Loading...
#23-8084 (Superior Landscaping & Lawn Service Inc.) FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 23-8084 for Immokalee MSTU- Landscape Maintenance THIS AGREEMENT, made and entered into on this 25 day of J V I y 20 23 , by and between SUPERIOR LANDSCAPING & LAWN SERVICE INC. authorized to do business in the State of Florida, whose business address is 2200 NW 23rd Ave, Miami, FL 33142 _, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing I I ; ICI on August 13, 2023 and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ■ Invitation to Bid (ITB) I I Other ( ).# 23-8084 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. IUI 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 2022_Ver.3 `� CAO 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. n Other Exhibit/Attachment: 3,4❑ • 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): • satisfaction of the County's project manager before payment for the fixed price contract is authorized. n Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO 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 "'aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 475 n : Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall he reimb rsed as per Section 112 (16i Cla St to Deimh rs masts shall he at the fnllneii,nn r.,r ,_r : Mileage $0.44.5 per mile t WOG Luneh $44,00 DinneF .00 AiFfafe elass-fare Rental-ear • Parking Aetua4-eebt-of-par-ldng Taxi nr Airnnrt 1 imniis ice Actual cost of either taxi or airport limousine • long distance charges, fax charges, photocopying charges and postage. Reimbursable provided all receipts. Contractor shall be 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 # 85-8015966531C. Page 3 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 GAO 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Superior Landscaping & Lawn Service Inc. Address: 4841 Buckingham Rd Fort Myers, FL 33905 Authorized Agent: Orlando Otero/Maria Valdes/Laurence Cantor Attention Name & Title: Jesenia Otero, Estimating Coordinator Telephone: (305) 634-0717 E-Mail(s): JOtero©superiorlandscaping.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Gregory J. Oravec Division Name: Immokalee CRA Address: 3299 Tamiami Trail East, Suite 103 Naples, Florida 34112 Administrative Agent/PM: Charles Kammerer Telephone: (239) 252-8951 E-Mail(s): Charles.Kammerer©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 2022_Ver.3 CAO 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 or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. I•1 Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. I Business Auto Liability: Coverage shall have minimum limits of$ 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. 111] 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 5of17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO 19- n liability for claims arising out of the performance of professional services under this claim and aggregate. F:- n : Coverage • n .- oveFage chill h io ' 'mi im . inlnim- H-. I I - Beverage 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 Page 6 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Immokalee CRA 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), I■I Exhibit A Scope of Services, Exhibit B Fee Schedule, I I RFP/ I■) ITB/I I Other #23-8084 , including Exhibits, Attachments and Addenda/Addendum, n subsequent quotes, and n 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, Page 7 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statutes, §448.095; 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, if applicable, 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: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequestAcolliercountyfi.gov 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 Page 8 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 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 filing 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. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. ICI 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. Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO 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. and payment by the County. the Contract Documents shall be applied, installed, connected, erected, used, cleaned fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. 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. 26. IT 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. Al 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. Page 10 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO 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 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 Page 11 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. 7 this project shall be knowledgeable in their areas of expertise. The County reserves the personnel. 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. IiI 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. II • 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 Page 12 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the 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. 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 2022_Ver.3 CAC IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: .£ ., • BOARD OF COUNTY COMMISSIONERS Crystal r'- •f the Circuit COLLIER COUNTY, FLORIDA Court ; _CF % er. 7,, `,,,.., _ I.pt (---)21 ._____ By: a 4_r `, . By: ia' RICK LOCASTRO , Chairman Dated: "� � (SE, „ Attest,as'to Chairman's t''`'`signature only Contractor's Witnesses: Superior Landscaping & Lawn Service Inc. Contractor DBA - --, , // / / ' - BY• f C tractor' Witnesssig Orlando Otero, President / Sandra r ro ,,,,ifillp TType/print signature and titleT TType/•rint / I ameT Contr1M Second Witness Aileen Vil asana TType/p int witness name T 1 'lepruved 1st rm d Legality: II"'r+� ou A' ttorney� J� tex..c Print Name Page 14 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver 3 CAO Exhibit A Scope of Services Iii following this page (pages through 16 ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" EXHIBIT A SCOPE OF SERVICES This Agreement is awarded on a Primary/Secondary basis as follows: Primary Contractor: A&M Property Maintenance LLC Superior Secondary Contractor: Landscaping&Lawn Service Inc. Should the Primary Contractor not able to perform the services and specifications outlined under this Agreement, the County may move to the Secondary Contractor. Secondary Contractor shall assume all duties and responsibilities of the Primary Contractor. The term "Contractor"may refer to the Primary Contractor or Secondary Contractor, dependent on work being performed by the Primary or Secondary Contractor. The terms"Division" and"County"may be used interchangeably throughout this Agreement. BACKGROUND The Municipal Services Taxing Unit (MSTU) funds and maintains landscaping, irrigation, and landscape features principally on the medians and side Right-of-Way(ROW)of Work Areas 1 thru 4: • Work Area 1 —State Highway 29(Main Street)between Hancock Street and 13th Street. • Work Area 2 — County Road 846 (S 1st Street) between State Highway 29 and Carver Street, including the Welcome Sign area(S 1st Street/Eustis Avenue)and the"Triangle Area"(median and ROW sides at the intersection of State Highway 29,New Market Road and Westclox Road; including the Welcome Sign area). • Work Area 3—One (1)proposed Welcome Sign on State Highway 29 at the Farm Worker's Village containing approximately 384 square feet. This maintenance pertains to plants, shrubs, trees, and palms, installation of new landscaping, and the repair and replacement of items damaged or destroyed, as well as irrigation system maintenance and irrigation controller operation. • Work Area 4—One historical cemetery on State Highway 29 at 815 West Main Street(PID#00127320003)appx. 28' X 95' containing .06 acres,more or less. DETAILED SCOPE OF SERVICES The Scope of Services detail is for work performed by the Contractor principally on the specified roadways within the boundaries of the MSTU. The responsibility to discern the Scope of Service detailed in this specification shall rest solely with the Contractor. A failure of the Contractor to accurately assess the Scope shall not relieve any of the responsibilities to perform under the Agreement,nor shall it be considered the basis for any claim for additional compensation. Unit prices include furnishing labor,supervision,equipment,tools,materials,and Maintenance of Traffic(MOT)to perform the work related to the line items. Page 1 of 16 Exhibit A-Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" All sections of the Scope of Services may not apply to all service areas listed. Additional services listed on Exhibit B Fee Schedule ("Fee Schedule) of this Agreement may be requested from the Contractor, or the MSTU Project Manager may request quotes using the pricing on the Fee Schedule separately. 1. SCOPE OF SERVICE The Contractor shall provide the grounds maintenance services detailed in the Work Areas,outlined in the Fee Schedule. The Contractor shall provide all labor,tools,material,and processes necessary to perform the work described hereunder to maintain the quality and health of the plant materials and the public's safety. The County requests that a minimum of two men be on-site at once to perform weekly/monthly services. 2. LICENSES/CERTIFICATIONS/DOCUMENTS The minimum requirements to perform services under this contract include proper licensing, certifications, and documentation, as listed below. The Contractor is required to perform services for routine landscape maintenance; however,the Contractor may utilize SubContractors for the services. The Contractor shall be liable for overseeing the SubContractor and that the SubContractor's services are performed per the scope of services under this Agreement. Use current techniques and standards approved by the University of Florida,Institute of Food and Agriculture Services (UF/IFAS). The following link goes directly to the OF/IFAS website. Contractors can obtain online versions of Green Industries Best Management Practices manuals: English version: https://ffl.ifas.ufl.edu/media/fflifasufledu/docs/GIBMP Manual Web English.pdf Spanish version: https://ffl.ifas.ufl.edu/medialfflifasufledu/docs/GIBMP Manual Web Spanish 2010.pdf Update for Spanish version: https://ffl.ifas.ufl.edu/media/fflifasufleduldocs/GI-BMP-Manual-Update- Spanish.pdf Contractor shall provide licenses and certifications pursuant to Collier County, Contractor's Licensing, Ordinance Number 2006-46,as amended,and Florida State Statutes. The Contractor shall maintain the following licenses and certifications throughout the term of the agreement. 2.1. Licenses 2.1.1.Commercial Landscape;Landscape;Landscape Restricted. 2.1.2.Irrigation License or State Certification,plus a minimum of three(3)years' wet check and intermediate repair experience. 2.1.3.Pest Control State Certifications 2.2. Certifications 2.2.1.Fertilizer-Limited Urban Commercial Fertilizer Applicator State Certification,Chapter 482.1562,F.S. 2.2.2.Pest Control-Certified Pest Control Operator,Lawn&Ornamental, Chapter 482.111,F.S. 2.2.3.Employee-Identification Cards for non-certified employees —or— 2.2.4.SubContractor - List of employee names and issued ID card numbers that will perform pest control for the sub-contracted licensed company. Each ID cardholder must be an employee of the licensed company and work under the direct supervision of the certified operator in charge. Chapter 482.091 F.S. 2.2.5.Maintenance of Traffic(MOT),Intermediate Level Certificate with three(3)years of experience. 2.2.6.Green Industries and/or Best Management Practices Certificate under Chapter 482.1562,F.S.(certificate must be obtained within six(6)months from contract execution). 2.2.7.Arborist Services 2.2.8.Irrigation Services 2.2.9.Fertilizer Application 2.2.10.Pesticide,Fungicide,and Herbicide Applications Page 2 of 16 Exhibit A -Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" 3. LOCATION AND DESCRIPTION OF WORK AREAS The work areas included are located as described below. 3.1.Work Area 1—Immokalee MSTU Maintenance Fund State Highway 29 (Main Street) between Hancock Street and 13th Street. Area 1 includes everything within the right of way,including several medians,routine maintenance,area-specific pesticides,and irrigation maintenance. Construction Plans are being developed for a portion of Main Street from 9th Street to East 2nd Street and the completion of the streetscape improvements is estimated to be FY2024 resulting in modifications to this zone within Work Area 1. 3.2.Work Area 2—Immokalee MSTU Maintenance Fund County Road 846 (S 1st Street)between State Highway 29 and Carver Street, including the Welcome Sign area(S 1st Street/Eustis Avenue) and the "Triangle Area" (median and ROW sides at Intersection of State Highway 29, New Market Road,and Westclox Road; including the Welcome Sign area.) 3.3.Work Area 3 — One (1) proposed Welcome Sign on State Highway 29 at the Farm Worker's Village containing 384 square feet, more, or less. This maintenance pertains to plants, shrubs, trees, and palms, installation of new landscaping, and the repair and replacement of items damaged or destroyed, as well as irrigation system maintenance and irrigation controller operation. 3.4.Work Area 4-One historical cemetery on State Highway 29 at 815 West Main Street(PID#00127320003)appx. 28' X 95' containing .06 acres,more,or less. 3.5.Work Areas 2 & 3 include everything within the right of way, including medians, routine maintenance, area- specific pesticides, and irrigation maintenance. Maintenance for both new and existing gateway welcome signs include cleaning, clearing, and trimming all bushes and trees to ensure that the sign can be seen clearly. The Contractor is to ensure that shrubs do not block the existing signage light from illuminating the sign. 3.6.Work Area 4 includes everything within the chain-linked fenced area including trash pickup, routine mowing maintenance, application of pesticides,and trimming of shrubs and trees. 4. ROUTINE MAINTENANCE Base grounds maintenance services in the designated MSTU area(s)as described below shall include trash removing, mowing,edging,weeding,general trimming&pruning,post-service cleaning, and inspecting&reporting. 4.1. Pre-Service Cleaning 4.1.1.At the start of Landscape Maintenance Service on the day of service and prior to mowing, the Contractor shall remove and dispose of all trash and debris from the service area and ROW. 4.1.2.This shall include but is not limited to,horticultural and non-horticultural debris,palm fronds,tree branches and limbs,loose shrubbery,leaves,rocks,paper,bottles,cans,cigarette butts,and other miscellaneous objects on the ground or attached in the service area and the associated ROW. 4.1.3.Disposal of trash and debris shall be at a proper landfill or disposal site. 4.2. Mowing 4.2.1.Mowing shall be performed in specified MSTU areas, including medians, along the outside edge of the sidewalks of adjacent properties,which the property owners do not currently maintain. 4.2.2.ROW mowing of turf and applicable vegetation is required from the back of the curb or sidewalk to the ROW line. 4.2.3.Turf and vegetation shall be cut to a height of no less than three and one-half inches(3'/2"),and the height of the grass shall not exceed six inches(6"). 4.2.4.Roadside swales shall be mowed throughout the entire year. When mowing is not possible due to standing Page 3 of 16 Exhibit A-Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" water or soft ground,string trimmers shall be used to reduce the height of turf and vegetation to the waterline. 4.2.5.All turf shall be mowed with mulching-type mower equipment to eliminate the need to bag and transport grass clippings. Should bagging be necessary, bagged clippings shall be collected and removed at no additional cost to the MSTU. All equipment guards and deflectors are to be installed and functional. 4.2.6.The Contractor shall use appropriate mowing practices,alternate patterns, or walk-behind equipment within narrow or water-soaked areas so as not to create wheel ruts or wear down the turf. 4.2.7.Ruts caused by mowers shall be repaired at no additional cost to the MSTU. 4.2.8.The Contractor shall avoid mowing patterns that eject clippings, rocks, or any miscellaneous debris onto pedestrians and vehicles or into moving traffic. 4.3. Edging 4.3.1.Mechanical edging of turf boundaries shall be performed with each mowing to establish a clean line of demarcation and eliminate grass-root runners. 4.3.2.Edged areas shall include parking lots, sidewalk edges, back of curbs, plant beds, utility service boxes, streetlight bases,signposts,headwalls,guardrails,timer pedestals,posts,and trees;as well as around isolated trees, sprinkler heads,valve boxes,shrubs,signposts,and manholes, etc. where they exist. 4.3.3.Metal blade edging is not permitted along plant bed and turf boundaries where underground irrigation components are present. 4.3.4.Chemical herbicides shall not be used for edging. 4.4.Weeding 4.4.1.Weeding shall be performed weekly(or at specified intervals)throughout the year to provide a weed-free and well-maintained appearance, removing undesired and invasive vegetation on the ground (including palm pups). 4.4.2.Areas to be weeded include plant beds, mulched spaces, rocks, sidewalks (concrete, paver, asphalt, etc.), concrete medians,curb joints,utility bases,access boxes,guardrail bases,tree grates,etc. 4.4.3.Weeds that are less than 3 inches from plantings shall be hand-pulled. 4.4.4.The Contractor may have the option to use chemical weed-killer or pre-emergent upon pre-approval by the MSTU Project Manager of both the location and product to be used. 4.4.5.Any plants damaged or killed by chemical weed-killer or pre-emergent application shall be replaced at the Contractor's expense within 72 hours. 4.4.6.Should the concern be identified regarding chemical weeding, the MSTU Project Manager may direct that hand-weeding be performed. 4.5.General Site Trimming& Pruning 4.5.1.General Trimming & Pruning shall be defined as cutting all vegetation below a height of ten feet (10') to keep and maintain a tight,well-maintained appearance throughout the year. 4.5.2.This includes groundcovers, shrubs,trees(except magnolias),and palms. 4.5.3.See Section 7.3. Structural Pruning specific plant maintenance (IMMOKALEE BEAUTIFICATION MSTU TRIM & PRUNE GUIDELINES) for specifications and heights for various foliage within the MSTU. 4.5.4.Within this specification, groundcovers, and shrubs are "trimmed," while trees and palms are "pruned," except for magnolias. 4.5.5.Both trimming and pruning shall meet American National Standards Institute(ANSI)and include the removal of all diseased or dead vegetation,old leaf growth,broken branches, and suckers at tree bases. 4.5.6.Groundcovers and Shrubs shall be kept trimmed: • at regular intervals,generally monthly,except to allow for flowering. • with heights and shapes alternating by plant variety or as determined by the MSTU Project Manager. • to an angled or rounded shape so as not to encroach over curbs or into roadways and pathways. • in a consistent manner for each plant variety to give the appearance of continuity throughout the Page 4 of 16 Exhibit A -Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" landscape,adjusted as needed for local topography. • to maintain two feet(2')of clearance from the edge of curbs, sidewalks,roadways,pathways, etc. 4.5.7.Ornamental Grasses shall be kept trimmed: • after flowering, during the first two weeks of October and April (or as approved by the MSTU Project Manager). • at the base to remove old growth. • in a manner to provide a cone shape without a flat top. 4.5.8.Hedges on the ROW shall be kept trimmed: • to maintain a height of six feet(6'). • to maintain a flat top and flat,vertical side toward the roadway. • to not extend over an adjacent sidewalk or roadway. • Property Owner Exception: ➢ Effected only upon written request from the Property Owner and signed approval by the MSTU Project Manager. ➢ Property Owner agrees to maintain the hedge at a maximum height of ten(10') feet at their expense, consistent with the top and vertical side specifications described above. ➢ An exception may be canceled at any time by the MSTU Project Manager. 4.5.9.Trees and palms shall be kept pruned: • to clean out dead limbs, seed pods, fronds,nuts,boots,suckers, etc. • every quarter, or as needed, to maintain a minimum ten-foot (10') canopy height over sidewalks and pedestrian pathways. 4.5.10.For line-of-sight visibility,the vegetation of any kind within turn lanes,at median ends,and along intersection roadsides shall be trimmed or pruned to eighteen inches (18") height by October 1st of each year and subsequently maintained to no more than twenty-four inches(24")per Florida Department of Transportation (FDOT)Indexes. 4.5.11.The frequency of trimming or pruning may be adjusted under the direction of the MSTU Project Manager. 4.6.Post-Service Cleaning 4.6.1.On the same day as Weekly Landscape Service and before departing the MSTU,the entire service area shall be cleaned to maintain a neat and safe condition. 4.6.2.This includes the removal of any accumulation of debris, or anything generated from the maintenance performed. 4.6.3.All hard surfaces shall be blown down,including the four(4')foot area from the face of the sidewalks,gutters, and curbs,turn lanes,medians, and adjacent parking lots and athletic courts. 4.6.4.Blow-down shall be directed toward the existing median landscape or turf,not into the roadway. 4.6.5.Grass clippings or other debris shall not be blown onto adjacent private property,accumulated on paved areas, or blown into traffic or roadways. 4.6.6.Street sweeping requires a minimum of two (2)passes of the areas during most of the year. It is estimated that each service requires a minimum of five (5) hours to perform the street sweeping services, which generally produces approximately three(3)tons of debris per service. Street sweeping should be performed weekly. The MSTU Project Manager may adjust the number of street-sweeping services provided on an as- needed basis and due to budget constraints. 4.6.7.A mobile self-contained vacuum sweeper with bottom, side, and edge brushes and a water spraying system to reduce dust is a minimum requirement for street sweeping. All debris collected must be dumped at a proper landfill or disposal site. . No additional monies will be paid for the disposal and transport of the waste collected. The Contractor is to include all related costs of`Street Sweeping' in the unit price. 4.6.8.Following each weekly (52 times per year)"Turf Mowing and Landscape Care" service,the"Cleaning and Sweeping"Contractor shall use air blowers to blow clean the bulbout areas,including any asphalt and gutter areas adjacent to the bulbouts that cannot be reached or cleaned by the street sweeping. The linear sidewalk Page 5of16 Exhibit A-Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" ramps and gutter channel drains shall also be blown. The gutter channel drains located under the street bulbouts along State Highway 29 (Main Street) shall be blown from either end to clear the channel of any debris off-site. 4.6.9.The bulbout gutter channel drains shall be air-blown weekly from one end with an extension nozzle or blower long enough to blow through the channel drain to remove the trash, debris, and dirt. The Contractor shall pick up and dispose of all trash, debris,and dirt. 4.6.10.All debris removed per `bulbout and gutter channel drain cleaning' shall be removed and disposed of at no additional cost to County. 4.6.11.The bulbout channel drains require additional cleaning by flushing with pressured water. This procedure shall be performed monthly(12 times per year). The recommended pressure for flushing should be between 1,000 to 1,500 psi. At no time should the pressure exceed 1,600 psi. 4.7.General Responsibilities 4.7.1.The removal of existing trees and palm staking shall be the Contractor's responsibility. 4.7.2.Staking Materials for trees or palms may include 2"x 4", 4"x4", lodge poles, and/or guy wire. The 2"x 4" and 4"x 4"should have a footer stabilized. 4.7.3.To avoid damage to curbs and turf,the Contractor shall provide and utilize ramps or other devices for ingress and egress,as needed. Damage attributable to the Contractor shall be repaired at the Contractor's expense,as determined by the MSTU Project Manager. 4.7.4.Miscellaneous Site Fixtures and Features • Entry signage, accent, and roadway lighting fixtures, banners, and benches shall be visually reviewed weekly to determine if malfunction, damage, or hazardous conditions exists. If any damage or improper operation is found or viewed, immediate notification of the MSTU Project Manager is required. 4.7.5.Inspecting,Reporting,&Invoicing • The Contractor shall inspect all plant, shrub,tree,and grass areas in the MSTU during each base service. • The Contractor shall promptly notify the MSTU Project Manager of any disease infestation, insect infestation, foliage die-off, irrigation issues, maintenance problems, additional necessary maintenance, or unusual occurrence or finding. • The Contractor shall be available for on-site inspection in the MSTU to verify work completed or to review open issues at the MSTU Project Managers' request. • The MSTU Project Manager may request weekly status every month in a Landscape Maintenance Report to be submitted by the Contractor after the last service week of each month. 5. AREA-SPECIFIC PESTICIDES 5.1. Application 5.1.1.Spraying of trees,shrubs,plants,and turf is to be performed by the Contractor,who must be certified to apply the chemicals(pesticides)used. 5.1.2.If the Primary Contractor is not certified,a certified sub-Contractor may be hired upon approval by the MSTU Project Manager and at no additional cost to the MSTU. 5.1.3.Every insecticide, fungicide, and herbicide chemical to be applied shall be approved by the Environmental Protection Agency for its intended use and manner of application. 5.1.4.The application rate shall conform to the specifications on the manufacturer's labels. 5.1.5.Applications shall be performed when the plant material is dry. 5.1.6.Special applications may be performed upon prior approval of the MSTU Project Manager. 5.2.General Schedule 5.2.1.Spraying may be performed upon prior approval by the MSTU Project Manager. 5.2.2.Time frames: Page 6 of 16 Exhibit A-Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU- Landscape Maintenance" Trees,Shrubs,Groundcovers,Turf Chemical General Insecticide As needed Fungicide As needed Beds Chemical General Pre-emergent Post-emergent Herbicide As needed Feb Sep Nov Jan Mar Turf Chemical General Pre-emergent Post-emergent Herbicide As needed Feb Sep Nov Jan Mar 5.3.Records 5.3.1.Records must be kept of all chemicals(pesticide)applications,including: • Name of the person performing the application. • Trade name&manufacturer. • Date&time of application. • Weather conditions. 6. IRRIGATION MAINTENANCE The Contractor shall maintain the installed irrigation system and perform wet checks for proper function. The areas of responsibility shall include: • Update and coordinate the watering schedules with the MSTU Project Manager as required for monitoring purposes and make recommendations to the MSTU Project Manager as conditions warrant. All irrigation schedule change requests shall be confirmed via e-mail. 6.1. Regular Service Requirements 6.1.1.It shall be the Contractor's responsibility to inspect, operationally test, and perform minor repairs to the irrigation system at the service interval presented in Fee Schedule to enable proper and safe operation. 6.1.2.Repairs include replacement of heads, nozzles, decoders, installation or replacement of risers, repair of minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids,etc. 6.1.3.If any irrigation issues beyond the scope of the weekly service are determined,the Contractor shall promptly notify the MSTU Project Manager. 6.1.4.Visual inspection of the irrigation system(s)shall be performed to check for: • Cuts • Leaks • Pipe damage • Dry areas • Flooded areas • Damaged or deteriorated valve boxes 6.1.5.Operational testing of the irrigation system(s)shall be performed to verify that source water is available and accessible. • Pumps are operating. • Control enclosures are intact,and controllers are powered and responding to inputs. • Controller-activated zone control, sequence,and duration are operational. Page 7 of 16 Exhibit A-Scope of Services CA Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" • Rain sensors are intact and functioning. • Valves are manually opened and closed to confirm proper function at the valve box. • Spray patterns deliver complete water coverage while avoiding overspray. • Water meters are registering flow,and water consumption readings are recorded. 6.1.6.Valve boxes shall be kept fully accessible and clear of debris inside, with lids fully closed when not being serviced. 6.1.7.Valve assemblies shall be inspected and cleaned, with sprinkler heads, nozzles, and screens cleared and adjusted. 6.1.8.Only County-approved replacement parts may be installed,and only matched precipitation head replacements may be installed. Collier County shall supply all irrigation parts under a separate annual contract. The landscape Contractor must arrange for pickup or delivery in accordance with the Division's Standard Operating Procedures(SOPs). 6.1.9.Repairs to defective or non-operational controllers shall be performed only after direct consultation with the MSTU Project Manager. 6.1.10.Intermediate repairs are handled separately from the Regular Irrigation Service. These include repairs to valves, controllers, electrical wiring, and main lines. Prior to proceeding,the MSTU Project Manager shall be consulted, and the repairs evaluated and quoted. Major repairs may be sourced separately from other Contractors, as determined by the MSTU Project Manager. 6.2. Existing Irrigation System: Area 1 —There is no working irrigation system at this time. Area 2— S 1st Street between Main Street and Carver Street, including the Welcome Sign (S 1st/Eustis) and the Triangle Area(median and ROW sides)including Welcome Sign. • Triangle-Hunter irrigation clock controlling 9 zones with a mixture of pop-ups and rotors. • 1st St between Main Street and Carver Street, including Welcome sign (S 1st/Eustis)-Hunter irrigation clock controlling 15 zones with a mixture of pop-ups and rotors and 2 islands controlled with battery- operated timers. Area 3 &4—No system available. 6.3. Parts: Irrigation parts are available for pick-up under separate county Purchase Order(s) with local vendors identified by the MSTU Project Manager. 7. ADDITIONAL SERVICES FOR WORK AREAS (These services need to be pre-approved by the MSTU Project Manager) 7.1. Fertilizing: Turf,Groundcover,Shrub,Tree,and Palm (Contractor supplied chemicals) 7.1.1.Application • Fertilizer is customarily supplied by Collier County under a separate annual contract at the time of application,with delivery coordinated by the receiving Contractor. • The MSTU Project Manager may direct the Contractor to supply and apply fertilizer based on the Fee Schedule pricing. • Fertilizing shall be performed at prescribed intervals throughout the year. • Slow-release formulations shall be used when available. • Fertilizer shall be broadcast throughout the designated medians,planting beds, and turf areas. • Tree bases and pit areas shall be fertilized evenly not to produce a fertilizer ring. • Shrubs and groundcovers shall have the fertilizer blown or fan-raked off the foliage following the broadcast application. • Fertilizers shall be removed from curbs, sidewalks,and any surfaces where staining may occur. • Ensure fertilizer and other chemicals do not come in direct contact with water. Page 8 of 16 Exhibit A -Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU- Landscape Maintenance" • After fertilizing(other than when watering restrictions apply), irrigate with at least a quarter inch(1/4") of water following fertilization to avoid the loss of nitrogen and increase uptake efficiency. If water restrictions apply,the Contractor may irrigate as permitted but no more the one-half inch(1/2")following fertilization. • Do not exceed the annual nitrogen recommendations in the Fertilizer Guidelines for Established Turfgrass Lawns in Three(3)Regions of Florida as provided on the label. • Palm fertilization has different nutritional requirements from other landscape plants.The MSTU Project Manager will provide the fertilization schedule. • An acceptable formulation is 8-0-12-4(N,P,K,Mg plus micro-elements). • Turf fertilization treatments of specific nutrients with applications of lacking nutrients in accordance with OF/IFAS. 7.2. Ornamental&Turf Spraying: Turf,Groundcover,Shrub,Tree,and Palm(Contractor supplied chemicals) 7.2.1.Application • Spraying of trees, shrubs,plants,and turf is to be performed by the Contractor, who must be certified to apply the chemicals(pesticides)used. • If the Primary Contractor is not certified, a certified sub-Contractor may be hired upon approval by the MSTU Project Manager and at no additional cost to the MSTU. • Every insecticide,fungicide,and herbicide chemical to be applied shall be approved by the Environmental Protection Agency for its intended use and manner of application. • The application rate shall conform to the specifications on the manufacturer's labels. • Applications shall be performed when the plant material is dry. • Special applications may be performed upon prior approval of the MSTU Project Manager. 7.3. Structural Pruning: (Canopy Trees)April& September/(Palms—fonds,seed pods,and boots)November 7.3.1. Trimming&Pruning The following table lists specific plant varieties and acceptable pruning for each. During this contract, pruning specifications may be changed or added at the direction of the MSTU Project Manager. Canopy trees and palms shall be selectively pruned with guidance from a professional Certified Arborist provided by the Contractor at no additional cost to the County. All changes to this table shall be submitted in writing to the Contractor for implementation. Suppose changes in the table result in a different cost of service. In that case,the Contractor shall write a change request to the MSTU Project Manager detailing the additional work and price difference. IMMOKALEE BEAUTIFICATION MSTU TRIM & PRUNE GUIDELINES Common Name Scientific Name Trimming Guidelines Shrubs Bougainvillea Bougainvillea glabra Maintain 24"round ht.&2 ft.Offset from the back of the curb,within (Dwarf) `Helen Johnson' limits of clear sight areas. Bi-seasonal 50%heavy reduction only upon approval. Bougainvillea Bougianvillea app. Maintain 36"rounded ht. &2ft. offset from the back of curb. `Silhouette' `Silhouette' Frequency: remove shoots weekly Bi-seasonal 50%heavy reduction upon approval. Bush Allamanda Allamanda schottii Maintain 24"round ht.&2 ft.Offset from the back of the curb,within limits of clear sight areas. Dwarf Yaupon (Shillings Holly") Maintain 24"round ht.&2 ft.Offset from the back of the curb,within Holly limits of clear sight areas. Page 9 of 16 Exhibit A -Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" Firebush(Dwarf) Hamelia patens Trim to 36"rounded ht. Maintain up to 48"rounded ht. `Galbra' Frequency:As needed Green Island Ficus Ficus macrocarpa Trim to 36"rounded ht. Maintain up to 48"rounded ht. `Green Island' Frequency:As needed Hawthorne Raphiolepis indica Trim to 36"rounded ht. Maintain up to 48"rounded ht. Frequency:As needed Jasmine Genus Jasminum Trim to 18"rounded ht. Maintain up to 24"rounded ht. Frequency:As needed Plumbago Plumbago auriculate Trim to 36"rounded ht. Maintain 48"rounded ht. `Imperial Blue' Frequency:Removes shoots weekly. Saw Palmetto Serenoa repens Trim to maintain naturally rounded ht. Maintain up to 60" rounded (Silver or Green) ht. Frequency:As needed for shape and remove dead stems. Schefflera(Dwarf) Schefflera arboricola Trim to 36"rounded ht. Maintain up to 48"rounded ht. `Trinette' Maintain 24"rounded ht. in limits of clear sight areas. Frequency:As needed Thryallis Galphimia gracilis Trim to 36" rounded ht. Maintain 24" rounded ht. in limits of clear sight areas. Frequency:As needed Walter's Viburnum obovatum Trim to 36"rounded ht. Maintain 24" rounded ht. in limits of clear Viburnum sight areas. Frequency:As needed Wild Coffee Psychotria nervosa Trim to 36"rounded ht. Maintain 24"rounded ht. in limits of clear sight areas. Frequency:As needed Xanadu Philodendron Trim to 36" rounded ht. Maintain 24" rounded ht. in limits of clear Philodendron `Xanadu' sight areas. Frequency:As needed Accent Plants N/A N/A N/A Native&Ornamental Grasses Dwarf Tripsacum Grows to about 3 ft. tall. Pruned at its base to remove old growth: Fakahatchee Grass floridanum grasses shall only be pruned after the blooming season. Shall not be cut in a flat top method. Fakahatchee Grass Tripsacum Grows to about 8 ft. tall. Pruned at its base to remove old growth: floridanum grasses shall only be pruned after the blooming season. During the first weeks of October and April. Shall not be cut in a flat top method. Fountain Grass Pennisetum setaceum Pampas need to mature to about 5 ft. Frequency: Spring and Fall cut back. Liriope Liriope muscari Liriope muscari shall only be pruned at the direction and approval of the MSTU Project Manager. Pink Muhly grass Muhlenbergia Trim level at 2"above grade and 2 ft. offset from the back curb. capillaris Frequency: After blooming or in March and July for 100% rejuvenation. Sandcord grass Spartina bakeri Trim Level at 2"above grade Frequency:Once per year in July for 100%rejuvenation,if needed Page 10 of 16 Exhibit A -Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" Ground Covers Blueberry Flax Dianella tasmanica Remove dead or diseased foliage and flower stalks. Lily `Variegata' Frequency:April and October 75%rejuvenation cut only upon approval. Blue Porterweed Stachytarpheta Uniform shape to 18"ht. in limits of clear sight areas. jamaicensis or Frequency: As needed cayennensis Crown of Thorn Euphorbia milii Uniform shape to 18"ht. in limits of clear sight areas. (Dwarf) 'Big Rose' Frequency: As needed Juniper Parsoni Juniper chinensis Uniform shape to 24"ht. in limits of clear sight areas. `Parsonii' Frequency:As needed Perennial Peanut Archis glabrata Mow at 4"blade ht.to tip foliage. `Ecoturf Frequency: Once per year in June. Spider Lily Hymenocallis No pruning is necessary except to remove dead or diseased foliage. latifolia Frequency:As needed 100%rejuvenation cut only upon approval. 7.4.Light Pole Clearing(Upon Request) 7.4.1.At the Zocalo Plaza located at 107 N. 1 S` Street, clear the lamps of spider webs by removal of lens face of fixture. 7.4.2.At the Zocalo Plaza,clear the lamps of tree limbs for clearance of the face of the fixture for clear illumination. 7.5.Mulching: (2 Cubic Foot Bags): (inclusive of all labor,materials,and equipment to complete the work) 7.5.1.Application • Mulch is customarily supplied by Collier County under a separate annual contract at the time of application,with delivery coordinated by the receiving Contractor. • MSTU Project Manager may direct the Contractor to supply and apply mulch based on the Fee Schedule pricing. • The timetable for installing mulch shall be on an as-needed basis, upon direction by MSTU Project Manager. • All designated plant beds shall be mulched by covering all unplanted areas. • The areas to receive mulch shall be raked to establish a level base. • Areas to receive an initial application of mulch shall have mulch evenly distributed to provide a three-inch (3")non-compacted or unsettled depth measured from the base. • Mulch distribution within a tree or palm area shall begin six inches(6")away from the trunk of the tree or palm. • Mulch shall not be piled against any plant branches or trunks. • Prior to re-mulching, the Contractor shall turn and mix all the existing mulch in all medians and ROW areas. • Areas to be re-mulched shall have mulch evenly distributed to provide a two-inch(2")non-compacted or unsettled depth measured from the base. • Mulch shall not be placed over valves or valve boxes in mulched areas. • All adjacent areas not mulched(curbs,sidewalks,roadways,etc.)shall be cleared of any mulch or foreign debris. • Upon completion of mulching,all excess material,bags,and foreign debris shall be collected and disposed of by the Contractor,leaving the overall landscape neat and orderly. 7.6.Pressure Cleaning: (inclusive of all labor,materials,and equipment to complete the work) Page 11 of 16 Exhibit A-Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" 7.6.1.Brick Pavers&Stamped Concrete • Pressure cleaning brick pavers and stamped concrete can be performed quarterly(four(4)times per year). All brick curbing, brick paving, stamped concrete, and paving areas may be pressure cleaned to remove tire marks or other dirt and debris deposited on the surface areas. Sealing of paving areas shall be at the direction of the MSTU Project Manager on a time and material basis. • Upon finding damage to the brick curbing, brick paving, stamped concrete, sidewalks, or paving, immediate notification to the MSTU Project Manager or his authorized representative is required. Upon finding damaged areas, the Contractor shall clean up debris if present and/or flag off the areas with protective barriers and/or high visibility hazard tape. The Contractor shall submit a quote using the Fee Schedule pricing to repair or replace the damaged brick curbing or paving areas as soon as possible. Repairs to the brick curbing and paving will be considered additional expenses to the Contract. The additional expenses shall be charged as a time and material billing with the bricks provided by the County. All additional expenses must be pre-approved by the MSTU Project Manager.The MSTU Project Manager may use Secondary Contractor or Sub-Contractor to replace and/or repair pavers. • Recommended pressure for cleaning brick pavers should be between 2400 to 2700 pounds per square inch (psi). Minimum pressure is to be no less than 2000 psi at any moment during pressure cleaning. • Recommended pressure for cleaning stamped concrete should be between 1000 to 1500 psi. Minimum pressure is to be no less than 1000 psi at any moment during pressure cleaning. • This service can be utilized for any required needs. 7.6.2.Sidewalks • Pressure cleaning of the concrete sidewalk shall be performed as directed by the MSTU Project Manager. All concrete sidewalks must be pressure cleaned to remove tire marks or other dirt and debris deposited on the surface areas. Sealing of concrete areas shall be under the direction of the MSTU Project Manager on a time and material basis. • The recommended pressure for cleaning concrete should be between 3000 to 3500 psi. Minimum pressure is to be no less than 2000 psi at any moment during pressure cleaning. • Upon finding damage to the concrete paving, immediate notification to the MSTU Project Manager or authorized representative is required.Upon finding damaged areas,the Contractor shall clean up debris if present and/or flag off the areas with protective barriers and/or high visibility hazard tape. To repair or replace paving areas, the Contractor shall submit a quote using the Fee Schedule pricing as soon as possible. Repairs to the paving will be considered as additional expenses to the Contract. The additional expenses shall be charged as a time and material billing. All additional expenses must be pre-approved by the MSTU Project Manager.The MSTU Project Manager may use another Contractor to replace and/or repair concrete sidewalk areas. 7.6.3.Sign Faces • Maintenance for two(2) existing and one(1)proposed gateway signs, including the stucco structure and the face of the sign,shall consist of cleaning the structures and cleaning the sign face by pressure cleaning method upon the direction of the MSTU Project Manager as needed or directed. • The use of chemicals during pressure cleaning follows all Federal, State,and Local codes and ordinances. All chemical applications are to be submitted to the MSTU Project Manager for review and approval prior to use on a project. Page 12 of 16 Exhibit A -Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" 7.7.Special Services 7.7.1.Small Project Maintenance • Maintenance for any small projects as needed by the Division may be requested and SubContractor utilized, including but not limited to minor fence repair, bench and trash receptacle repair/removal/replacement or secured in concrete, painting, paver repairs for trip hazards, removal/disposal of dead trees, grind stumps, remove dead animals from grounds, remove graffiti from walls, walkways or other surfaces, assist with clean up following hurricanes, storms or emergency situations, removal of banner arms and/or streetlight poles damaged by accidents, install/removal of banners,additional plantings for Earth Day(April 22),install landscape rocks in place of mulch,cleaning of landscape rocks,removal of chewing gum on sidewalks,removal of bulbout(s),damaged benches,and bulbout's donation plaques, assemble and/or install hardscapes, minor plumbing maintenance/repair, excessive trash pick-up,set timers for lights and irrigation systems,pressure washing additional areas and any other small projects as requested or needed. Quotes using Fee Schedule pricing will be provided to the MSTU Project Manager for approval prior to any work commencing. • Collier County Parks &Recreation Department perform general grounds maintenance at the Zocalo Park located at 107 N. 1st Street, Immokalee. However, additional services maintenance tasks for any small projects as needed by the Division may be requested and SubContractor utilized,including but not limited to the installation of memorial bench(es), trimming of trees and shrubs, removal of exotic vegetation, trimming of the bougainvillea on the trellis, cleaning of light fixtures, trimming of the bamboo trees, arborist activities, reapplication of shells, paver leveling, and any other small projects as requested or needed. Quotes using Fee Schedule pricing will be provided to the MSTU Project Manager for approval prior to any work commencing. 7.7.2.Seasonal Banners and Holiday Decorations • The streetlight poles and light fixtures with banner support arms will require the installation and removal of banners/holiday decorations. The Contractor shall be responsible for picking up, installing,removing, and returning the banners/holiday decorations to the storage location determined by the MSTU Project Manager and cleaning the banners as requested. The Contractor's pricing shall be based upon per banner being installed and replacement with another banner and per holiday decoration being installed/removed. The holiday decorations and traditional banners shall be installed for display as requested by the MSTU Project Manager during each calendar year on an as-needed basis.Quotes using Fee Schedule pricing will be provided to the MSTU Project Manager for approval prior to any work commencing. The Contractor must include all costs associated with the installation and removal of banners/holiday decorations, including MOT equipment necessary to access banner arms such as a hydraulic lift or ladder and any other required tools or accessories. 7.7.3.Historical Cemetery • Collier County Parks & Recreation Department currently perform general grounds maintenance at the historical cemetery at 815 W. Main Street near S. 9th Street, Immokalee. However, in the future, the Contractor may acquire the monthly maintenance of the fenced historical cemetery as an additional service or maintenance task in addition to the strip of right-of-way for any small projects as needed by the Division that may be requested, and the SubContractor utilized, including but not limited to additional plantings, mulch, landscape rocks, cleaning of the landscape rocks, troubleshoot, maintain, and repair irrigation system. Quotes using Fee Schedule pricing will be provided to the MSTU Project Manager for approval prior to any work commencing. 7.7.4.Panther Crossing Welcome Sign • The proposed location for a gateway welcome sign is just east of Farm Worker Way on the westbound Page 13 of 16 Exhibit A-Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" side of State Highway 29. Provided the sign is constructed,additional landscape maintenance tasks within the easement as needed may be requested, and SubContractor utilized, including but not limited to additional plantings, mulch, landscape rocks, troubleshooting, maintenance, and repairing irrigation system,and cleaning of the sign as requested by the MSTU Project Manager. Maintenance for the proposed gateway welcome sign includes cleaning the signs and trimming all shrubs and trees, so that view of to sign is not obstructed. The Contractor must ensure that shrubs do not block the existing signage light from illuminating the sign.The completion of the welcome sign is estimated to be in FY2024. Quotes using Fee Schedule pricing will be provided to the MSTU Project Manager for approval prior to any work commencing. 7.7.5.Additional Maintenance Services • The Contractor agrees that the Fee Schedule pricing under this Agreement shall also be made available to the County on a temporary basis for landscape and roadway maintenance services,as needed,and may be required to be temporarily performed at another project site located within the boundaries of the Immokalee MSTU. In that case, the MSTU Project Manager and the Contractor will determine the number of hours to be billed at the hourly rates listed on the Fee Schedule for M. "Additional Services for Work Areas"section. 7.8. Equipment with Operator Rates: (Inclusive of labor,equipment,fuel,and materials) 7.8.1. The Contractor shall utilize the price per hour on Fee Schedule for the following equipment. • Bucket/Lift Truck • Water Truck • Mini Excavator • Crane Truck • Skid Loader 8. MAINTENANCE OF TRAFFIC(MOT) 8.1. The Contractor shall verify the current MOT certification and comply with the requirements of Collier County's MOT Policy. 8.2. The Contractor shall utilize adequate barricades,warning devices,and the necessary safety equipment according to the Collier County ROW Ordinance. 8.3. Flagmen are required when two-way traffic is obstructed. 8.4. Blocking of a public ROW or street, except under extreme emergency conditions, shall not be permitted without prior approval of the MSTU Project Manager and arrangements made with agencies having jurisdiction over the street to be closed. 8.5. For safe worker visibility,approved bright day-glow red/yellow/orange colored safety vests(Class 3)shall be worn by employees when servicing the area. 9. REPORTS 9.1. The MSTU Project Manager may require monthly or weekly landscape maintenance reports. 9.2. Reports shall be written in English. 9.3. If required, landscape maintenance reports shall be emailed to the MSTU Project Manager prior to or simultaneous with submitting invoices for payment. 9.4. The Contractor shall complete the"Irrigation Systems Checklist—Weekly Requirement"sheets bi-weekly. 9.5. The MSTU Project Manager may request a monthly Irrigation Service Report be submitted by the Contractor after the last service week of each month. 9.6. Report format shall be as specified by the MSTU Project Manager. 9.7. Contractor's format may be acceptable upon review and approval by the MSTU Project Manager. Page 14 of 16 Exhibit A -Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" 10. PRICE MODIFICATIONS 10.1.Any requested adjustment shall be fully documented and submitted to the County no less than thirty(30)days prior to the annual contract anniversary date based on the percent change (up or down) of the Consumer Price Index (CPI) or Producer Price Index (PPI). Retroactive price adjustments are not authorized. All requests must be submitted to the County Representative or designee. 10.2.Any approved cost adjustments shall become effective as of the anniversary date or upon Procurement Director/Board approval. 10.2.1.Contractor shall provide supporting documentation justifying price increases (examples: Contractor's material agreements,distributor invoices,proof of fuel increases,etc.). 10.2.2.County Representative or designee shall analyze prices to determine if increases are fair and reasonable using the following methods: price competition (reviewing competitive bids or offers), market prices, historical prices, or independent estimates. 10.2.3.Contractor shall continue to fill all purchase orders received at the current agreement prices during the review process. 10.2.4.The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. The bid tabulation Fee Schedule shall be modified with the price increases via an amendment. 10.2.5.Price increase requests are not guaranteed.If approved,the Procurement Director or designee will notify the Contractor in writing with the effective date of any approved price increases. 10.3.The County may, after examination, refuse to accept the adjusted costs if they are not properly documented, considered excessive, or if decreases are deemed insufficient. In the event the County does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the County, a contract termination will have to be processed. 11. MEETING ATTENDANCE 11.1.Required meetings: • The Contractor shall attend a monthly field review with the MSTU Project Manager scheduled no later than 1- week(the second Monday of each month)before the Advisory Committee meeting. (approx.one(1)hour) • The Contractor shall attend the monthly MSTU Advisory Committee meeting to discuss the ongoing status of Landscape and Irrigation maintenance,per the weekly/monthly report(s),and answer any questions.(approx.one (1)hour) • At the MSTU Project Manager's request,the Contractor shall be available for on-site inspection in the MSTU to verify work completed or review open issues. 11.2.There shall be no additional charge for attendance at these meetings. 12. GENERAL PROVISIONS 12.1.The Contractor shall identify an English-speaking singular point of contact with radio, cellular phone, and e-mail for on-site and off-site communication to coordinate with the MSTU Project Manager. 12.2.The Contractor shall provide a sufficient crew size for each Weekly Landscape Service to be completed within one (1)day and,if required,a consecutive day immediately following. 12.3.Professional courtesy,conduct,and clothing are expected at all times. 12.4.Replacement of plants, shrubs,trees, grass,or foliage due to death caused by neglect or damage by the Contractor, Contractor's employees, or a sub-Contractor, as determined by the MSTU Project Manager, shall be at the Contractor's sole expense. 12.5.Accidents, thefts, and vandalism shall be reported to the MSTU Project Manager on the same day as discovered, including pictures when reasonably accessible to be taken. Page 15 of 16 Exhibit A-Scope of Services CAO Invitation to Bid (ITB)#23-8084 "Immokalee MSTU-Landscape Maintenance" 13. CONTRACTOR EMPLOYEES 13.1.All Contractor employees working under this Agreement shall, at all times,be sole employees of the Contractor's company and under the Contractor's exclusive direction and not an employee or agents of Collier County. 13.2.The Contractor shall supply competent and physically capable employees. 13.3.At the direction of the MSTU Project Manager, the Contractor shall remove any employee deemed careless, incompetent, insubordinate, or otherwise objectionable and whose continued services are not in the County's best interest. 14. SUB-CONTRACTING 14.1.Contractor use of a SubContractor, compliant with all County provisions, may be requested to the MSTU Project Manager in writing. 14.2.The cost of utilizing a SubContractor shall not exceed the pricing outlined in Exhibit B Fee Schedule or additional cost to the MSTU, including any markup,if applicable. 14.3.Detailed SubContractor invoices,Bill of Material(BOM),and receipts shall accompany the Contractor's invoice to the County. 15. HOURS OF SERVICE 15.1.Work performed at the specific direction of the MSTU Project Manager and billable at hourly rates shall be invoiced as follows: • Normal Hours: 6:00 AM to 6:00 PM • After Hours: 6:01 PM to 5:59 AM Note: After Hour services must be pre-approved by the MSTU Project Manager at each occurrence. 16. MATERIALS MARKUP 16.1.Material markup is fixed at cost plus fifteen percent (15%). The percentage represents a markup on non-bid line items. Receipts are required as a backup with the invoice for verification. *Note:The Agreement shall govern except as expressly provided otherwise in the Collier County Landscape and Irrigation Specifications for Beautification Improvements within the Public Right-of-Way,Collier County,Florida herein: https://www.colliercountvfl.2ov/home/showpublisheddocument/25364/635883137282070000 Page 16 of 16 Exhibit A-Scope of Services CAO Exhibit B Fee Schedule following this page (pages 1 through 3 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO 23-8084 BID TABULATION IMMOKALEE MSTU LANDSCAPE AND IRRIGATION MAINTENANCE SECONDARY CONTRACTOR: SUPERIOR LANDSCAPING&LAWN SERVICE INC. WORK AREA 1: State Highway 29(Main Street)between Hancock Street and 13th Street. A. ROUTINE MAINTENANCE Item Description UOM Unit Price I Pre-Service Cleaning Week $ 88.00 2 Mowing&Edging-Multiple Medians Week $ 345.00 3 Mowing&Edging-Side ROW's,(1)Commercial Mower Pass(Weekly) Week $ 444.00 4 Weeding-Medians-Hand&Chemical Week $ 201.00 5 General Site Trimming&Pruning -Medians(Biweekly) Biweekly $ 957.00 6 Post-Service Cleaning-All Areas Week $ 88.00 7 Post-Service Cleaning-Bulbout Gutter Channel Drains Pressured Wash Month $ 88.00 B. AREA-SPECIFIC PESTICIDES'-Contractor supplies all chemicals&application Item Description UOM Unit Price 8 Groundcover,Shrubs,&Trees:Insecticides,applied to total roadway and areas as needed per Month Month $ 106.00 9 Groundcover,Shrubs,&Trees:Fungicides.applied to total roadway and areas as needed per Month Month $ 106.00 10 Groundcover,Shrubs,&Trees:Herbicides,applied to total roadway and areas as needed per Month Month $ 106.00 11 Turf:Insecticides&Fungicides,applied to total roadway and areas as needed per Month Month $ 106.00 12 Turf:Herbicides,applied to total roadway and areas as needed per Month Month $ 106.00 C. IRRIGATION MAINTENANCE Item Description UOM Unit Price 13 Irrigation System Inspection&Wet-Check Week $ 135.00 WORK AREA 2:County Road 846(S 1st Street)between State Highway 29 and Carver Street,including the Welcome Sign area(S 1st Street/Eustis Avenue)and the"Triangle Area"(median and ROW sides at the intersection of State Highway 29,New Market Road and Westclox Road;including the Welcome Sign area). D. ROUTINE MAINTENANCE Item Description UOM Unit Price 14 Pre-Service Cleaning Week $ 88.00 15 Mowing&Edging-Multiple Medians Week $ 395.00 16 Mowing&Edging-Side ROW's,(1)Commercial Mower Pass(Weekly) Week $ 395.00 17 Weeding-Medians-Hand&Chemical Week $ 201.00 18 General Site Trimming&Pruning-(Biweekly) Biweekly $ 957.00 19 Post-Service Cleaning-All Areas Week $ 88.00 E. AREA-SPECIFIC PESTICIDES-Contractor supplies all chemicals&application Item Description UOM Unit Price 20 Groundcover,Shrubs,&Trees:Insecticides,applied to total roadway and areas as needed per Month Month $ 106.00 21 Groundcover,Shrubs,&Trees:Fungicides,applied to total roadway and areas as needed per Month Month $ 106.00 22 Groundcover,Shrubs,&Trees:Herbicides,applied to total roadway and areas as needed per Month Month $ 106.00 23 Turf:Insecticides&Fungicides,applied to total roadway and areas as needed per Month Month $ 106.00 24 Turf:Herbicides,applied to total roadway and areas as needed per Month Month $ 106.00 F. IRRIGATION MAINTENANCE Item Description UOM Unit Price 25 Irrigation System Inspection&Wet-Check Week $ 135.00 WORK AREA 3:One(1)proposed Welcome Sign on State Highway 29 at the Farm Worker's Village containing approximately 384 square feet. This maintenance pertains to plants,shrubs,trees,and palms,installation of new landscaping,and the repair and replacement of items damaged or destroyed,as well as irrigation system maintenance and irrigation controller operation. G. ROUTINE MAINTENANCE Item Description UOM Unit Price 26 Pre-Service Cleaning Week _ $ 44.00 27 Mowing&Edging-(No Medians) Week $ 79.00 28 Mowing&Edging-North Side ROW,(1)Commercial Mower Pass(Weekly) Week $ 79.00 29 Weeding-Hand&Chemical Week $ 57.00 30 General Site Trimming&Pruning(Biweekly) Biweekly $ 120.00 31 Post-Service Cleaning-All Areas Week $ 44.00 H. AREA-SPECIFIC PESTICIDES=Contractor supplies all chemicals&application Item Description UOM Unit Price 32 Groundcover,Shrubs,&Trees:Insecticides,applied to total area as needed per Month Month $ 21.00 33 Groundcover,Shrubs,&Trees:Fungicides,applied to total area as needed per Month Month $ 21.00 34 Groundcover,Shrubs,&Trees:Herbicides,applied to total area as needed per Month Month $ 21.00 35 Turf:Insecticides&Fungicides,applied to total area as needed per Month Month $ 21.00 36 Turf:Herbicides,applied to total area as needed per Month Month $ 21.00 CAO I. IRRIGATION MAINTENANCE Item Description UOM • Unit Price 37 Irrigation System Inspection&Wet-Check Week $ 45.00 WORK AREA 4:One historical cemetery on State Highway 29 at 815 West Main St.(PID#00127320003)approx.28'X 95'containing.06 acres,more or less. J. ROUTINE MAINTENANCE Item Description UOM Unit Price 38 Pre-Service Cleaning Week $ 11.00 39 Mowing&Edging-(No Medians) Week $ 40.00 40 Weeding-Hand&Chemical Week $ 20.00 41 General Site Trimming&Pruning(Biweekly) Biweekly $ 60.00 42 Post-Service Cleaning-All Areas Week $ 11.00 K. AREA-SPECIFIC PESTICIDES-Contractor supplies all chemicals&application Item Description UOM Unit Price 43 Groundcover,Shrubs,&Trees:Insecticides,applied to total area as needed per Month Month $ 8.00 44 Groundcover,Shrubs,&Trees:Fungicides,applied to total area as needed per Month Month $ 8.00 45 Groundcover,Shrubs,&Trees:Herbicides,applied to total area as needed per Month Month $ 8.00 _ 46 Turf:Insecticides&Fungicides,applied to total area as needed per Month Month $ 8.00 47 Turf:Herbicides,applied to total area as needed per Month Month $ 8.00 L. LABOR HOURS(pre-approved by the Project Mannger**) Item Description UOM Unit Price 48 Irrigation System Inspection&Wet-Check Week $ 23.00 WORK AREA 4-TOTAL M. ADDITIONAL SERVICES FOR WORK AREAS LABOR HOURS(pre-approved by the Project Mannger**) Item Description UOM Unit Price 49 Supervisor(per man hour)** Hour $ 75.00 50 Laborer/Helper(per man hour)** Hour $ 45.00 51 Irrigation Supervisor (per man hour)** Hour $ 75.00 52 Irrigation Technician(per man hour)** Hour $ 55.00 53 Irrigation System Review(Unit per hour)** Hour _$ 75.00 FERTILIZING: Turf,Groundcover,Shrub,Tree,and Palm(Contractor supplied chemicals) Item Description UOM Unit Price 54 8-0-12-180 Approx 200 bags n 50 lb/bag,2 apps/year(65+65)-.Application Price/bag 50 LB Bag $ 55,00 Turf,Groundcover,Shrubs,Trees: 55 0-0-22 (So-Po-Mag) Approx 8 bags total(a,50 lb/bag,2 apps/year(2+2)-Application Price/bag Palms 50 LB Bag $ 55.00 56 Application labor rate only(Granular fertilizer,Micronutrients,County Supplied) 50 LB Bag $ 18.00 57 Application labor&materials(Drench) (Sequestrene Iron,Contractor supplied) Each $ 85.00 58 Application labor&materials (20-20-20 w/Ferromec AC 13-0-0 plus 6%Iron,Contractor supplied) Each $ 85.00 ORNAMENTAL&TURF SPRAYING: Turf,Groundcover,Shrub,Tree,and Palm(Contractor supplied chemicals) Item Description UOM Unit Price 59 Insecticides&Fungicides Application Labor&Materials(Foliar) Each $ 275.00 60 Insecticides&Fungicides Application Labor&Materials(Drench) Each $ 275.00 61 Insecticides&Fungicides Application Labor&Materials(Turf) Each $ 275.00 62 Herbicides Application Labor&Materials(Pre-or Post-Emergent) Each $ 275.00 63 Herbicides Application Labor&Materials(Turf) Each $ 275.00 STRUCTURAL PRUNING: (Canopy Trees)April &September(All inclusive of labor,equipment,watering,aterials,and incidentials to complete the work) Item Description UOM Unit Price 64 Virginia Live Oak Each $ 45.00 65 Dwarf Iatropha Each $ 25.00 66 East Palatka Holly Each $ 25.00 67 Floss Silk Trees Each $ 35.00 68 Hong Kong Orchid Each $ 35.00 69 Hopi Crape Myrtle Each $ 35.00 STRUCTURAL PRUNING (Palms-fonds,seed pods,and boots)November(All inclusive of labor,equipment,waterin„materials,and incidentials to complete the Item Description UOM Unit Price 70 Alexander Palm Each $ 25.00 71 Paurotis/Everglades Palm Each $ 35.00 72 Foxtail Palm Each $ 25.00 73 Sabal Palm/Cabbage Palm Each $ 35.00 LIGHT POLE CLEARING(upon request) Item Description UOM Unit Price 74 Zocalo Lamps Spider Webs-Remove from lens face of fixture,upon request (Approx 15 ft height) Hour $ 45.00 75 Zocalo Lamps Tree Limbs-Remove from lens face of fixture,upon request (Approx 15 ft height) Hour $ 45.00 CAO MULCHING(2 cubic foot bags) Item Description UOM Unit Price 76 Application labor-only rate(County supplied mulch) Bag $ 2.50 77 Application labor&materials rate(Contractor supplied mulch) Bag $ 5.50 PRESSURE CLEANING(inclusive of all labor,materials,equipment to complete the work) Item Description UOM Unit Price 78 Brick Pavers&Stamped Concrete SQFT $ 5.50 79 Sidewalks SQFT $ 5.50 80 Sign Faces*** SQFT $ 75.00 SPECIAL SERVICES Item Description UOM Unit Price 81 Small Project Maintenance Hour $ 45.00 82 Seasonal Banner and Holiday Decoration Hour $ 45 00 TREE&PALM MAINTENANCE SERVICES(All inclusive of labor,equipment,watering,materials,and incidentials to complete the work) Item Description UOM Unit Price 83 Staking Small Canopy Tree(2x2 posts and guy wire,4"-6"caliper) Each $ 60.00 84 Staking Large Canopy Tree(2x4 posts,greater than 6"caliper) Each $ 120.00 85 Staking Small Palm(2x2 posts and guy wire,4"-6"caliper) Each $ 60.00 86 Staking Large Palm(2x4 posts,greater than 6"caliper) Each $ 120.00 87 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire,4"-6"caliper) Each $ 75.00 88 Restaking Large Canopy Tree(2x4 posts,greater than 6"caliper) Each $ 225.00 89 Restanding and Staking Small Palm(4"-6"Caliper) Each $ 75.00 90 Restanding and Staking Large Palm(Caliper greater than 6") Each $ 150.00 91 Removal:Small Tree-up to 10 feet in height(includes root ball and stump) Each $ 75.00 92 Removal:Medium Tree-11 feet in height but less than 20 feet in height(includes root ball and stump) Each $ 150.00 93 Removal:Large Tree-20 feet in height and greater(includes root ball and stump) Each $ 400.00 Removal:Small Palm-Alexander,Pygmy Date,Montegomery,Thrinax,Cocothrinax 94 Each $ 50.00 (includes root ball and stump) 95 Removal:Medium Palm-Foxtail&Sabal(includes root ball and stump) Each $ 150.00 96 Removal:Large Palm-Royal&Bismarck(includes root ball and stump) Each $ 300.00 97 Stump tip overs(small) Each $ 200.00 98 Stump tip overs(medium) Each $ 300.00 99 Stump tip overs(large) Each $ 500.00 100 Soil replacement(fill in stump tip over hole) Cubic Yard $ 45.00 101 Cut Dead Palm to a 3'stump(All sizes) Hour $ 175.00 102 Cut Dead Tree to a 3'stump(All sizes) How $ 275.00 103 Debris Removal Cubic Yard $ 75.00 EQUIPMENT WITH OPERATOR RATES(Inclusive of labor,equipment,fuel&materials) Item Description UOM Unit Price 104 Bucket/Lift Truck Hour $ 175.00 105 Water Truck Hour $ 225.00 106 Mini Excavator Hour $ 175.00 107 Crane Truck Hour $ 675.00 108 Skid Loader Hour $ 175.00 MATERIALS MARK-UP FIXED PERCENTAGE IS 15% _ **County observed holidays and outside of regular business hour rates shall be billed at(1.5 X straight time hourly) ***There are two(2)existing signs and one(1)proposed sign to he constructed in 2023-2024 on SR29 at Farm Workers Way(Panther Crossing). • • .:-, Other Exhibit/Attachment Description: ❑ following this page (pages through ) I■I this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2022_Ver.3 CAO