O 2 C d E N N W W O ti N r` 0 N 0 M N O CL O d c O N V �I N ti ti 0 N d E s t� r Q Packet Pg. 704 Form W-9 (Rev. 11-2017) 16.A.14.g Page 4 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 1 through 4 patronage dividends Payments over $600 required to be Generally, exempt payees reported and direct sales over 1 through 52 $5,0001 Payments made in settlement of Exempt payees 1 through 4 payment card or third party network transactions 1 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(c)(1)(i) 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 mail 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 6 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. Note: See What Name and Number To Give the Requester, later, for further 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.irs.gov/Businesses and clicking on Employer Identification Number (EIN) under Starting a Business. Go to www.irs.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 II. 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 1 through 5 below. Im c 3 0 2 C d E N 0 M LU 06 O ti N r` 0 N 0 v M N O CL O L IL c O N �L to V �I N ti ti 0 N C N E s 0 M Q Packet Pg. 705 Form W-9 (Rev. 11-2017) 16.A.14.g Page rJ 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: 1. Individual 2. Two or more individuals Qoint account) other than an account maintained by an FFI 3. Two or more U.S. persons (joint 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 6. Sole proprietorship or disregarded entity owned by an individual 7. Grantor trust filing under Optional Form 1099 Filing Method 1 (see Regulations section 1.671-4(b)(2)(i) (A)) 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)(13)) ' 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 must be furnished. 2 Circle the minor's name and furnish the minor's SSN. 3 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. ' List 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 The individual Identity theft occurs when someone uses your personal information The actual owner of the account or, if such as your name, SSN, or other identifying information, without your combined funds, the first individual on permission, to commit fraud or other crimes. An identity thief may use the account' your SSN to get a job or may file a tax return using your SSN to receive a refund. Each holder of the account To reduce your risk: 2 • Protect your SSN, The minor • Ensure your employer is protecting your SSN, and The grantor -trustee' • Be careful when choosing a tax preparer. If your tax records are affected by identity theft and you receive a The actual owner' notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter. The owner' 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 The grantor* at 1-800-908-4490 or submit Form 14039. For this type of account: I Give name and EIN of: 8. Disregarded entity not owned by an 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 12. Partnership or multi -member LLC 13. A broker or registered nominee The owner Legal entity° The corporation 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 emails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act The organization 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. The partnership The broker or nominee Im c 3 O c d E d N W LU O ti N ti O N O M N O CL O L IL c O 4) tv V II N ti ti O N c N E s t� ev r Q Packet Pg. 706 Form W-9 (Rev. 11-2017) 16.A.14.g Page 6 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.gov/complaint. You can contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT (877-438-4338). If you have been the victim of identity theft, see www.ldentityTheft.gov and Pub. 5027. Visit www.irs.govIldentityTheft to learn more about identity theft and how to reduce your risk. 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 Columbia, 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 must 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. IM c 3 O c d E N N tv W O ti N ti O N O M N O N O M O L. a. C M W �L V I ti N ti ti O N C N E t V O r r Q Packet Pg. 707 16.A.14.g MITSUBISHI FUSO 2004 MITSUBISHI FUSO 2002 MITSUBISHI FUSO 1999 MITSUBISHI FUSO 2001 FORD RANGER 2005 MAZDA 2000 PICK UP MAZDA 2003 PICK UP TRAILER-2005 TRAILER-CHEROKEE TRAILER -WELLS FARGO 2007 TRAILER -WELLS FARGO FLAT BED TRAILER KUBOTA MOWER 2012 KUBOTA MOWER 2018 KUBOTA MOWER 2018 KUBOTA MOWER 2014 KUBOTA MOWER 2014 KUBOTA MOWER 2004 KUBOTA MOWER 2004 XMARK MOWER 2017 XMARK MOWER 2017 JOHN DEERE MOWER WALKER MOWER WALKER MOWER 2014 CASE 115 TRACTOR W/ 15' BATWING MOWER TORO SELF PROPEL PUSH MWR TORO SELF PROPEL MOWER REDMAXX BLOWER REDMAXX BLOWER KAWASAKI BLOWER KAWASAKI BLOWER (NEW) KAWASAKI BLOWER KAWASAKI BLOWER RED MAXX WEED EATER RED MAXX WEED EATER ECHO WEED EATER ECHO WEED EATER ECHO WEED EATER ECHO WEED EATER ARENS HEAVY DUTY TRIMMMER ECHO EDGER ECHO EDGER ECHO EDGER ECHO EDGER BILLY GOAT VACUUM STIHL CHAINSAW (2) RED MAXX 40" TRIMMER STIHL TRIMMER 40" KAWASAKI 40" TRIMMER KAWASAKI 40" TRIMMER KAWASAKI 40" TRIMMER RED MAX SMALL TRIMMER Packet Pg. 708 16.A.14.g RED MAX SMALL TRIMMER RED MAX TRIMMER RED MAX TRIMMER PRESSURE CLEANER POWER WASHER SEARS SHOVELS AND RAKES MISC IRRIGATION SUPPLIES WAGON FOR MOWER 3 GULF CART MISC. SUPPLIES AND PARTS MOT EQUIPMENT 18 SIGNS, 220 CONES, ETC. 1 CASE TRACTOR 1 BATWINDS Packet Pg. 709 16.A.14.g DIVISION OF CORPORATIONS rill aJflrl t[ - 'wie of -Flar/r r wb-'if? Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation CARIBBEAN LAWN & GARDEN OF SW NAPLES FL., INC Filing Information Document Number P07000036951 FEI/EIN Number 20-8700505 Date Filed 03/22/2007 Effective Date 03/21/2007 State FL Status ACTIVE Principal Address 3307 DESOTO BLVD. S. NAPLES, FL 34117 Mailing Address PO BOX 990866 NAPLES, FL 34116 Changed: 04/29/2011 Registered Agent Name & Address CARAZA, MARIA C 3307 DESOTO BLVD. S. NAPLES, FL 34117 Officer/Director Detail Name & Address Title P CARAZA, PABLO JR. 3307 DESOTO BLVD. S. NAPLES, FL 34117 Title VP CARAZA, MARIA C 3307 DESOTO BLVD. S. NAPLES, FL 34117 Annual Reports Packet Pg. 710 1 Report Year Filed Date 2018 01/15/2018 2019 04/16/2019 2020 03/09/2020 Document Images 03/09/2020 -- ANNUAL REPORT View image in PDF format 04/16/2019 -- ANNUAL REPORT View image in PDF format 01/15/2018 -- ANNUAL REPORT View image in PDF format 02/09/2017 -- ANNUAL REPORT View image in PDF format 08/03/2016 -- AMENDED ANNUAL REPORT View image in PDF format 03/09/2016 -- ANNUAL REPORT View image in PDF format 03/23/2015 -- ANNUAL REPORT View image in PDF format 04/21/2014 -- ANNUAL REPORT View image in PDF format 04/22/2013 -- ANNUAL REPORT View image in PDF format 04/18/2012 -- ANNUAL REPORT View image in PDF format 04/29/2011 --ANNUAL REPORT View image in PDF format 04/30/2010 -- ANNUAL REPORT View image in PDF format 04/30/2009 -- ANNUAL REPORT View image in PDF format 03/13/2008 -- ANNUAL REPORT View image in PDF format 03/22/2007 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations Packet Pg. 711 Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at hLtps://oj2s.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily 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. Packet Pg. 712 16.A.14.g 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 3 by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 0 .r 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 d the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. w 06 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami � Trail East, Naples, FL 34112 ti 13. ® Thirty (30) Days Cancellation Notice required. ti ti 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. N Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed tc c the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions M regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. N 1/30/20 - CC y 0 n 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 CARIBBEAN LAWN AND GARDEN OF SW NAPLES FL INC Date 03-11-2020 Vendor Signature Print Name MARIA CARAZA Insurance Agency ARNOLD & BARTON Agent Name _BILL FALCONE Telephone Number 239-331-8595 Packet Pg. 713 16.A.14.g (Certificate of Ouatt"ft'ratt,on Tbig certifieg that Maria Caraza Iy> has attended and successfully .c6. DOT Approved Course � f7 Marn"I e J ' t:r(.#r f�a ZC r Iff Int e" die Conducted at Ft. Myers on the 06 day of M. CHODAKOWSKY AlMnn. Evans Instructor Nogram Coordinator Expiration Date: 1016/20.1 I Certificate fi FTM-iICiT--20925 r October 07 JAL K . aida it'dRSPOT1atI0A ,. ►1i�10�0��a1tSfET center Pmwid& 36 a� c c d E W Cd o, N ti ti O N o� M N N 0 a c �I N ti N r E m t V a rr��i�l�• �•� �a� �rrir��i�/��7�i`�su�/��rn�r� �as� ��a�r ��avJ� Packet Pg. 714 P 16.A.14.g E-Verify. Welcome MARIA CARAZA Verify Employee aEQnxtyF �GG,L SECG °��� 9d IIIIIII o2 F�gND SE�'J �fN/STRP�` Last Login: 02/15/2020 02:50 PM U.S. Department of Homeland Security 06* S eare h cases You Have No Case Alerts at this Time U.S. Citizenship and Immigration Services - MENU View Resour{cs Packet Pg. 715 Enable Permanent Tooltips 16.A.14.g Accessibility Download Viewers O M N O N O O_ O L a. C �L U ti I N ti O N C N E M V f� r Q Packet Pg. 716 A� " CERTIFICATE OF LIABILITY INSURANCE DATE( 16.A.14.h 05/07/2020 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 jguerrero@bbmia.com Cf ADDRESS: C INSURER(S) AFFORDING COVERAGE NAIC # ?: Miami Lakes FL 33016 22357 0 Hartford Accident and Indemnity Company INSURERA: M INSURED INSURER B : Hartford Fire Insurance Company 19682 C INSURER C : Hartford Casualty Insurance Company Superior Landscaping & Lawn Service, Inc. 29424 d INSURER D : FFVA Mutual Insurance Company PO Box 35-0095 10385 N 112200C to R INSURER E : Llo y Lloyds of London Miami FL 33135 W INSURER F COVERAGES CERTIFICATE NUMBER: 19/20 GL/AL/UM/WC 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/DDIYYYY 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 &ADV INJURY $ 1,000,000 A Y 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 Y Y 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 N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A Y 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: #20-7727 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. 717 16.A.14.i FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT ## 20-7727 for ROW & Easement Mowi THIS AGREEMENT, made and entered into on this day of 2020 , by and between Superior Landscaping & Lawn Service Inc. authorized to do business in he State of Florida, whose business tihe "addrea s is 2200 NW 23rd Ave Miami Florida and Collier County, a political subdivision of the State of Florida, (the "County"): W I T N E 3SETH: AGREEMENT TERM. The Agreement shall be for a three (3 )year period, ti N o commencing 0 upon the date of Board approval B onand (3� year(s) from that date or until all outstanding Purchase N terminating on three Order(s) issued prior to the expiration of the Agreement period have been completed or N terminated. 0 The County math the consent of the Contractor, renew the y, at its discretion and with in this Agreement for Q �I Agreement under all of the terms and conditions contained 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 in the end of the Agreement term then in effect. ° The County Manager, or his designee, may, at his discretion, extend the Agreement in this Agreement for up to one hundred c >i under all of the terms and conditions contained and eighty (180) days. The County Manager, or his designee, shall give the Contractor the Agreement term prior to the end of written notice of the County's intention to extend y the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon o issuance of a* Purchase Order ❑ a 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the WE Invitation to Bid (ITB) ❑ N terms and conditions of ❑ ## 20-7727 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein r and made an integral part of this Agreement. ❑ The Contractor shall also provide services in accordance with Exhibit A — Scope of E Services attached hereto. a Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l) Cq (f Packet Pg. 718 16.A.14.i 3.1 This Agreement contains the entire understanding between the parties and any g by the modifications to this Agreement shall be mutually agreed upon in Procurement ement Ordinance, as amended,nand Procurement y in compliance with the Procedures in effect at the time such services are authorized. 3.2 0 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 44 ❑ ❑ 8the� ❑-Fight to 6peGily4ii,iNiiGh4 The G J,; 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): 61 AtFaet is-awthOF48d- ❑ , , , n Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 20i7.008 (Ver.l) 0 Q U Packet Pg. 719 16.A.14.i 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. pfeak#ae,t $6-88 84+plef $4Q49 A+f#aFe slafe } r) rrt i o .io4inlon T 4 E:r% nn nor rein 4+F 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) 0 a U Packet Pg. 720 16.A.14.i Company Name: Superior Landscaping & Lawn Service Inc. Address: 6220-2 Topaz Court Fort Myers, 33966 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Maria Valdes Treasurer (305) 634-0717 superlandscape(a 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: Albert English Division Name: Road Maintenance Division Address: 2885 Horseshoe Drive S Naples, Florida 34104 Administrative Agent/PM: Melissa Pearson Telephone: (239) 252-5591 - o E-Mail(s): Melissa Pearson gncolliercountyfl.gov Q U I 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 in L writing. -0 c 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 c agent of the County. Q 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 721 16.A.14.i 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use immoral or offensive in any manner whatsoever, County facilities for any improper, in violation of any federal, state, county or municipal purpose, or for any purpose ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect by the Contractor or if theof - or hereafter enacted or adopted. In the event of such violation representative shall deem any conduct onthe part the County or its authorized ht to suspend the ave the to be objectionable or improper, the County shall h g Contractor any s ch viol tion, Agreement of the Contractor. Should the Contractor fail to correct twenty ( ) 2 conduct, or practice to the satisfaction of the County within or practice, such suspension to continue until 0 E receiving notice of such violation, conduct, is cured. The Contractor further agrees not to commence operation during the the w violation the suspension period until the violation has been corrected to the satisfaction of 06 County. o 10. TERMINATION. Should the Contractor be found to have failed to perform his services in to the County as per this Agreement, the County may terminate ti N a manner satisfactory said Agreement for cause; further the County may terminate this Agreement for County shall be the sole judge of ti N convenience with a thirty (30) day written notice. The non-performance. 0 In the event that the County terminates this Agreement, Contractor's recovery against the Amount earned through the date 04 7 County shall be limited to that portion of the Agreement The Contractor shall not be entitled to any other or further recovery against Q of termination. 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 in 00 race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. 0 Commercial General Liability: Coverageshall have minimum limits Of Bodily Injury Liability $1 000aggregate,000 Per Occurrence, $ 2 000,000 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 00 1000 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. Fil Workers' Comp tn.insurance and ring federal employees meeting Statutory theapplicable Limits in compliance with s. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 17 Fined Term Service Multi -Contractor Agreement 2017.008 (Ver. I ) Packet Pg. 722 16.A.14.i 9- ❑ c ❑shall liFAit6o F- ❑ i GoveFage efaim. E Special Requirements: Collier County Board of County Commissioners, OR, Board of w County Commissioners in Collier County, OR, Collier County Government shall be listed 06 as the Certificate Holder and included as an "Additional Insured" on the Insurance 0 0 Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or N available for the benefit of, the Additional Insured and the Contractor's policy shall be ti endorsed accordingly. N 0 Current, valid insurance policies meeting the requirement herein identified shall be04 M maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. o Renewal certificates shall be sent to the County thirty (30) days prior to any expiration Q U date. Coverage afforded under the policies will not be canceled or allowed to expire until �I 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 in receipt, of any notices of expiration, cancellation, non -renewal or material change in o coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. > Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) C d 1 V Packet Pg. 723 16.A.14.i 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 Road Maintenance Division 15, CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following N component parts, all of which are as fully a part of the Agreement as if herein set out o verbatim: Contractor's Proposal, Insurance Certificate(s), 0 Exhibit A Scope of Services, N Exhibit B Fee Schedule, ❑R4zP4 X ITB/❑ Qth+ F #20-7727 , including Exhibits, Attachments and Addenda/Addendum, ❑ 6ubsequeAt Q quotes, and ❑ 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. in L 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between O the parties herein that this Agreement is subject to appropriation by the Board of County > Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) O Packet Pg. 724 16.A.14.i 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 N service. 2. Upon request from the public agency's custodian of public records, provide the Q public agency with a copy of the requested records or allow the records to be cal 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 T 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. 1 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 L confidential and exempt from public records disclosure requirements. If the 2 Contractor keeps and maintains public records upon completion of the contract, a the Contractor shall meet all applicable requirements for retaining public records. cnl All records stored electronically must be provided to the public agency, upon N 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. N If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) O Packet Pg. 725 16.A.14.i 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also O may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. T 21 23. 0 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, -0 rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project > site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. a 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25, 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l) O Packet Pg. 726 16.A.14.i particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor furtherwarrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. FM-] TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. 0 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) 0 Q U `" , Packet Pg. 727 16.A.14.i foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good N faith effort to resolve any such disputes by negotiation. The negotiation shall be attended o by representatives of Contractor with full decision -making authority and by County's staff N 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 Q 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 �1 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 T make the presentation of any settlement reached at mediation to County's board for -0 approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. > 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. - - o- - RINSE". 2MIN M.-- - Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) t Packet Pg. 728 16.A.14.i 0 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. 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. ■ ._ ■- --Wr- - - - - — - •- '- _ - -7=1` - - - - ■- - - �- - 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without O the prior consent in writing of the County. Any attempt to assign or otherwise transfer this UI 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 o responsibilities that Contractor has assumed toward the County. a� 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be = responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least �I four (4) years. All of Contractor's employees and subcontractors must wear Collier County N 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 N issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. _F The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 729 16.A.14.i � County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver,1) 0 a U Packet Pg. 730 16.A.14. 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 K. Kinzel, Clerk of Courts & Comptroller By: ---- (SEAL)--------- -- Dated: Contractor's Witnesses: OC—n ctor's riY Witness namet ContraitddgMond Witness TType/p nt witness namet Approve as to Form and Legality: _______County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Burt L. Saunders Chairman Superior Landscaping & Lawn Service Inc Contractor DBA i/I„ ZZ1117' / Page 14 of 17 1`ned Tam Saviec \Iuru-Cmgtadw Awcanem 2017 (MIA (Vo 1) a7 c 3 0 c a� E m w 08 O W N I- ti 0 N 0 Cl) N Packet Pg. 731 1 16.A.14.i Exhibit A Scope of Services [M-1 following this page (pages 1 through 6 ) ❑ this exhibit is not applicable 0 a U Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) J v +R Packet Pg. 732 16.A.14.i ITB# 20-7727 ROW & Easement Mowing EXHIBIT A SCOPE OF SERVICES 1. MINIMUM REQUIREMENTS / EXPERIENCE There minimum requirements to perform services which include licensing, certifications, and documentation as listed below. 1.1. Landscape License 1.2. Maintenance of Traffic (MOT), Intermediate Level Certificate. 1.3. Equipment List: The county requests the Contractor provide a list of all company -owned and leased equipment to include make, model, year, size, and if it is owned or leased. If leased, provide the date the lease expires. 1.4. Experience: The county requests the bidder to provide a minimum of three (3) years' experience with mowing roadways. Include: Pro,iect Description, Work Specifications, Names and Telephone Numbers, Dates of Service, and Dollar Amounts. If the company is currently contracted with Collier County, submit a reference form listing the County Division(s) you are performing services. 2. SCOPE OF SERVICES Mowing services are in roadway medians, side right-of-way's, retention ponds, pond sites, swales, canals, or on other County maintained properties throughout Collier County. The Road Maintenance Division mowing schedules are on cycles ranging from 2 Week, 30 Day, and Bi-monthly. Additionally, litter and debris removal services may be requested. The Contractor shall provide labor, materials, equipment, and incidentals necessary to perform the work. O 3. SPECIFICATIONS Q The bid prices include labor, equipment, materials, Maintenance of Traffic (MOT), weed eating, edging, trimming, L)i hand weeding, blowing, litter/debris removal. Collier County reserves the right to add or delete mowing locations, c mowing cycles, and suspend mowing cycles. Mowing sites may require modifications, such as, but not limited to 0 seasonal conditions, lot developments, environmental conditions, construction, and land ownership. o 3.1. Equipment: The Contractor shall have the following equipment to perform the services under this Agreement. The equipment shall be of adequate type and capacity to safely and efficiently perform services as described a herein, and to meet the time constraints. There shall be no equipment downtime, Contractor is required to find other means to have equipment available, so there is no delay in performing services. The Contractor must routinely check, measure, balance, and sharpen mowing blades ensuring quality mowing cuts. All equipment shall have safety devices installed by the manufacturer and during operational hours to prevent objects being ejected into traffic and to prevent injuries. Any equipment found to be deficient in safety devices, the Contractor shall remove the equipment from service until the deficiency has been corrected. 3.1.1. Small Area Mowers (commercial grade) — used in areas such as, but not limited to, sidewalks and pathways, narrow shoulders, landscaped areas, narrow roadside ditch bottorns, raised landscaped median islands, are narrow width utility strips where intermediate and large mowing machines are not accessible. 3.1.2. Intermediate Area Mowers (commercial grade) - used in areas such as, but not limited to, shoulders, roadside ditch bottoms, raised median islands, various widths of utility strips where large machine mowers are not accessible, and it is not conducive to use small machine mowers. 3.1.3. Large Area Mowers (commercial grade) — large area mowing of shoulders, front and back slopes, roadside ditch bottorns, large median islands. 3.1.3.1. Mowers shall have a minimum of four• (4), fifteen foot (15'), batwing mowers or the Page 1 of 6 Packet Pg. 733 16.A.14.i equivalent to adequately complete mowing cycles within the work service period. 3.1.3.2. All large area mowers shall be equipped with the following: slow moving vehicle sign located at the mower rear; one (1) flashing amber light or one (1) white strobe light mounted on the equipment and it must have a minimum visibility of one (1) mile and operational during mowing; and eighteen inch (18") square, high visibility orange, warning flags mounted on each mowing deck that are properly placed so operator vision is not impaired when mowers are operational. 3.1.4. String Trimmers (Weed Eaters) - the reduction of vegetation from roadside obstacles shall be done with mechanical trimming equipment each time a site is mowed and, in all areas, that the mowing equipment is not accessible. 3.1.5. Mechanical Eder — Edging performed at Arterial and Collector roads as needed to keep curbs and sidewalks weed free. Edging shall be performed with rigid blade edging equipment or manual hand edger leaving a clean straight edge no more than one -inch (1") back from curbs and walks. 3.1.6. Blowers — removal of debris from hardscape areas away from traffic and storm drains following mowing operations. 3.1.7. Slope Mower or Arm - must have the ability to mow on slopes of 00 - 31' degrees. 3.1.8. Traffic Control Signs - Contractor shall have warning signs the read "Mowers Ahead." Signs must M meet MUTCD specifications and place in the right-of-way facing each lane of traffic in both 04 directions. Signage shall be placed at the beginning and ending limits of the work area. O Q 3.1.9. Arrow Board -that provides maximum visibility for traffic direction through work zones. v a� 3.1.10. Traffic Cones - must meet the requirements of MUTCD. L 3.1.11. Support Vehicles - used for the mowing operations shall be equipped with a revolving or strobe light, -°a and clearly marked with the Contractor's business name, business phone number, and the County license number on both driver and passenger doors at the Contractor's expense. > 3.2. Mowing Services: The mowing specifications are outlined below so Bidders understand mowing requirements. Bid prices are inclusive of Maintenance of Traffic (MOT), litter and debris removal, edging behind curbs, hand pulling weeds, string trimming around all signs, mailboxes, fire hydrants, drainage structures, utility boxes/poles, guardrail posts, mowing areas behind guardrails, where mowers are inaccessible, the Contractor shall string trim to appropriate mowing heights. Provide services in full compliance of all applicable laws, rules, authorities, and regulations as required by local, state, and federal. 3.2.1. Mowing areas include medians, ROW, retention ponds, pond sites, ditches, swales, canals, and County owned or maintained property that may include non -ROW property. 3.2.2. When mowing within four (4) feet of the travel lance, operate the equipment in the same direction as traffic flow, unless the adjacent lane is closed to traffic; Mowers may operate in either direction when mowing more than four (4) feet from the travel lane; Park equipment left overnight in the ROW outside the clear zone; Do not leave equipment in medians overnight.; Service vehicles are prohibited in the medians except to remove disabled equipment. 3.2.3. Avoid mowing wet grass, operating mowing equipment with dull blades, or mowing at high speeds causing the grass to be torn or laid over. 3.2.4. Herbicides are strictly prohibited for edging. 3.2.5. Weeding is by hand removal or string trimming each time a site is mowed, and in all areas where mowing equipment is not accessible for well -maintained areas. Weeding areas include, but not Page 2 of 6 T!� Packet Pg. 734 16.A.14.i limited to sidewalks, asphalt, around guardrail bases, tree grates, curb joints, and pavers at median tips. 3.2.6. Mowing services shall start AFTER all litter and debris has been removed. If mowing services results in litter and debris being shredded (confetti), due to Contractor's failure to remove the debris prior to mowing, the Contractor is liable to remove the debris immediately or return to the site within 24 hours to remove the shredded debris. 3.2.7. Water in swales with vegetation and weeds protruding above the water, contractor shall reduce the vegetation height to 12" above the water line or as directed by the Division. Mowed vegetation should be directed away from the water and it is not authorized to remain piled up. 3.2.8. Dry retention mowing grass height must not exceed eighteen inches (18"). Areas holding water, the contractor shall restrict mowing with a ten -foot (10') buffer from the water's edge. Mowing clippings shall be directed away frorn the water and not allowed to remain piled up. 3.2.9. Wet retention (ponds) mowing that is within ten feet (10') from the water's edge at the time of mowing, vegetation must be greater than 6 inches in height. Mowing clippings shall be directed away from the water and not allowed to remain piled up. 3.2.10, On the initial cutting cycle, mowing shall start at one end and proceed continuously toward the opposite end. Subsequent cycles will follow the pattern adopted from the first cycle, unless the Division Representative authorizes a change to the pattern. 3.2.11. Mowing shoulders and medians shall progress concurrently within the limits of the area being mowed so that not more than one (1) mile will be left partially mowed at the end of the working day. The cutting of grass and vegetation on slopes or around objects using hand tools shall also progress concurrently with the mowing operation. 3.2.12. At the end of each working day, all required mowing should be completed within the longitudinal limits worked. No more than one (1) mile may be left partially mowed. 3.2.13. Each cutting cycle shall be completed in its entirety prior to a new work issuance. 3.2.14. The Division Representative may cease rnowing services if grass is saturated with water; It shall be the Division's discretion that the vegetation is cut to the water surface utilizing hand labor or other specialized equipment. Ditch bottoms or low lying areas that are able to be mowed without damaging turf or leaving ruts will be added to the cycle by the Division Representative. Grass that has grown to a level which appears to be outside the established mowing limits shall be mowed when directed. 3.2.15. With each mowing cycle string trim around sign posts and bases, delineator posts, fence lines, steel beam guardrails and posts, bridge and abutments, barrier walls, end walls, pipes, mitered ends, drainage structures, poles, guys (guy -wires), mailboxes, landscape plantings, trees, and all other obstacles to provide a neat and even appearance to the entire site. String trimming grass shall be at the same height as finished mowed areas. 3.2.16. With each mowing cycle, mechanical edge sidewalk edges, back of concrete curbs, pavers, utility set -vice boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts, manholes, and other obstacles that require edging equipment. 3.2.17. All locations shall be cut completely with each mowing cycle. There are no partial cuts or partial payments unless specifically agreed to by both parties prior to the partial mowing. If the Contractor fails to complete a cycle within the timeframe provided by the County Representative, a non- performance penalty of five percent (5%) may be assessed for the entire mowing cycle acreage total. 3.2.18. Mow within one to two feet (I' — 2') of waterline, tree line, fence line, or ROW line to the extent of a batwing mowers reach as conditions allow. Mow all other ROW areas, including steep slopes and wet areas within one to two feet (1' — 2'). 3.2.19. Slope or arm mower is required for mowing locations on a slope or deemed unsafe for a conventional style mower. Slope area types include, but are not limited to, steep slopes, roadside ditch sides and bottoms, canal banks, intersections, overpasses, etc. Slope mowing ratio is 1:3 or less. 3.2.20. There shall be no "scalping." The Contractor is solely responsible in repairing and paying for damages. 3.2.21. Following mowing, edging, weeding, and string trimming, the surrounding areas shall be clear of grass clippings, leaves, debris, litter from roadways, bicycle pathways, sidewalks, curbing, gutters, and other hardscapes in the right-of-way. A two -foot (2') wide area measured from the face of the Page 3 of 6 Q Packet Pg. 735 16.A.14.i curb and gutters, including turn lanes and medians, shall be cleaned or cleared on each cycle to remove any accumulation of any debris or growth to maintain a neat and safe condition. Do not leave large clumps of grass clippings in the roadways, mowing areas, or on sidewalks or pathways. Roadways, pat -king lots, curb and gutter, sidewalks, and bike paths shall be blown free of grass clippings and debris. Do not direct debris or litter into storm drains, ditches, conveyances, water bodies, roadways, or any other impervious surfaces. All curbs and hardscapes in the ►vowing areas are to be cleaned of debris with each visit. 3.3. Service Type/Cycle: Mowing cycles are dependent upon seasonal conditions and budgetary limitations and may be increased and decreased as deemed necessary. These cycles may not apply to other Divisions within the County. 3.3.1. Small & Intermediate Mowing: includes, but not limited to, areas inaccessible by wide -area mowing equipment. The areas may consist of shoulders, narrow shoulders, sidewalk shoulders, landscape shoulders, roadside ditch bottoms, narrow roadside ditch bottoms, raised curb median islands, raised landscape median islands, guardrail areas, various widths of utility strips, and similar areas. 3.3.1.1. Mowing Cycles durations are 14 or 30 days for 2 Week Aquatic, 2 Week Urban, 30 Day Aquatic, 30 Day Urban, 30 Day Bi-Monthly (every other month), or as requested. 3.3.1.2. Small machine mower widths are 12 inches to 23 inches, and intermediate machine mower widths are 24 inches to 83 inches. 3.3.1.3. Grass heights are no less than three and one-half inches (3-1/2") and shall not exceed five inches (5"). 3.3.2. Large Machine Mowing: includes, but not limited to, ROW, shoulders, slopes, ditches, large median Q islands, and storm water retention areas. vi a� 3.3.2.1. Mowing Cycles is 30 Day Rural, or as requested. _ a� 3.3.2.2. Mow to the established limits and to the water's edge, if applicable. in 3.3.2.3. Rural mowing cut height shall not exceed five -inches (5"). -0 3.3.2.4. Mower cutting widths are 72 inches and above. 3.3.2.5. The equipment shall have the capability to adjust cutting heights to four inches (4") up to 12 > i inches. M 3.3.3. Litter and Debris Removal: A separate line item to allow County Staff to request services for litter and debris removal. Please note: this line item is not used in conjunction with mowing services; those services includes litter and debris removal in the unit price. This is a stand-alone line item. 3.3.3.1. Litter and debris removal includes, but not limited to cans, bottles, paper, junk, garbage, tires, tire treads, lumber, vehicle parts, metal, brush, and sand/dirt accumulation along curbs, pathways, or catch basins. 4. GENERAL INFORMATION 4.1. Initial Site Visits: Before the Contractor begins work, the Contractor and County Representative, shall meet on site to identify the work areas and limits, maintenance responsibilities and expectations, and to discuss any relevant issues. 4.2. Contractor's Work Schedule: Contractor's shall provide work schedules before starting work; THIS IS A MANDATORY REQUIREMENT. Work schedules are Monday through Friday, when County offices are open, unless approved by the Division. The schedules must include service dates, times, and locations. If the contractor changes the work schedule from what was originally submitted, they shall immediately notify the Division Representative. Page 4 of 6 c Packet Pg. 736 16.A.14.i 4.3. Damaaes: The Contractor shall take precautionary measures to prevent damages with property or objects. Any damages to signs, guardrails, mailboxes, fire hydrants, drainage structures, utility boxes, curbs, gutters shall be reported by the Contractor to the County Representative in writing via email within 24 hours. The Contractor shall report stop sign damages to the County Representative immediately by phone call and then followed up in writing and sent via email. Any damages by the Contractor's crews shall be repaired or replaced at the sole expense of the Contractor within 14 calendar days from when damaged occurred, or at a schedule agreed upon by the Division Representative. It shall be the Division's discretion to withhold estimated repair costs from an invoice until repairs are completed and accepted by the Division Representative. 4A. Delays: The Contractor shall notify the Division Representative for inclement weather delays immediately via phone call. 4.5. Operational Hours: Services are in daylight hours no earlier than 7:00am and crews may work up to dusk hours; Monday through Friday when County offices are open; unless the Division Representative approves different hours and days. 4.6. Maintenance of Traffic (MOT): Contractor is responsible in maintaining MOT Intermediate Level Certification to perform services in the ROW and medians. Contractor shall have MOT devices for adequate traffic control, and depending on the roadway, it may include signage, arrow boards, message boards, warning devices, barriers, and flagmen. 4.6.1. MOT is required for the safety and protection of Contractor's employees and motorists during the p Q performance of services in the ROW and medians. 4.6.2. Contractor's sole responsibility for safety in the work zone. 4.6.3. MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD) in 4.6.4. Contractor or sub -contractor will be required to have current FDOT approved MOT Intermediate o Level Certification for FDOT, Design Standards, 600 series for work in ROW medians and roadways. 4.6.5. Contractor's employee responsible for the setup and maintenance of the traffic control plan shall j possess FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of the initial contact for work zone safety issues. E Q 4.7. Payment Measurement Methods: Unit of measure for all line items is by acre. Invoices shall be as follows for the following services line item categories. 4.7.1. Small & Intermediate Machine Mowing (2 Week Urban, 2 Week Aquatic, 30 Day Aquatic, 30 Day Urban, and Bi-Monthly) 4.7.2. Large Machine Mowing (30 Day Rural, Slope, and Hand/Bridge). 4.7.3. Litter/Debris Removal (litter and debris removal is included with mowing cycles. This line item is an additional service). 4.7.4. Additional Fee: This line item is for mowing requests that are less than one (1) acre. The Contractor may invoice a $100.00 fee plus the mowing line item category to compensate the Contractor for mowing smaller areas. 4.8. Reporting Inspections and Work Spreadsheet (if applicable): The Division Representative will provide the Contractor with maps and spreadsheets for mowing cycles which has the site areas, site descriptions, and acreages to be mowed. The Contractor shall complete the work spreadsheet following each completed cycle and email to the County Representative within 48 hours for inspections, and it shall be submitted with the invoice as backup. Onsite inspections may occur randomly by the County while the Contracting performing services. Page 5 of 6 Vic\ Packet Pg. 737 16.A.14. i 4.9. Vehicles & Trailers Markings: The Contractor shall have vehicles and trailers clearly displayed with the Contractor's business name and phone numbers during working hours. 4.10. Key Personnel: Contractor shall provide the Division with key personnel as a point -of -contact that is readily available while services are being performed. 4.10.1. Key Personnel Contact information must be provided to the County Representative at the contract kick-off meeting. It must include email addresses, business and cellular phone numbers. 4.10.2. Contractor employees must be English speaking and be able to effectively communicate with County Staff. 4.10.3. If essential personnel is absent, the Contractor shall immediately notify Division with substitution personnel providing their names and contact information via email. 4.10.4. Division reserves the right to remove key personnel from the contract that fails to communicate with staff. 4.11. Meetings: Either party may request meetings throughout the contract term, and it may require mandatory attendance. There are no additional costs to the County for these meetings. 4.12. Compensation: Payment approval for invoice submissions must be accurate and complete with details for services performed or commodities purchased. Invoices for completed services shall be submitted to the Clerk of Courts, Finance Division, within seven (7) calendar days. 4.12.1. Division Representative shall review invoices for commodities received and for services rendered. 4.12.2. Division Representative shall reject invoices that are inaccurate and without sufficient backup documentation. 4.12.3. At minimum, invoices must include the Division Name, Contract Number, Purchase Order Number, Work Order Number (if applicable), Service Details (line item numbers and descriptions). Page 6 of 6 0 Packet Pg. 738 16.A.14. i Exhibit B Fee Schedule following this page (pages 1 through 0 a U c L 0 Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 739 16.A.14.i ITB# 20-7727 "ROW & Easement Mowing" EXHIBIT B FEE SCHEDULE SUPERIOR LANDSCAPING & LAWN SERVICE, INC. SECONDARY CONTRACTOR ITEM CATEGORY DESCRIPTION UOM UNIT PRICE I Large Machine Mowing with MOT Acre $45.00 2 Small & Intermediate Machine Mowing with MOT Acre $72.00 3 Aquatic Small & Intermediate Machine Mowing with MOT Acre $90.00 4 Litter Pickup and Debris Removal with MOT Acre $25.00 5 Fee for Small Mowing Areas Acre $100.00 *Prices shall remain firm for the initial term of this contract. O Q U Page I of I Packet Pg. 740 16.A.14.i Other Exhibit/Attachment Description: ❑ following this page (pages through _) On this exhibit is not applicable 0 a U Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 741 PS: PM: Notifications Sent: Bids Received: ITB NO.20-7727 ITE GHT-OF-WAY & EASEMENTS MOWING id Due Date: March 12th 2020 at 3:OOPM CATEGORY DESCRIPTION UOM QUANTITY APPROX. UNIT PRICE EXTENDED PRICE I Large Machine Mowing with MOT Acre 1878.00 $45.00 $84,510.00 2 Small & Intermediate Machine Mowing with MOT Acre 496.00 $72.00 $35,712.00 3 Aquatic Small & Intermediate Machine Mowing with MOT Acre 283.00 $90.00 $25,470.00 4 Litter Pickup and Debris Removal with MOT Acre 2640.00 $25.00 $66,000.00 5 Fee for Small Mowing Areas Acre 0-1 $100.00 $100.00 TOTAL BID $ 211,692.00 Please complete and include all applicable documents. YES OR NO Bid Schedule Complete Yes Form 2: Vendor Check List Yes Form 3: Conflict of Interest Affidavit Yes Form 4: Vendor Declaration Statement Yes Form 5: Immigration Affidavit Certification Yes Form 6: Vendor Substitute W — 9 Yes Insurance Requirements Yes E-Verify Yes SunBiz Yes Addenda Yes Local Vendor Preference Yes Landscape License Yes Experience Document Yes Maintenance of Traffic, Intermediate Certification Yes Equipment List Yes Opened By: Witnessed By: Bid Open Date: (04O& County iSdPnniMCAod6�Wri= CkpwWwit PiCCOte)11�V�1 Jv4V b: [IYtllpi Form 2: Vendor Check List Undated: October 24tk 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: /The Solicitation Submittal has been signed. (t/ The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. Lid All applicable forms have been signed and included, along with licenses to complete the requirements of the project. p2' 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) - htto://dos.mvfloridalcom/sunbiz/. �j�' Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - https://www.e-verify.gov/, Ru rant Provisions and Assurances package in its entirety, if applicable. eference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: 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: J enia Otero, Estimator Date 3/3/2020 Cu ter C 01*tty Atlmnise n%oSuM=Do OWt rMituCI hall smV %Dywal h'm•m 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current we 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 film 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: �D�nnn,.:n.. (Lem 3/3/2020 Print Name: JeserWa Otero Title of Signatory: Estimator CoiLi�er Co"nL,'Y AdrniMUvoSorAais Dopa:hlipnt PICCUMI FIW 50;k -4 EAvWgr Form 4: Vendm• Declaration Statement BOARD OF COUNTY COMbIISSIO 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 WI�REOF, WE have hereunto subscribed our names on this 3 day of March , 2020in 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 Myers, FL 33966 P98000044604 65-0838100 3NRM9 305-634-0717 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@bel[south.net Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Coo fer C:astt�Gy Arlmnlsta�w 0 SmvR D ywi.41 ont Rwctrtnpint'd L Yvwxra nv�+i:n 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 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 immigraflon 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 Superior Landscaping &..Lawn Service, Inc. Print Name Jesenia Otero Title Estimator Signature �pp/� tpt Date 3/3/2020 cam' 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 Lrformation (provide all information) Taxpayer Name SUperlOr LandSCapinO & LaWn Se (as shown on income tax return) Business Name rifdifrrerent ffrom taxpayer name) Address PO Box 35-0095 City State Florida Z;p 33135 Order Information (Must be filled out) Address PO Box 35-0095 Remit / Payment Information (Must be filled out) Address PO Box 35-0095 ciryMiami State FL zip 33135 city Miami state FL zip 33135 Email superlandscape@bellsouth.net 2. Company Status (check only one) Bmail 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 a•epa•tingpurposes 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 oerivay. I certify that the infa•naation shown on this form is correct to my knowledge. Si lure � Date 3/3/2020 Ti stimator Phone Number 305-634-0717 C1n6 tet' Craut�cY Adrnn1watw Sarvlces DoMtnent Fim liwwrp ae Fcnc L1dkjui Form 7: Vendor Submittal —Local en in Preference Affidavit (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County L 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 ee County: 16 Number of Employees (Including Owner(s) or Corporate Office • : 190 Number of Employees Living in ❑ Collier County or ee (Including Owner(s) or Corporate Officers): 25 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. vendorName: Superior Landscaping &Lawn Service, Inc. Date: 3/9/2020 Address in Collier or Lee County: 6220-2 Topaz Court signature: QHA6AZ Title: Estimating Coordinator 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, 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 Affidavitfor 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 WorkersCompensation 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/boeexemnt/ 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 Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. Automobile Liability $ 1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ 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 I{ey 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. l4. 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. 12/9/19 - CC Vendor's Insurance Statement We understand the insurance requirements of t(tese 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 Superior Landscaping &Lawn Service, Inc. Date 3/9/2020 Telephone Number 305-714-4400 Collier County Adminisbabve SeNces I)Msion Promrement Sewlces Date: February 5 2020 Email: Patrick.Bo .,co lliercountvfl.eov Telephone: (239) 252 - 8941 Addendmn 1 From: Patrick Boyle, Procurement Strategist -Acquisitions Ta: Interested Bidders Subject: Addendum 1 ROW &Easement Mowing The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added previous solicitation bid tabulation. If you require additional information, please post a question on our Bid Sync (www.bidsync.coml bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 3/9/2020 Date Superior Landscaping &Lawn Service, Inc. (Name of Firm) corms Count Adin rismvc Ssnekes Depwtr rx EXPERIENCE RrxuenieH San om Dwmw Provide the firms three (3) years' experience that is similar to the Scope of Work and specifications. Input the Company Name, Brief Work Description (list the services that are provided), Start Date and End Date, Work Location, and Contract Amount. Company #1 Name Services City of Cape Coral Greenscape Median Landscape Maintenance Start Date 2016 End Date 2017 Work Location (City & State) Cape Coral Florida 33990 Contract Amount $367,500.00 Company #2 Name Services City of Miami Beach Grounds Maintenance Coastal Areas Start Date 2017 End Date F019 Work Location I Miami Beach, Fl. 33139 (City & State) Contract Amount $1,300,000.00 Company #3 Name Services Town of Miami Lakes Grounds maintenance for city parks and ROWS Start Date 2017::::] End Date 2018 Work Location (City & State) Miami Lakes, FL Contract Amount $439,862.00 C� 7e' C Adintw ratwo S*rvic sD=Mwt EOUIPMENT LIST miem str,rkm-s a aa, Provide company owned and/or leased equipment that will be used in the performance of services for this contract. List shall include: Year, Make, Model, Equipment Description, Owned or Leased, if leased when the lease expires, and the quantity. YEAR MAKE MODEL EQUIPMENT DESCRIPTION OWNED LEASED LEASE EXPIRATION QTY Please see attached list Equipment Make Model Back Hoe Caterpillar 402 E Chipper Vermeer BC 1500 Chipper Vermeer BC 1500 Chipper Vermeer BC 1800 Mini Excavator Yanmar VI 027 Mini Excavator Yanmar 35N2 Mini Excavator Caterpillar 302 5C Mini Excavator Caterpillar 302 5C Skid Steer John Deer/ Skidsteer 270 SKID STEER Caterpillar 268 B SKID STEER New Holland L 185 SKID STEER New Holland L 185 SKID STEER Caterpillar 242 B SKID STEER Caterpillar 299 C SKID STEER Caterpillar 299 C SPRAYER STIHL STUMP Vermeer SC352 TELEHANDLER Caterpillar TL 943 TILLER Honda FRC800KlA TOWER LIGHT Magnum MLT306 TRACTOR STI H L TRACTOR STI H L TRACTOR TORO TRACTOR TORO TRACTOR TORO TRENCHER Vermeer RT200 WALK BEHIND Scag SWZ48W TRACTOR Kubota L4330 TRACTOR Kubota TRACTOR Kubota TRACTOR Kubota BATWING 15' Bushog BATWING 15' Bushog BATWING 20' Bushog BATWING Land Pride LOADER CASE Arrow Board #1 Wanco / Arrowboard WTSP Arrow Board #1 Wanco / Arrowboard WTSP Arrow Board #1 Wanco / Arrowboard WTSP 4x4 Utility Vehicle UV 1 Bob Cat 2200G 4x4 Utility Vehicle UV 2 Bob Cat 2200G 4x4 Utility Vehicle UV 3 Bob Cat 4x4 Utility Vehicle UV 4 Bob Cat Hot Pressure Cleaner 1 Hydro -Tech / Hot Water P.Washer Hot Washer Hot Pressure Cleaner 2 Hydro -Tech / Hot Water P.Washer Hot Pressure Cleaner 3 Hydro -Tech / Hot Water P.Washer Fuel Tanks Modern Welding Company Fuel Tanks Modern Welding Company BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER STIHL PB-770T BLOWER STIHL PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER STIHL BGA85 BLOWER STIHL BGA85 BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER ECHO PB-770T BLOWER STIHL BR450 BLOWER STIHL BR450 BLOWER STIHL BR450 BLOWER STIHL BR450 BLOWER STIHL BR450 BLOWER STIHL BR450 BLOWER STIHL BR450 CHAINSAW STIHL MS-192 CHAINSAW STIHL MS-192 CHAINSAW STIHL MS193T-16 CHAINSAW STIHL MS193T-16 CHAINSAW STIHL MS-193T CHAINSAW STIHL MS-193T CHAINSAW STIHL MS-193T CHAINSAW STIHL MS-291 CHAINSAW STIHL MS-291 CHAINSAW STIHL MS-661 CHAINSAW STIHL CLIMBING SAW STIHL CLIMBING SAW STIHL CLIMBING SAW STIHL MS193T-PMM3-16 CLIMBING SAW STIHL MS193T-PMM3-16 CLIMBING SAW STIHL MS193T-PMM3-16 CLIMBING SAW STIHL MS193T-PMM3-16 HEDGE TRIMMER STIHL HL100K HEDGE TRIMMER STIHL HL100K HEDGE TRIMMER STIHL HL100K HEDGE TRIMMER STIHL HL100K HEDGE TRIMMER STIHL HL100K HEDGE TRIMMER STIHL HL100K HEDGER HAMMER STIHL HL-100K HEDGER HAMMER STIHL HL-100K HEDGER HAMMER STIHL HL-100K HEDGER HAMMER STIHL HL-100K HEDGER HAMMER STIHL HL-100K HEDGER HAMMER STIHL HL-100K HEDGER HAMMER STIHL HL-100K HEDGER HAMMER STIHL HL-100K LAWN EDGERS STIHL LAWN EDGERS STIHL LAWN EDGERS ECHO LAWN EDGERS STIHL LAWN EDGERS STIHL LAWN EDGERS STIHL LAWN EDGERS STIHL LAWN EDGERS STIHL FS-90Z LAWN EDGERS STIHL FS-90Z LAWN EDGERS STIHL FS-90Z LAWN EDGERS STIHL FS-90Z LAWN EDGERS STIHL FS-90Z LAWN EDGERS STIHL FS-90Z LAWN EDGERS STIHL FS-90Z LAWN EDGERS STIHL FC90 LAWN EDGERS STIHL FC90 LAWN EDGERS STIHL FC90 LAWN EDGERS STIHL FC90 LAWN EDGERS STIHL FC90 LAWN EDGERS STIHL FC90 LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL LINE TRIMMER STIHL HEDGE TRIMMER STIHL HEDGE TRIMMER STIHL LINE TRIMMER STIHL HLA65 LINE TRIMMER STIHL HLA65 LINE TRIMMER STIHL HLA65 LINE TRIMMER STIHL HL100 LINE TRIMMER STIHL HL100 LINE TRIMMER STIHL HL100 LINE TRIMMER STIHL FS-90R LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HLL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL HL-100KZ LINE TRIMMER STIHL FS90R LINE TRIMMER STIHL FS90R LINE TRIMMER STIHL FS90R LINE TRIMMER STIHL FS90R LINE TRIMMER STIHL FS90R LINE TRIMMER STIHL FS90R LINE TRIMMER STIHL FS91R LINE TRIMMER STIHL FS91R MOWER 54" Toro 74925 MOWER 60" Toro MOWER 60" Toro 74926 MOWER 60" Toro 74926 MOWER 60" Toro 74926 MOWER 60" Toro 74926 MOWER 60" Toro 74966 MOWER 60" Toro 74926 MOWER 60" Toro 74925 MOWER 60" Toro 74925 MOWER 60" Toro 74925 MOWER 60" Toro 74925 MOWER 60" Toro 74925 MOWER 60" Toro 74925 MOWER 60" Toro ZD-221Z MOWER 60" Toro ZD-326 MOWER 60" Toro ZD-326 MOWER 60" TORO 74926 MOWER 60" TORO 74926 MOWER 60" TORO 74926 MULE UTILITY Bobcat 3400XL POWER PRUNER STIHL HT-101Z Truck # Year Make Model 6 2004 Intl 4300 14 2000 Isuzu NPR 17 1999 Intl C-4700 / Water Truck 26 2004 Ford F-750 32 2004 Isuzu NPR 33 2004 Isuzu NPR 34 1997 GMC 7500 46 2005 Isuzu Crew Cab 51 2005 Isuzu Crew Cab 52 2005 Isuzu Crew Cab 55 2006 Isuzu Crew Cab 56 2006 Isuzu Crew Cab 63 2007 Isuzu Crew Cab 64 2007 Isuzu Crew Cab 68 2005 Ford F-750 TR # YEAR Make Body TR-15 2004 Kendall Enclosed TR-16 2004 Kendall Enclosed TR-17 2004 Kendall Enclosed TR-18 2004 Kendall Enclosed TR-21 2004 Kendall Enclosed TR-22 2005 Kendall Enclosed TR-23 2005 Kendall Enclosed TR-26 2005 ASPT Open/Tandam TR-27 2006 Suncoast Enclosed TR-57 2005 Rolls Rite Equipment Trailer TR-58 2006 EMES Equipment Trailer ,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 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 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 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 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 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 Florida IrrigationS ociety �e it known that Orlando Otero Superior Landscaping & Lawn has been duly admitted as U\. of the Florida Irrigation Society, and is entitCed to the rights and priviCeges as provided in the constitution and bylaws of The Society, and is hereby presented this C21�TI FICA�I�E OAF �Vl E�V1�E 1�'�iI�1' through December 31, 2020 The mission of the Florida Nursery, Growers & Landscape Association is to promote and protect the interests of Florida's nursery and landscape industry. LAWN SERVICE, INC. is a member of the Florida Nursery, Growers &Landscape Associatio Ben Bolusky, Executive Uice President through June 30, 2020 FNGLA@ FLORIDA NURSERY, GROWERS L- AND LANDSCAPE ASSOCIATION Leading Florida's Green Industry Member in good standing since 21 1 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. 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. CERTIFIED ARBORISTM Michael Morel Having successfully completed the requirements set by the International Society of Arboriculture, the above named is hereby recognized as an ISA Certified Arborist° Kevin MartI6 a Caitlyn Pollihan Director of Credentialing Executive Director International Society of Arboriculture International Society of Arboriculture FL-5372A 28 Jan 2006 30 Jun 2021 Certification Number Certified Since Expiration Date #0847 ISO/IEC 17024 Personnel Certification Program ISA Certified Arborist° 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 FDOTT This Certifies that .. Julio Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. Date Expires: 05/09/2021 Certificate # 28649 Instructor: Messier R. Gilchrist FDOT Provider # 140 Metro Florida Safety Council Phone: 954-603-1900 Tri-County Dade, Broward,Palm Beach, metrofloridasafetycouncil.com 07 mlyons@metrofloridasafetycouncil.com METRO FLORIOa SIFEh' [OUNt¢ Certificate of Completion Julio Valdes Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 05/09/2021 Date Expires ID IVETRO FLORIOA SAFETY [OUN[IL 140 FDOT Provider # Messier R. Gilchrist Instructor Metro Florida Safety Council Tri-County Dade, Broward,Palm Beach, metrofloridasafetycouncil.com mlyons@metrofloridasafetycouncil.com 28649 Certificate # For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com 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 .�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 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 �raa�ffi����k���� B s r tflorib apartment o t r ort �o pre5eut5 r i5 (Certif ct t tto to El Pined for were,5futty Complef lig the u. Tier 1 Illicit Discharge Detection and Elimination Training CBT 07/1512017 FD01TRESI*S Number , �yi i `r �a3 0 „ �� a a x a .,o-.a :�i7e'Tzisti7: TO� �omill ��RllJ99 rfTwe �M�Q"Pip -AN cm. The jf toriba Thpartment of Tran5portation Presents tbt!5 mp rate of Cu to Pedro Castro �I for 5um,55futty romPtettng the Tier 1 Illicit Discharge Detection and Elimination. Training y' -CBT t -. Date / BT 19 0048 !1 Itortba Tkuppartment of TwMportat= e ►.. A 1 1 i,ate Of to smerania Flares for fwre5f fully completing the 3 Tier 1 Illicit Discharge Detection 07/20/2017 Rate anA Elimination Training I' CBT TRESS Number BT-19-u048 e� Department of Tra.n5ortatiort pre.5ent!5 t t Certificate of Cc to Cruz Bartolon Discharge Detection and Elimination Training 07/2012017 PA Date' FDOT? TRESS Numher BT-19-(i048 !'TRESS Number iI BT49mOO48 'C of' ,,tat Ort ba eparlmrnt of tall I certify the attached is a true and cofrect copy of the Articles of Incorporation of SUPERIOR LANDSCAPING & LAWN SERVICE INC., a Florida corporation, filed on May 18, 1998, as shown by the records of this office. The documont number of this corporation is P98000044604. CR2EO22 (2 5) Given under mar hand and the Great Seal of the State of Florida at Tallahassee, the Capitol, this the Eighteenth day of May,1998 '*=blm P-A-M4= arxrt �f tabt