Loading...
#23-8136 (A & M Property Maintenance LLC) FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 23-8136 for Lely Golf Estates MSTU Grounds Maintenance THIS AGREEMENT, made and entered into on this 12, day of December 2023 , by and between A&M Property Maintenance LLC authorized to do business in the State of Florida, whose business address is 4396 Owens Way, Ave Maria, FL 34142 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ['upon the date of Board approval; or ❑■ on January 1, 2024 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 ❑ Notice to Procccd. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ Request for Proposal (RFP) ❑■ Invitation to Bid (ITB) ❑ Other ( )# 23-8136 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. 3- ❑ The procedure for obtaining Work under this Agreement is outlined in ❑ Other Exhibit/Attachment: 8-4❑ The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on 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): ❑ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks arc transferred from the County to the contractor; and, as a business practice there arc no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and 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. 0 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 2of17 Fixed Term Service Multi-Contractor Agreement [2023 ver.2] 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 "laches" 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 ❑ : Travel and Reimbursable Expenses must bc approved in advance in writing by the County. Travel expenses shall bc reimbursed as per Section 112.061 Fla. Stats. Reimbursements shall bc at the following rates: Mileage $0.44.5 per mile Breakfast $6.00 Lunch $11.00 Dinner $4-9.00 Airfare Actual ticket cost limited to tourist or coach claw fare Rental car Actual rental cost limited to compact or standard size vchiclea g Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine Reimbursable items other than travel expenses shall bc limited to the following: telephone long distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] CAO 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: A&M Property Maintenance LLC Address: 4396 Owens Way Ave Maria, FL 34142 Authorized Agent: Sylvia B. Yzaguirre, Owner Attention Name & Title: Telephone: (239) 503-0303 E-Mail(s): Aandmtotal@yahoo.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Brian Wells Division Name: Public Transit & Neighborhood Enhancement Address: 8300 Radio Road Naples, Florida 34104 Administrative Agent/PM: Dan Schumacher, Project Manager II Telephone: (239) 252-5775 E-Mail(s): Dan.Schumacher@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 [2023_ver.2] 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. ❑■ Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑■ Business Auto Liability: Coverage shall have minimum limits of$ 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. 0 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] CAO 4D- ❑ Professional Liabilit ram: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of profcs4;ional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not [c.f.; than $ each claim and aggregate. &❑cber Liability: Coverage shall have minimum limits of$ per claim. P- ❑ : Coverage shall have minimum limits of$ per claim. 6- ❑ : Coverage chall have minimum limits of$ per claim. 1=1, ❑ : Coverage shall have minimum limits of$ per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 17 Fixed Term Service Multi-Contractor Agreement [2023 ver.2] 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 Public Transit & Neighborhood Enchancement Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFP/ ❑■ ITB/❑Othcr #23-8136 , including Exhibits, Attachments and Addenda/Addendum, ❑ cubscqucnt quotes, and ❑ Othcr Exhibit/Attachmcnt: 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 Ill, 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 [2023_ver.2] 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: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD 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: PublicRecordRequest(a colliercountvfl.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 8of17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] GAO 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 fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 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. ■❑ 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 Page 9 of 17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] CAO site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. ■❑ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑ 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. ■❑ 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 Page 10 of 17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] CA 0 to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it 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. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement [2023 ver.2] CAO 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their ar as 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 es many people as necessary to complete the services on a timely basis, and each person a:rsigncd shall be available for an amount of time adequate to meet the required sc ice dates. The Contractor shall not change Key Personnel unless the following conditions arc met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. seven (7) days of the change. The County retains final approval of proposed replacement personnel. n 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. ■ 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. I I ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents of be resolved by application of the Su the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 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 Page 12of17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] ;_.A0 assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPSCa�colliercountvfl.gov) 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. Collier County Sheriffs Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 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 Page 13 of 17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] CAO shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. ISM ,s-It 'Jo• e Circuit COLLIER COUNTY, FLORIDA Court and r . • rgli By. � �rr�� � BY: -14-;? ;;' Dated: r �� i, RICK LOCASTRO Chairman (S`AL)A t Ate. _ -0 .- a „jan's t)it si as gnature only Contractor's Witnesses: A&M Property Maintenance LLC Contractor DBA .,' By: Contractor's First Witness A044100 507Atur t, YeAoul e TType/print signature and title TType/IOJ 'Klt witne . nameT ) Ai Contractor's Second fitness Oklit 0 . VAGuicee TType/print witness nameT pprove a to2rrjnd Le ality: 4 t ____ZPArtCounty Attorney Print Name Page 14 of 17 Fixed'Penn Service Multi-Contractor Agreement [2023_ver.2] 0 Exhibit A Scope of Services 0 following this page (pages 1 through 14 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement [2023_ver.2] C'AU Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" EXHIBIT A SCOPE OF SERVICES This Agreement is awarded on a Primary/Secondary basis as follows: Primary Contractor: A&M Property Management LLC Secondary Contractor: Superior Landscaping&Lawn Service, Inc. Should the Primary Contractor not be able to perform the services per the specifications outlined under this Agreement, as documented in writing,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. DETAILED SCOPE OF SERVICES The following Scope of Services detail is for work performed by the Contractor to enter into an agreement with Collier County, principally on the specified roadways within the boundaries of the Lely Golf Estates Municipal Service Taxing Unit("MSTU"). The responsibility to discern the Scope of Service detailed in this specification shall rest solely with the Contractor. A failure of the Contractor to accurately assess the Scope shall not relieve any of the responsibilities to perform under the Contract Documents,nor shall it be considered the basis for any claim for additional compensation. All unit prices shall include labor, supervision, equipment, tools, materials, disposal, and Maintenance of Traffic (MOT)to perform the work related to the line items. All sections of the Scope of Services may not apply to all work areas listed. The desired quantities and frequencies of services outlined in Exhibit B Fee Schedule "Fee Schedule"will be determined by the Lely Golf Estates MSTU Project Manager. Additional services listed on the Fee Schedule may be requested from the Contractor by the Lely Golf Estates MSTU Project Manager 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. All costs for debris&waste disposal and Maintenance of Traffic(MOT)shall be included in Fee Schedule pricing. 2. LICENSES/CERTIFICATIONS/DOCUMENTATION The Contractor shall have valid insurance, licenses, and certifications as required by statute, law, and Page 1of14 Exhibit A—Scope of Services GAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" administrative rules during the contract term,renewals,and extensions.The Contractor is responsible for emailing the County's Contract Administration Specialist and the County's Division Project Manager within 24 hours of the renewal. 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 Subcontracted 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 3. LOCATION&DESCRIPTION OF WORK AREAS The work areas included are located and described below. The service areas are comprised of the work areas shown in Attachment A, "Work Areas". 3.1. WORK AREA 1: a. Saint Andrews Blvd&Valley Stream Cr/Ln b. Attachment A, Sheet No's. 1, 2, 3,&4 c. ROW's M-1,M-2 d. Medians 1,2, 3,4, 5, 6, 7, 8, 8a, 9, 10, & 13 e. Attachment A, Sheet No. 11 -Warren St Pump Station 3.2. WORK AREA 2: a. Forest Hills Blvd,Forest Hills Cartpath, &Treasure Point cul-de-sac circular median b. Attachment A, Sheet No's. 5, 6 & 12 c. Medians 11, 12,ROW M-8, &Treasure Point cul-de-sac circular median 3.3. WORK AREA 3: a. Pebble Beach Blvd,Heather Grove Ln,Briarcliff Ln, Thorncrest Ln,Baltusrol Dr. Cartpath, &Pebble Beach Cartpath b. Attachment A, Sheet No's. 7, 8, &9 Page 2 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" c. Medians 14, 15, 16, 17, 18, 19, 20,21,22,ROW's M-3,M-4, &M-7 3.4. WORK AREA 4: a. Doral Cr&Rattlesnake Hammock Rd b. Attachment A, Sheet No. 10 c. Median 23,ROW's M-5, &M-6 4. ROUTINE GROUNDS MAINTENANCE FOR WORK AREAS-(Weekly,Bi-weekly,Monthly) Weekly Landscape Service in the designated MSTU Work Area(s) as described below shall include trash removing, mowing, edging, weeding, general trimming & pruning, post-service cleaning, plus inspecting and reporting. 4.1. Pre-Service Cleaning 4.1.1. At the start of the landscaping service day, the Contractor shall remove and dispose of all trash and debris from the work area and right-of-way prior to mowing. 4.1.2. This shall include but is not limited to, horticultural and non-horticultural debris, palm fronds, palm pups/boots,tree branches and limbs,loose shrubbery,leaves,rocks,paper,bottles,cans,cigarette butts, and other miscellaneous objects on the ground or attached in the work area and the associated right-of- way(ROW). 4.1.3. The Contractor shall dispose of trash and debris at a proper landfill or disposal site. 4.2. Mowing&Edging Mowing 4.2.1. Mowing shall be performed in specified MSTU Work Areas,including medians,along the outside edge of the sidewalks of adjacent properties,which the property owners do not currently maintain. 4.2.2. Right-of-way mowing of turf and applicable vegetation is required from the back of the curb or sidewalk to the right-of-way line. 4.2.3. Turf and ground cover shall be cut to a height of no less than three and one-half inches(31/2"), and the height of the grass blade shall not exceed six inches(6"). 4.2.4. 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. 4.2.5. The Contractor shall use appropriate mowing practices, alternate patterns, or walk-behind equipment within narrow or water-soaked areas to not create wheel ruts or wear down the turf. 4.2.6. Ruts caused by mowers shall be repaired at no additional cost to the MSTU. 4.2.7. Contractor shall avoid mowing patterns that eject clippings, rocks, or any miscellaneous debris onto pedestrians and vehicles or into moving traffic. Edging 4.2.8. Mechanical edging of turf boundaries shall be performed with each mowing to establish a clean line of demarcation and eliminate grass-root runners. 4.2.9. Edged areas shall include parking lots,sidewalk edges,back of curbs,plant beds,utility service boxes, street light 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. 4.2.10. Metal blade edging is not permitted along plant bed and turf boundaries where underground irrigation components are present. 4.2.11. Chemical herbicides shall not be used for edging. Page 3 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" 4.3. General Weeding—Hand & Chemical 4.3.1. Weeding shall be performed weekly to provide a continuously weed-free and well-maintained appearance, removing undesired and invasive vegetation on the ground (including suckers and palm pups). 4.3.2. 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. 4.3.3. Weeds that are less than 3 inches from plantings shall be hand-pulled. 4.3.4. Contractor shall have the option to use a chemical weed-killer or pre-emergent upon approval by the MSTU Project Manager of both the location and product to be used. 4.3.5. Any plants damaged or killed by the application of chemical weed-killer or pre-emergent shall be replaced at the Contractor's expense within 72 hours. 4.3.6. Should a concern be identified regarding chemical weeding, the MSTU Project Manager may direct that hand-weeding be performed. 4.4. General Site Trimming& Pruning 4.4.1. General Site Trimming&Pruning shall be defined as cutting all vegetation below a height of ten feet (10') to provide a tight, well-maintained appearance in all work areas throughout each month of the year. This includes groundcovers, shrubs,trees, and palms. 4.4.2. Within this specification,groundcovers,and shrubs are"trimmed,"while palms and trees are"pruned." 4.4.3. See Attachment B, "Plants" (Plant Specific Maintenance), with guidelines for various foliage within the MSTU area. 4.4.4. See Attachment C, "Palms&Trees",with varieties and approximate quantities. 4.4.5. Both trimming and pruning shall meet ANSI standards and include the removal of all diseased or dead vegetation, old leaf growth,broken branches, and suckers at tree bases. 4.4.6. Groundcovers& Shrubs - shall be 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 landscape, adjusted as needed for local topography. • To maintain one foot(1')of clearance from the edge of curbs, sidewalks,roadways,pathways,etc. 4.4.7. Ornamental Grasses -shall be trimmed: • After flowering, during the first two weeks of October and April. • At the base to remove old growth. • To provide a cone shape without a flat top. 4.4.8. Hedges(Clusia,Podocarpus) in the ROW-shall be trimmed: • To maintain a height of up to nine(9)feet. • To maintain a flat top and flat vertical side toward the roadway. ■ To trim to either a flat front side only,or both front and back flat sides. • To not extend over an adjacent sidewalk or roadway. 4.4.9. Trees and Palms -shall be pruned: • As-needed to maintain a minimum ten-foot (10') canopy height over sidewalks and pedestrian pathways. • Trees-To clean out dead& diseased limbs, suckers, etc. • Palms—to clean out dead& diseased fronds, seed pods,boots, etc. • As-needed to maintain a minimum ten-foot (10') canopy height over sidewalks and pedestrian pathways. (See: Fee Schedule) Page 4 of 14 Exhibit A—Scope of Services CAQ Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" • On a semi-annual basis, or as directed by the MSTU Project Manager, structural Tree & Palm pruning shall be performed. (See: sections 8.4, 8.5, and 8.6 below, under Additional Services for Work Areas) 4.4.10. Other • To maintain line-of-sight visibility, the vegetation of any kind within turn lanes, at median ends. Along intersections, roadsides shall be trimmed or pruned to eighteen inches (18") height by October 1st of each year and subsequently maintained to no more than twenty-four inches (24"), per FDOT Indexes. • General site trimming&pruning shall be performed in each MSTU Work Area within all MSTU Work Areas at least once per month,unit prices including disposal costs. • The frequency of trimming or pruning may be adjusted under the direction of the MSTU Project Manager. 4.5. Post-Service Cleaning&Inspection 4.5.1. Cleaning: • On the same day as the weekly landscape service and before departing the MSTU,the entire work area shall be cleaned to maintain a neat and safe condition. • This includes removing any accumulation of debris or anything generated from the maintenance performed. • All hard surfaces shall be blown down, including the four-foot (4') area from the face of the sidewalks,gutters, and curbs,turn lanes, medians, adjacent parking lots, and athletic courts. • Blow-down shall be directed toward the existing landscape median or grass. • Grass clippings or other debris shall not be blown onto adjacent private property, accumulated on the right-of-way,paved areas, or blown into traffic or roadways. 4.5.2. Inspection: • The Contractor shall inspect all plant,shrub,tree,and grass areas in the MSTU during each week's service and upon completion of post-service cleaning. • The Contractor shall promptly notify the MSTU Project Manager of any disease infestation,insect infestation,mold infestation, or blight condition. • The Contractor shall promptly notify the MSTU Project Manager of any irrigation issues, maintenance problems, additional necessary maintenance, or unusual occurrence or finding. • A monthly report(Attachment D, "Maintenance Report") shall be required upon direction by the MSTU Project Manager, whereupon it shall be filled in by the Contractor and submitted to the MSTU Project Manager not later than the third business day after the last scheduled service day of each month. • The MSTU Project Manager shall have the option to require a weekly submission,which shall be due not later than the third business day after the last scheduled service day of the preceding maintenance week. • Reports shall be written in English and Attachment D is subject to revision by the MSTU Project Manager. • The Contractor may request usage of their standard maintenance report,for approval or disapproval by the MSTU Project Manager. • The Contractor shall be available for on-site inspection within the MSTU area to verify work completed or to review open issues at the MSTU Project Manager's request. 5. PESTICIDES 5.1. General Schedule 5.1.1. IMPORTANT: Pesticide application is a monthly Fixed Price item on the contract Fee Schedule,the Page 5 of 14 Exhibit A—Scope of Services ;Ao Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" requirement as described in section 4.3. • Inclusive of all chemicals (liquid, granular, or otherwise), equipment, and labor. • "As Needed"pertains to the entire period throughout each contract month,during which multiple pesticide applications(including repeat applications to the same areas)maybe required to provide a continuously weed-free and well-maintained appearance. • Pre-emergent and post-emergent pertain to seasonal applications in the specified months,per the Time Frames in section 5.2. 5.1.2. Spraying may be performed upon prior approval by the MSTU Project Manager. 5.2. Time Frames 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 5.5. Application 5.5.1. Spraying of trees, shrubs,plants, and turf is to be performed by the Contractor,who must be certified to apply the chemicals (pesticides)used. 5.5.2. If the primary Contractor is not certified, a certified Subcontractor may be hired upon approval by the MSTU Project Manager and at no additional cost to the MSTU. 5.5.3. 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. 5.5.4. The application rate shall conform to the specifications on the manufacturer's labels. 5.5.5. Applications shall be performed when the plant material is dry. 5.5.6. Special applications may be performed upon prior approval of the MSTU Project Manager. 5.6. Records 5.6.1. Records must be kept of all chemical(pesticide)applications, including: • Name of the person performing the application. • Trade name&manufacturer. • Date&time of application. • Weather conditions. 6. IRRIGATION SERVICES The landscape Contractor shall maintain the MSTU-installed irrigation systems for proper Electrical,Mechanical, and Spray functions. Page 6 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" 6.5. Irrigation Controllers - Three(3)types of irrigation controllers are in use: 6.5.1. WeatherTRAK from HydroPoint— ■ Zone Control Cabinet—Pebble Beach Cir. • Pump Start Cabinet—Warren St(ROW M-9). IMPORTANT: Contractor shall perform operational testing(Wet Checks)utilizing cell phone access to the WeatherTRAK controller(s) to conduct irrigation Wet-Checks, initiated by zone, evaluate & clear controller faults (Alerts), and evaluate corresponding HydroPoint irrigation reports. 6.5.2. Hunter— ■ Control Cabinet— 1 @ Valley Stream Ln(Median 13)& 1 @ Doral Cir(Median 23). • "Hockey Puck"disks—2 @ Forest Hills Blvd(ROW M-8), 1 @ Pebble Beach Blvd(ROW's M-7), and 1 @ Doral Cir(ROW M-6). 6.6. Pump Station &Mixing Chamber— 6.6.1. These irrigation components are located on Warren St (ROW M-9), adjacent to the Pump Start Cabinet. 6.6.2. During wet checks,the Contractor shall: • Check for leaks at the two (2)corresponding meters and piping to/from the pump station&mixing chamber. • Note the reading on the pressure gauge(s)exterior to the pump station. • Report any leaks, high-pressure readings (>100 psi), or other deficiencies. 6.7. Scheduled Irrigation Cycles— 6.7.1. The Contractor shall 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. 6.7.2. All irrigation change requests shall be confirmed via e-mail. 6.8. Wet Check&Inspection Tasks— 6.8.1. Operationally test&perform minor repairs to all MSTU irrigation systems to enable proper and safe operation. 6.8.2. Each and all spray heads and bubbler heads shall be visually inspected for proper flow and spray pattern. 6.8.3. Operationally test the entire WeatherTRAK system, electrical&mechanical. 6.8.4. Operationally test both Hunter Control Cabinet systems, electrical&mechanical. 6.8.5. Visually evaluate all areas irrigated under Hunter Hockey Puck control for signs of water stress. 6.8.6. Replace all Hockey Puck controller batteries as needed, or every 6 months at a minimum. 6.8.7. Perform minor repairs: including replacement of heads,nozzles,decoders,installation or replacement of risers, repair of minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines, and replacement of damaged valve boxes/lids, etc. 6.8.8. Promptly report any irrigation issues beyond the scope of the weekly service to the MSTU Project Manager. 6.8.9. Visually inspect all irrigation system(s)to check for: • Dry areas. • Wet areas, outside of scheduled irrigation(sidewalks, curbs,roadways, etc.). • Flooded areas. • Cuts. • Leaks. • Pipe damage. • Damaged or deteriorated valve boxes. 6.8.10. Operationally test the irrigation system(s)to verify that source water is available and accessible: Page 7 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" • Pumps are operating. • Control enclosures are intact,and controllers are powered and responding to inputs. • Controller-activated zone control,zone sequencing, and zone durations are operational. • Rain sensors are intact and functioning. • Valves are opened and closed to confirm proper function - by cell phone for WeatherTRAK; otherwise manually at either the control cabinet or at the valve box if cell phone access is not available. • Spray patterns deliver complete water coverage while avoiding overspray. • Water meters are registering flow and, at the direction of the MSTU Project Manager, water consumption readings are recorded. 6.8.11. Valve boxes shall be kept fully accessible and clear of debris inside,with lids fully closed when not being serviced. 6.8.12. Valve assemblies shall be inspected, with sprinkler heads,nozzles, and screens cleared and adjusted as needed. 6.8.13. Only matched precipitation head replacements shall be installed. 6.8.14. Only County-approved replacement parts may be used. 6.8.15. All irrigation parts shall be supplied by Collier County under a separate annual contract. The landscape Contractor must arrange for pickup or delivery. 6.8.16. Major repairs are not included in the weekly irrigation service. These include repairs to valves, controllers, electrical wiring, and main lines. Prior to proceeding, the MSTU Project Manager's approval is required to evaluate major repairs and the repairs may be quoted separately. 6.8.17. The MSTU Project Manager shall be notified for pre-approval of all defective or non-operational controllers,prior to beginning any repairs. 6.9. Standard Irrigation Repairs— 6.9.1. Small-scale routine maintenance tasks are typically performed multiple times per year. 6.9.2. Price for completion within two (2) workdays or by Friday of the regular workweek, to minimize special trips to obtain parts. • Level 1 -replace (1) Solenoid& check/remake any loose or non-conforming connections estimated 15 per year(per repair) • Level 2 -replace (1)Decoder& check/remake any loose or non-conforming connections estimated 6 per year(per repair) • Level 3 - rebuild (1) Zone Valve & check/remake any loose or non-conforming connections estimated 8 per year(per repair) • Level 4-replace (1)Zone Valve - cut out(1) non-ganged valve & check/remake any loose or non- conforming connections est. 6 per year(per repair) • Level 5 -replace Battery and/or Reset 8 "Hockey Puck" irrigation controllers estimated 2-times per year(per controller) 6.9.3. Parts are paid under a separate County contract. 6.9.4. A standalone Time&Materials quote may be requested by the MSTU Project Manager for repairs that entail unit quantities above two (2). 7. LIGHTING INSPECTION&REPORT 7.1. Lighting Inspection 7.1.1. The Contractor shall inspect monthly the lighting fixtures for which the MSTU is responsible. 7.1.2. Criteria for inspection shall include, but are not limited to the following: • Lamps that are"out" (not illuminating). • Spider webs accumulating around lamp heads. • Limbs or leaves encroaching on or blocking lamp fixtures. • Observable damage to lamp fixtures,photocells, and power enclosures. Page 8 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" 7.1.3. Testing&Reporting: • MSTU lighting shall be tested once each month,per the criteria above. • The test shall be conducted the first week of each month. • Results shall be tabulated in Attachment E, "Lighting Inspection Report"and submitted via email to the MSTU Project Manager and designated recipients. • The Lighting Inspection Report shall be submitted no later than Tuesday of the week following the test. • Testing shall be performed during regular business hours by covering the controlling photocell(s) to cause the lights to illuminate. The lighting locations are then surveyed to observe the lamp fixtures that are illuminated(lit) and notate the lamps that are not. • NOTE: The Contractor is not responsible to determine the cause of failure,though visible damage shall be notated in the report. 8. ADDITIONAL SERVICES FOR WORK AREAS 8.1. Hourly Rates -Service 8.1.1. Rates listed are all-inclusive and quoted upon request from the MSTU Project Manager. 8.1.2. Work is performed on an Hourly basis and shall be pre-approved by the MSTU Project Manager. 8.1.3. Categories: • Supervisor • Laborer/Helper • Irrigation Supervisor • Irrigation Technician 8.1.4. See the contract Fee Schedule for rates outside of regular business hours. 8.2. Hourly Rates -Equipment with Operator Rates 8.2.1. Rates listed are all-inclusive and quoted upon request from the MSTU Project Manager. 8.2.2. Work is performed on an Hourly basis and shall be pre-approved by the MSTU Project Manager. 8.2.3. Inclusive of class, license,labor, equipment, fuel, and materials. 8.2.4. Categories: • Bobcat/Skid Loader • Bucket/Lift Truck • Mini Excavator • Stump Grinder • Truck, Class B or higher • Water Truck 8.2.5. See the contract Fee Schedule for rates outside of regular business hours. 8.3. Fertilizer Application 8.3.1. Fertilizer shall be applied twice a year, in the months of October-November and April-May,outside of the rainy season. 8.3.2. Fertilizer blends,unit volumes/weights, and unit Application prices are listed in the Fee Schedule and different blends of similar unit volumes/weights may be specified by the MSTU Project Manager. 8.3.3. Slow-release formulations shall be used when available. 8.3.4. Fertilizer shall be broadcast throughout the designated medians,planting beds, and turf areas. 8.3.5. Tree bases and pit areas shall be fertilized evenly so as not to produce a fertilizer ring. 8.3.6. Shrubs and groundcovers shall have the fertilizer blown or fan raked off the foliage following the broadcast application. 8.3.7. Fertilizer shall be removed from curbs, sidewalks, and any surfaces where staining may occur. 8.3.8. Fertilizer shall be"irrigated-in"at the time of application by the Contractor,unless otherwise directed Page 9 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" by the MSTU Project Manager. 8.3.9. Additional applications may be requested by the MSTU Project Manager. 8.4. Structural Pruning 8.4.1. Within this specification, the term "canopy' shall be defined as any tree, palm, or large shrub with foliage at a height of ten feet(10') and above. 8.4.2. All canopy trees and palms shall be pruned(lifted) on a regular schedule to create and maintain a ten- foot(10') canopy clearance over pathways and a fifteen-foot(15') canopy clearance over roadways. 8.4.3. The portion of the canopy situated below ten feet (10') shall be maintained monthly, as described in the General Trimming and Pruning section of this specification. 8.4.4. Work shall be performed in a professional manner in accordance with accepted trade standards and practices. 8.4.5. Understory plantings shall be protected during pruning. 8.4.6. Pruning shall be accomplished using a pole saw, ladder,boom truck, or lift. 8.4.7. Pruning shall not be accomplished by climbing. 8.4.8. All debris from the pruning shall be removed and the site shall be left in a clean and neat condition. 8.5. Structural Pruning—Canopy Trees 8.5.1. Shall be selectively pruned with guidance from a professional Certified Arborist provided by the Contractor at no additional cost to the county. 8.5.2. All inclusive of labor, equipment, watering,materials, and incidentals to complete the work. 8.5.3. Up to two(2)times per year(minimum 1)to maintain clearance. 8.5.4. Up to two(2)times per year for structural pruning. 8.5.5. To thin cross-branching and shape the trees. 8.5.6. Any damaged materials or any incorrect pruning shall result in the replacement of that material at the expense of the Contractor. 8.6. Structural Pruning—Palms 8.6.1. Shall be selectively pruned with the guidance of a professional Certified Arborist provided by the Contractor at no additional cost to the county. 8.6.2. All inclusive of labor, equipment,watering,materials, and incidentals to complete the work. 8.6.3. Up to four(4)times per year(Royal&Queen palms once)to maintain a neat and clean appearance. 8.6.4. To remove all nuts, seed pods, seed stalks, and boots. 8.6.5. To remove dead lower fronds while leaving live healthy fronds intact. 8.6.6. With fronds cut close to the petiole base without damaging living trunk tissue. 8.6.7. If live fronds need to be removed, including below the nine (9) o'clock-three (3) o'clock level from the base of the palm's bud or trunk,prior approval shall be obtained from the MSTU Project Manager. 8.6.8. Shall include palms classified as"self-pruning"at the direction of the MSTU Project Manager. 8.7. Hedge Pruning(Clusia,Podocarpus) 8.7.1. One-sided or two-sided. 8.7.2. Prune the top of the hedge, six feet(6')up to nine feet(9'). 8.7.3. Maintain a flat top and flat vertical side(s). 8.7.4. Not to extend over an adjacent sidewalk or roadway. 8.8. Light Pole Clearing 8.8.1. Spider Webs -Remove from the lens face of Lumec fixtures (Approx 15 ft height). 8.8.2. Small Tree Limbs-Remove from lens face of Lumec fixtures (Approx 15 ft height). 8.9. Mulch Application 8.9.1. Mulch maybe supplied by Collier County under a separate annual contract at the time of application Page 10 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" with delivery coordinated by the receiving Contractor. 8.9.2. Mulch and Application, both, may be supplied by the Contractor at the Fee Schedule rate upon direction by the MSTU Project Manager. 8.9.3. The timetable for installing mulch shall be on an as-needed basis,upon direction by the MSTU Project Manager. 8.9.4. All designated plant beds shall be mulched by covering all unplanted areas in the bed. 8.9.5. The areas to receive mulch shall be raked to establish a level base. 8.9.6. 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. 8.9.7. 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. 8.9.8. Mulch shall be kept 2" to 3" away from soft ornamental plant stems, such as Lilies, to help prevent fungus. 8.9.9. Mulch shall not be placed over valves or valve boxes that are located within mulched areas. 8.9.10. All adjacent areas not mulched (curbs, sidewalks, roadways, etc.) shall be cleared of any mulch or foreign debris. 8.9.11. Upon completion of mulching, all excess material, pallets, packaging, bags, and foreign debris shall be collected and disposed of by the Contractor, leaving the overall landscape in a neat and orderly condition. 8.10.Pressure Cleaning 8.10.1. High-pressure water cleaning of brick, concrete, pavers, benches, walls, signs, or any other MSTU- maintained hard surfaces shall be performed upon request as needed. (Attachment F, "Pressure Washing") 8.10.2. Pressure washing shall be performed at the direction of the MSTU Project Manager. 8.10.3. Damage to the pressure wash area shall be promptly reported to the MSTU Project Manager for evaluation. 8.10.4. Application of Wet&Forget mold preventative may be requested separately. 8.10.5. The pressure cleaning unit price in the Fee Schedule is for up to 5,000 square feet total, as needed, 200 square foot minimum. 8.10.6. Chemicals used during pressure cleaning shall follow all Federal, State, and Local codes and ordinances, as well as be reviewed by the MSTU Project Manager prior to Contractor's application. 8.11.Special Services 8.11.1. Small Project Maintenance • Maintenance services may be requested for any small project within the capabilities of the Contractor or Subcontractor,as needed by the MSTU or Division within the MSTU boundary. • Services requested may include but are not be limited to miscellaneous debris removal, street & decorative lamp post/sign removal-repairs-installation, traffic sign post-sign removal-repairs- installation, minor fence repair, bench and trash receptacle removal assembly and installation, removal of miscellaneous objects or equipment and repair/replacement/ reinstallation, painting, paver repairs, removal of bees, dead animals from grounds, removal of graffiti from walls, walkways or other surfaces, assist with clean up following hurricanes, storms or emergency situations, removal of streetlight poles damaged by accidents, installation of landscape rocks, cleaning of landscape rocks, removal of chewing gum on sidewalks, assemble and/or install hardscapes,minor plumbing maintenance/repair, excessive trash pick-up, set timers for lights and irrigation systems,pressure cleaning additional areas and any other small projects as requested or needed. Quotes using Fee Schedule pricing are to be submitted to the MSTU Project Manager for approval prior to any work commencing. Page 11 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" 8.12.Tree and Palm Maintenance Services (Staking/Re-standing) 8.12.1. The removal of existing trees and palm staking shall be the Contractor's responsibility. 8.12.2. Staking Materials for trees or palms may include 2"x4",4"x4", lodge poles, and/or guy wire. 8.12.3. The 2"x4" and 4"x4" should have a footer stabilized. Adjustable "Duckbill" style stabilizers may be supplied separately for installation by the Contractor. 9. MAINTENANCE OF TRAFFIC (MOT) 9.1. The Contractor shall verify the current MOT certification and comply with the requirements of Collier County's MOT Policy. 9.2. The Contractor shall utilize adequate barricades, warning devices, and the necessary safety equipment according to the Collier County ROW Ordinance. 9.3. Flagmen are required when two-way traffic is obstructed. 9.4. 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. 9.5. For safe worker visibility, approved bright day-glow red/yellow/orange colored safety vests (Class 3) shall be worn by 9.6. employees when servicing the area. 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. If approved,the Fee Schedule shall be modified with the price increases and approved via an amendment to the approved agreement. 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. GENERAL RESPONSIBILITIES 11.1.The Contractor shall identify a singular point of contact,English speaking,with cellular phone and e-mail for on-site and off-site communication to communicate with the MSTU Project Manager. 11.2.The Contractor shall coordinate with the MSTU Project Manager to designate a regularly scheduled on-site Page 12 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" Weekly Maintenance Service Day. Contractor shall request changes to this day via email to the MSTU Project Manager. 11.3.The Contractor shall provide a crew of sufficient size for each Weekly Landscape Service to be completed within one(1) day, and if required, a consecutive day immediately following. 11.4.The minimum on-site Weekly Landscape Service crew shall consist of one (1) supervisor/crew leader and five (5) laborers. 11.5.Replacement of plants, shrubs, trees, grass, or foliage due to neglect or damage by the Contractor, Contractor's employees, or Subcontractor(s), shall be at the Contractor's sole expense, as determined by the MSTU Project Manager. 11.6.Accidents, theft, and vandalism shall be reported to the MSTU Project Manager on the same day as discovered, including pictures when reasonably available to be taken. 11.7.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 11.8.Miscellaneous Site Fixtures and Features: 11.8.1. Entry signage,accent,and roadway lighting fixtures,banners, and benches shall be visually reviewed weekly to determine if malfunction, damage,or hazardous conditions exists. 11.8.2. If any damage or improper operation is found or viewed,immediate notification of the MSTU Project Manager is required 12. MEETING ATTENDANCE 12.1. The Contractor shall attend a monthly field review with the MSTU Project Manager scheduled no later than one(1)week(the second Monday of each month)before the Advisory Committee meeting. (approx. one(1) hour) 12.2.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) 12.3.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. 12.4. There shall be no additional charge for attendance at these meetings. 13. CONTRACTOR EMPLOYEES 13.1.All Contractor employees working under this specification shall, always, 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. SUBCONTRACTORS 14.1.The Contractor is required to perform services for routine landscape maintenance. 14.2.Use of a Subcontractor may be requested from the MSTU Project Manager, in writing, prior to the commencement of the work to be performed. 14.3.The selected Subcontractor shall be identified, in writing, to the MSTU Project Manager prior to the commencement of work. 14.4.NOTE: The cost of utilizing a Subcontractor shall not exceed the pricing outlined in the Fee Schedule or increase costs to the MSTU, including any markup, if applicable. 14.5. Subcontractor(s)must be compliant with all County provisions. Page 13 of 14 Exhibit A—Scope of Services CAO Invitation to Bid(ITB)#23-8136 "Lely Golf Estates MSTU Grounds Maintenance" 14.6.Detailed Subcontractor invoices, Bills of Material (BOM), and receipts shall accompany the Contractor's invoice to the County. 14.7.Contractor shall be liable for overseeing the Subcontractor and that the Subcontractor's services are performed satisfactorily per the specifications. 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: 15.1.1. Normal Hours: 6:00 AM to 6:00 PM 15.1.2. After Hours: 6:01 PM to 5:59 AM ■ Note: After-Hour Services must be pre-approved by the MSTU Project Manager upon each occurrence. Hourly Rates outside of regular business hours shall be billed at 1.5 x Regular hourly rates. ("Time and a Half') 16. MATERIALS MARKUP 16.1.Material markup is fixed at cost plus fifteen percent(15%). The percentage represents a markup on non-bid schedule line items. Receipts are required as a backup with the invoice for verification. NOTE: This 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.colliercountyfl.gov/home/showpublisheddocument/25364/635883137282070000 ATTACHMENTS TO FOLLOW THIS PAGE Attachment A_Work Areas Attachment B_Plants Attachments C_Palms&Trees Attachment D_Maintenance Reports Attachment E_Lighting Inspection Report Attachment F_Pressure Washing Page 14 of 14 Exhibit A—Scope of Services CAO .,# ash , e ¢c._,... s !,t T *, f. e Q '. Z ::: # n x _ ,a. a F ,,,,,: ,:zt _,*:,,,,,,,:;,,, '''4 '',,,,,,:i-;.-,4.':_,::::-'- ' .,e .� 3 . 'i4 e 1 ns' 'g • L+:..'Fr t.s . ,' t,., - s a :- x '4 t- £. __i' +I, - t t t rf _� I 'sue , �... : ` ' 4 rt i . , C i lit 'N Ito • a �YW O , ' 4 "�„ t 4 e,, �` 4 111, -' s� co H ,_ r X .. \--*' ., t �� .. W -.-.. ;,r' " ' ,, 'fir li4 �` Q CC cl It c j (27 ..„'. a .'�:t, st ''''.• \.SwF m 1. ... a W*.yam `a. 4 �„. tie. +d .,` an N ` oo Q �Q �� -y. 'i, ,.ft CSI r^. fi .~ ..s t�S.t ,`., jet 1.. r,.,-—r.`-'--,-''',.-...i t--:'---.-t-"r',-''.<1Fk-"..._-', {Z 5 '+t3 z <" .X- 3i-e :` 3 shy y - . ,._ - . k .I,4,".,-..-:-,itT-1—.r*t-.i-7-T 4,";,I-;:",",-1;.--.4'.:-,:-l4-r',,,,,':,r,-.-';'-.-‘':--,'r,.'-,;S•,:1`!-‘.-.-"''-,-,.;'1 h'_C-_'2-,-*.,-f,-,-,-ff1---,---tlY;e- t ,36 , .a -. 'f ,� r any ` y ;'. 4 *"..., , ?. s f: =' # !at it '- � x _ y : r' vp y' t. Q n. s .n.s t Q r * € D --Fye:1,,..:". ",„',!..j.-1,:',--4,"'i 'PRI-,:-;',1;.€-' -'. -''''?:::'-P,:-..,!*,PP,!-'1P,'''',.:,t--",''. :-f''',- -1,;,,,„c..,!, ,,,i'i".;;'.t' ' '-"'',ffi."-° -,.",,c ,-11:10,',.'-'-'1 --'.'r!,N,,21: it- . ''-'t-fl!,44;!' la 4 .. , ,,,,,,'AA, ,-7-7 -e-•;---',/,:`-'.:-'41.: .,,-' ,' --4-* ft - '''°'-.....4 4,..4,10„, ..47 "i4,': ,,,, . CC •' .�: isili.s .a� .ate 4,,> CI a$ •, , - f L ' _ S Z _ *' a '', N Ce 0 * ':.,- . - Ott ..' -�`-. 5 d ..t .{s' , z r cc cf, V�`q ','^' .,. V � + a riM-it is-;, • "# ..1▪ a � :-A: . ; '-s 72 W e= _?-A4 '7. = 7 11110 a tea_ W ' .. € fI'. W pp' F 't ' . a t. Nm !IL" - x=6 jCW s 2 'is �. P'! ; ti '+? , ,`y _ , 1. a_ *=- € a .: :-::,i,,,.:4,--,;_ , 4 - - _ 5 '-'44: .:',, S --,':, ___ _,1,.- :;',- „:,-,-.-;-,': -,:ti..-_, ,„,--- - , F)-;'' ' .„X.1.17 - - - „ ill A y — ia9 ?•. +r t 4 Y � � - ' a k £ j i..."::::,:it,4 ,i,,,:f iu t. *-,-, -. --,, i tl. N Ili ' M 1 N 4 'r M h G 4-1 Q GI !r • s.- Z . . '' ,. J F co „...---,„ ,-,*--,."%-- - -0- ,,,-- „.--- ---,, - ,,,,c,,,,.Ad of.., ;; „.,, ;.,7 �,. .4 t^ 4r _. i 7 '7_r _..„, ., 2 W v- �t <.) - -� 4' ., � 0 CI "` ;: y a. ,�-y, it i,„ » :;.,,, ``'-1 ate, * '*F �e 4 '- T. r,. t .ram ,i„- --_ - r°$x..-' .,., Y, _. - - ''''-:";"''''',1=vir=,4`. ',=.*-'''"A.,:-',,ii.- ' := ''-' ' "' ":'*',!4- ,I-,F ti.Ar .i•. .._.a....„ 3. ,,, • . ,: • a t ;ems , .7. Il '� yJ C -y`i,.r" -k. - fir ' J Q , . ,,;:;,,, ,_ .r,..i.lv; . ,,, ,,, ,,-, c,-, :::-11;„-,4, ''.,,,,t,,,,I,,,a,:, -',:-:' l'.Itii'!'',;' --'7,:'. ...--:4:,:t1,.;41:'N':.,.ta`-i*Z.:::::'.-,-::::.A,,,-,-.2 ,,.-t'7:k"7-47'llis,'i'S,:.,mm,,' :::::::i.:1:::::11:-.-:-:,i;*;0-1:';-,-*,:;',11:-.:400'-'-',7','1 Nt ILI '� -' ,� ..: "a=,... fir.`.", }t` ',' f 10, ten. i z " " a t ' _ 4# .. .i .c5. , Q * ra W v‘tk re• Q Q , Q .'' "w1i �' vc 1i 4 #._x y„ l^'A" Mt 'mod 4. '# :I , 4 gli , :",', ';'-07''''' ",''-.4;4„., it‘. .41- :-._-'-'-,-- -, ---, ' - 4 ` - "€ .- ' .�i :t ram, m 4:t 10 � t r u. $ Z ":� *� W � � � . 4 ° , ': six" ; " 2. lA '; t�€ E ,Yt E � y O x E Z a : - £ 4 -•ems, _ J e. . - . .- ....._ ➢ in z ':- ''''' :' '„,;:::: .Tl.,.:;)'1:1.it-,.:1.., -,'..—. -4. it „.- . . ..-f _ F im ,g...�. 4 „.6„ -" M -*t ` : Via' Cn QA18S c I ,® sti _.> T -It '' tu Y `- {. Yes!-::•,-,i...1:::`— {-004. :II411"•.: ' -- . .Sk: ..-"..)3,:.:-.' e- .-. ..i; m CZ ti _ _ Cl) CO Q W Lu >, # -. - _ µ Q O A;' o 4' _ .1. / u .� pZ sf z .4 V _ a p t mac= . ' „ p m v- LLI- . "x� - - ,. J Q ,.;;. > o ,„ y Jti ., , ,,,.. ,.,_ . , 4.2'''4-4 ;-4 - "--- .. v „ ... { . r . fix, , 4111N, ' , , � � ... #y am � _ • .�i r' '"tom ' r • . ',' +.,, .: L -,.; E J .. "'a:,.' :fi < 1frf y-+ -art' � - tv"`R .� .,"T v D q tt 3 . V tom J. y 0 . , 3 . m # ,. Z N u) `max ," Q _ J_ a r ¢ � X X '+ Z` 111 W ., a4 W QS p' F ,:,.,„°':"J-V.,‘,‘''':, yt, _ 0 , .,,,,,.;,...;3.1 .,.. ..,:.,..,..* . _ tt4. ' ''",4.'' * ,.,__>, .. ,:::,.,,,,:.:;.';',,,,.-.., '''''';''''''''''' '''.4''',..,,S:,4'..,:‘,.,,,r,..4:,',,,t,',4....,,,,, p. s°:''''',..LI:,.:,.,i:-,.i,,:_,:,,,'..44..,,,,,,' . . , t~fir{ -f. "NI: _ = ;4c .. x n , T` • & " { - fpjS�Ff N 4 c., t '- .at a# . ra ,. LLI "' � ff,,i4441 ii ct W tD LIJ a--' sr.k `` ' ` € f ..r = 'I.: 4,01 CU I— Q, � Aa �� Y Ai_ r � r t* - n" �$ z4. Q7 �7it,„, _ r * x Tv^ �e CO LLI re ;.. , t h : y , 0 4t ... F4. t Q it r. .i-?:; _. -; - _ ter ia: • ' ,fi • :"`'t'x LP Z ; - �' 0 � I Z � ; 7a r tei. ' tx . a Q Q L x � "s# _ s 4 CC la urr � 03 ta ei �' O lam CA0 03 o • - . f 1 t imZ- t` to ter`; ` x . ,; ,. €x ,5-,' Q Q r tom. <, . „E.,,.,. W P 1V r • C0 O ... ....... i S 5 .$ - Cg • 5r `t i . VIVO °�� ' , ..3 Rio,J • iI t ,,c '� s ' , " a ., LLI CC 1110 � �6r." .}qP� �h'nC.ac'a:. ;�».L -� 0 'n �dG£� ,t,'� ;. .' _ .ci - � � ; m z-,,,, ",";iZztiZZ, 0 .,„., '? �; _ *.tt� 'sue Z m ti' • a - f a ,•r '� glCi SPRiNG`�pR. : �€ 3 J Q Cp,0 a) 0 24, OP , .. �. - : t ,_,.,. - .fry � �' '�e. w ,. 4 .. s 4. ..tee " £ .: .f .. - a ` 11_, W cz Q Q W p • C�� a nas r— co J W _ . _,,...„,.._„.xeigl ,. ., ..,, . . , ,., ,,-„,, „ti,--.:,4 ,'el 0.11j CI .f.'� ,�400 , : s ; . : '; : ' W M 7 gig A. E3 U . '"-,4..,. .AV ':.-,1'-.':::::':r. ''7.'7'. ..., „.-....4.44:-:. ': .,- , ...- ,_ Z "� - 'tea: Q C y y 12 �,' ,z r_ d ' r _ ;. t. d giG SpRi N O E" Q � W Ce J Q CAO 41, ., ! ,_;.i: .- A--44.: .':,:44i..� 4 ten*- vY �.' - s " - } r# s _ - O� } C Z IL is# '`�=em ` xx ;4 { N ,ems y }` _4,4 e, K, .. , i ..0 . et oi„....,,,.,. „.. ., ....c.,„k: .54.0414.. . CG -:- : c . . cE 3:. CB - _ ._ �tG""".d 'Srr'r^2• :,- x s :$4 ' 0 % L.- r t "',' #` :cam. .. £ .v b-. I - .► Y, j 3 -€ el � � 1 :" i LU , a�' - `: a ` ) — y ,.... ".. „,.... i �.,,, , :' r, f "I ''r . tom. ° 'I _.:I., „.... (..) ce) 0 W = * _ -. 4-. r -. : W W N V N 145 , 0 n r N n Z Z . ., Q 4 -_„,„, , ----- .,,, . . , • - - Ali& .;- -)."-': 470::::;17-1\1/44f- .-Z k 4 41" :x t ti ; . lk. ..c F. ., icti *`s , r t € ct) :*ire - /} 4-t ' r 4c :, �1 - L »4:. , c^, W Q s- i t*' •' s -. '-.I! -� a r C � p � i � ',. `.` Iii, _ t �'1� `�, Faij "`S*!t si ��_'_'� _ # tom. .eM .''' ,(' '?` '''„; - 'a CB ~ } t 5 ty �� y a _ ', w c + .Wl*` r is ct p� - , !dk �r .ayac�R ' �. V � `r' � • `,e. �i F `�€i-? Ei w3.�"Ytr c '�` $z-.- �"i Z ,A : � 'am- ' _ -a° ::-- 41„ ,a . r , ; ', t, a • erg : ■► ' V y ►. 77 ,gig.' :.' p W 1. `f ky. y ice)§ F ) y,, d . ,), ,< w 'S" Z Ce Q Q , ' — H t n' Q N r-{ ` • . O Z H w w I N .4 I i. r a ## .+ F. y ; :; . T ' CD L .0 - y Q Q d d i max._,.;.. a: -g, ` • r r O "t CC 0 ` . a Z (.) N ry ::;z- . .�f=: s - f- U H m ; - ' t ZQ to - om' . - i CC y N W 11.1 {t /— = ! "r yr, f / } W D w f O H Z CAO Attachment B Lely MSTU Plants LELY GOLF ESTATES BEAUTIFICATION MSTU TRIM&PRUNE GUIDELINES Common Name Scientific Name Trimming Guidelines Shrubs Bougainvillea Bougainvillea glabra Maintain 24"rounded 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 Bougainvillea 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" rounded ht. & 2 ft. Offset from the back of the curb, within limits of clear sight areas. Dwarf Yaupon Ilex vomitoria Maintain 24"rounded ht. & 2 ft. Offset from the back of the curb, within Holly `Nana' limits of clear sight areas. Firebush Hamelia patens Trim to 36"rounded ht. Maintain up to 48"rounded ht. (Dwarf) 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 Ilex Ilex vomitoria Maintain 30"rounded ht. &2 ft. Offset from the back of the curb, within `Shillings' limits of clear sight areas. Ixora Ixora coccinia Maintain 36" rounded ht. & 2 ft. Offset from the back of the curb, within 'Nora Grant' limits of clear sight areas. 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 up to 48"rounded ht. `Imperial Blue' Frequency:Remove shoots weekly. Podocarpus Podpcarpus Maintain hedge at 72"ht.and to required bed shape. macrophyllus Frequency:As needed Saw Palmetto Serenoa repens Trim to maintain naturally rounded ht. Maintain up to 60"rounded ht. (Silver or Green) Frequency:As needed for shape and remove dead stems. Schefflera Schefflera arboricola Trim to 36"rounded ht. Maintain up to 48"rounded ht. (Dwarf) `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 Viburnum obovatum Trim to 36" rounded ht. Maintain 24"rounded ht. in limits of clear 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 sight Philodendron `Xanadu' areas. Frequency:As needed Accent Plants Crinum Lily Crinum asiaticum Trim lower leaflets to remove dead or diseased foliage. Frequency:As needed Native&Ornamental Grasses Fakahatchee Grass Tripsacum floridanum Grows to about 3 ft. tall. Pruned at its base to remove old growth: grasses (Dwarf) shall only be pruned after the blooming season. Shall not be cut in a flat top method. ITB 23-8136 Page 1 of 2 CAO Attachment B Lely MSTU Plants Common Name Scientific Name Trimming Guidelines Fakahatchee Grass Tripsacum dactyloides Grows to about 8 ft. tall. Pruned at its base to remove old growth: 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 Grass Liriope muscari No trimming necessary except to remove dead or diseased foliage. `Evergreen Giant' 75%rejuvenation cut only upon approval. Muhly Grass Muhlenbergia capillaris Trim level at 2"above grade and 2 ft.offset from the back curb. (Pink) Frequency:After blooming or in March and July for 100%rejuvenation. Sand Cordgrass Spartina bakeri Trim Level at 2"above grade Frequency:Once per year in July for 100%rejuvenation,if needed Ground Covers African Iris Dietes iridiodes Maintain 24"round ht.within limits of clear sight areas. (White) Frequency:As needed African Iris Dietes bicolor Maintain 24"round ht.within limits of clear sight areas. (Yellow) Frequency:As needed Blueberry Flax Lily Dianella tasmanica Remove dead or diseased foliage and flower stalks. `Variegate 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 Bulbine Bulbine frutescen Uniform shape to 18"ht.in limits of clear sight areas. (Orange) `Halmark Orange' Frequency:As needed Bulbine Bulbine frutescen Uniform shape to 18"ht.in limits of clear sight areas. (Yellow) Frequency:As needed 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. Perennial Peanut Archis pintoli Mow at 4"blade ht.to tip foliage. `Golden Glory' Frequency:Once per year in June. Spider Lily Hymenocallis latifolia No pruning is necessary except to remove dead or diseased foliage. Frequency:As needed 100%rejuvenation cut only upon approval. NOTE: Yellow highlighted names are currently installed in the MSTU,subject to change by the MSTU Project Manger. ITB 23-8136 Page 2 of rAO Attachment C Lely MSTU Palms & Trees LELY GOLF ESTATES BEAUTIFICATION MSTU Palms Count Alexander 41 A re ca 4 Cabbage 87 Everglades 1 Florida Thatch 2 Foxtail 128 Royal 39 Screwpine 1 Washingtonia 25 TOTAL:* 328 Trees Count Dwarf Jatropha 4 Golden Trumpet 3 Holly 49 Hopi Crape Myrtle 1 Live Oak 6 Mahogany 4 Muskogee Crape Myrtle 6 Pink Trumpet 3 Purple Glory 2 Queen's Crape Myrtle 8 Shady Lady Black Olive 4 Silver Trumpet 5 TOTAL:* 95 NOTE: Approximate current varieties&quantities, subject to change by the MSTU Project Manager. ITB 23-8136 Page 1 of 1.CA(O H \ _ / \ \ _ \ / \ / .-A ) 3 0 C \ \ \ ~ . „ _ . \ 0 / ± : \ ) o \ 2 c / \ « 3 / _ \ \ } / ƒ \ \ £ .- _ CO 3 ) 6) :m C 2 , z / \_ � . 2\ \ / : z ( 1. \/ E- \ § I: ! c. g \ E = _, \ \ . { _ U )z z- / \ / / \ \ \ /H . � \ U � ) . ~ \ } , I H H H H : \ H k \) \) \\ \ \ \} '')- CA-0 Attachment E Lighting Inspection Report LELY MSTU LIGHTING INSPECTION Inspection Date: 00/00/2023 ST.ANDREWS ENTRANCE - FROM US-41 TUBE A B C D E Sign - Enter 1 Sign - Exit 2 SPOT 0 A B Notes Flagpole - US 1 Flagpole - FL 2 Flagpole - BCC 3 LUMINAIRE 0 A B Single 1 Single 2 Single 3 Single 4 Single 5 Single 6 Single 7 Single 8 Single 9 Single 10 Single 11 PEBBLE BEACH BLVD LUMINAIRE 0 A B Double 1 Double 2 Double 3 Double 4 Double 5 Double 6 Double 7 Double 8 Double 9 Double 10 Double 11 Double 12 Double 13 Double 14 Double 15 Double 16 Double 17 Double 18 Double 19 Double 20 Double 21 Single 22 Single 23 ITB 23-8136 1/2 Attachment E Lighting Inspection Report LELY MSTU LIGHTING INSPECTION 00/00/2023 Notes FOREST HILLS @ AUGUSTA 'LELY' SIGN 0 A B Solar Light -- DORAL CIRCLE TUBES 0 A B Sign - Enter 1 Sign - Exit 2 LUMINAIRE 0 A B Double 1 Double 2 Single 3 Single 4 Single 5 Single 6 ITB 23-8136 2/2 Attachment F Lely MSTU Pressure Washing LELY GOLF ESTATES BEAUTIFICATION MSTU Paver, Concrete, & Hard Surfaces Location Function SQFT Dimensions (FT) St Andrews Blvd US-41 1. Entry Side 1 Park Bench Pad* 16 = 8 x 2 2. Entry Side 2 Park Bench Pad* 47 = 4 x 8 + (1.25 x 10) & Retaining Wall 3. Exit Side 1 Park Bench Pad* 16 = 8 x 2 Forest Hills Blvd Augusta 4. Lakeside Park Bench Pad* 32 = 8 x 4 Doral Circle @ Rattlesnake Hammock 5. Exit Side Park Bench Pad* 96 = 8 x 4 + 8 x 8 6. Exit Side Sidewalk & 840 = 120 x (5 + 2) Valley Gutter 7. Entry Side Sidewalk & 840 = 120 x (5 + 2) Valley Gutter 8. Doral Circle Crosswalk 480 = 60 x (1+6+1) 9. Doral Circle Canal Bridge (E) * 648 = 72 x 9 10. Doral Circle Canal Bridge (W) 648 = 72 x 9 Other 11. Warren St & 9 Bollards Pump Station Pad 181 = (13 x 7) + (9 x 10) * includes Park Bench TOTAL: 3,663 SQFT *' includes wall, cap, & posts NOTE: Approximate dimensions per location, subject to change by the MSTU Project Manager. ITB 23-8136 Page 1 of 1 CÁO Exhibit B Fee Schedule following this page (pages 1 through 3 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement [2023 ver.2] CAO Invitation to Bid(ITB)23-8136 "Lely Golf Estates MSTU Grounds Maintenance" EXHIBIT B FEE SCHEDULE A&M PROPERTY MAINTENANCE LLC A.WORK AREA 1: Saint Andrews Blvd&Valley Stream Cr/Ln (US-41 to Forest Hills Blvd) Attachment A,Sheet No's.1,2,3,&4 -Saint Andrews ROW's M-1,M-2;Medians 1,2,3,4,5,6,7,8,8a,9,&10. PRIMARY CONTRACTOR Valley Stream Cr/Ln Median 13. Warren St Pump Station(Sheet No.11)items 1,4,&6 only. Routine Maintenance-Area 1 (Attachment A) Item Description UOM Unit Price I Pre-Service Cleaning-All Areas Week $ 48.00 2 Edging Only-Medians 4,5,6,7,8,9,&10 Bi-weekly $ 48.00 3 Mowing&Edging-ROW's M-1&M-2 and Medians 1,2,3,&13 Week $ 93.60 4 General Weeding-Shrubs,Plant beds,&Ground Covers for a continuously weed-free site Week $ 48.00 5 General Site Trimming&Pruning-All Areas,up to twice per month Bi-weekly $ 1,040.00 6 Post-Service Cleaning-All Areas Week $ 48.00 B.WORK AREA 2: Forest Hills Blvd,Forest Hills Cartpath,&Treasure Point cul-de-sac(Saint Andrews Blvd to Treasure PRIMARY CONTRACTOR Point)Attachment A,Sheet No's.5,6,&12-Medians 11,12,ROW M-8,&Treasure Point. Routine Maintenance-Area 2 (Attachment A) Item Description UOM Unit Price 7 Pre-Service Cleaning-AU Areas Week $ 36.00 8 Edging Only-Medians 11,12,&Treasure Point Bi-weekly $ 36.00 9 Mowing&Edging-ROW M-8 Week $ 70.20 10 General Weeding-Shrubs,Plant beds,&Ground Covers for a continuously weed-free site Week $ 36.00 11 General Site Trimming&Pruning-All Areas,up to twice per month Bi-weekly $ 780.00 12 Post-Service Cleaning&Inspection-All Areas Week $ 36.00 C.WORK AREA 3: Pebble Beach Blvd,Heather Grove Lu,Briarcliff Ln,Thorncrest Ln,Baltusrol Cartpath&Pebble Beach Cartpath PRIMARY CONTRACTOR Attachment A,Sheet No's.7,8,&9-Medians 14,15,16,17,18,19,20,21,22,ROW's M-3,M-4,&M-7. Routine Maintenance-Area 3 (Attachment A) Item Description UOM Unit Price 13 Pre-Service Cleaning-All Areas Week S 24.00 14 Edging Only-Medians 14,15,16,17,18,19,20,21,&22 Bi-weekly $ 24.00 15 Mowing&Edging-Side ROW's M-3,M-4,&M-7 Week $ 72.00 16 General Weeding-Shrubs,Plant beds,&Ground Covers for a continuously weed-free site Week $ 24.00 17 General Site Trimming&Pruning-All Areas,up to twice per month Bi-weekly $ 520.00 18 Post-Service Cleaning&Inspection-All Areas Week $ 24.00 D.WORK AREA 4:Doral Cr&Rattlesnake Hammock Rd Attachment A,Sheet No.10-Median 23,ROW's M-5,&M-6 PRIMARY CONTRACTOR Routine Maintenance-Area 4 (Attachment A) Item Description UOM Unit Price 19 Pre-Service Cleaning-All Areas Week $ 12.00 20 Edging Only-Median 23 Bi-weekly $ 12.00 21 Mowing&Edging-ROW's M-5&M-6 Week $ 36.00 22 General Weeding-Shrubs,Plant beds,&Ground Covers for a continuously weed-free site Week $ 12.00 23 General Site Trimming&Pruning-All Areas,up to twice per month Bi-weekly $ 260.00 24 Post-Service Cleaning&Inspection-All Areas Week $ 12.00 E. PESTICIDES:Contractor supplies all Chemicals&Application PRIMARY CONTRACTOR Applied to all Service Areas(Attachment A) Item Description UOM Unit Price 25 Groundcover,Shrubs,Palms,&Trees:Insecticides-applied to all medians&areas as needed throughout the month Month $ 125.00 26 Groundcover,Shrubs,Palms,&Trees:Fungicides-applied to all medians&areas as needed throughout the month Month $ 125.00 27 Groundcover,Shrubs,Palms,&Trees:Herbicides-applied to all medians&areas as needed throughout the month Month $ 100.00 28 Turf Insecticides&Fungicides-applied to all medians&areas as needed throughout the month Month $ 125.00 29 Turf Herbicides-applied to all medians&areas as needed throughout the month Month $ 125.00 F.IRRIGATION SERVICES:Wet Checks and Standard Repairs. PRIMARY CONTRACTOR Wet Checks:Test,Unclog Nozzles,&Adjust Spray Patterns,Change Batteries Item Description UOM Unit Price 30 WeatherTRAK Controller: System-wide Cell Phone Checkout&Run Week $ 240.00 31 Hunter Controller:Checkout&Run-Median 13 Valley Stream Cr/Ln Bi-weekly $ 120.00 CAO Pages of 3 32 Hunter Enclosure:Checkout&Run-Median 23 Doral Dircle Bi-weekly $ 120.00 33 Hunter Node 100 Controller(Hockey Puck): Replace Battery(s)&Test w/Adjustments-ROW M-8 (Qty 2) 6-monthly $ 520.00 34 Hunter Node 100 Controller(Hockey Puck): Replace Battery(s)&Test w/Adjustments-ROW M-5 (Qty 1) 6-monthly S 520.00 Standard Irrigation Repairs:Price for completeion within two(2)work days or by Friday of the same regular workweek Item Description UOM Unit Price 35 Level 1-replace(1)Solenoid&check/remake any loose or non-conforming connections EA S 75.00 est.15 per year (per repair) 36 Level 2-replace(1)Decoder&check/remake any loose or non-conforming connections EA $ I50.00 est.6 per-year (per repair) 37 Level 3-rebuild(1)Zone Valve&check/remake any loose or non-conforming connections EA $ 150.00 _ est.8 per-year (per repair) 38 Level 4-replace(1)Zone Valve-cut out(1)non-ganged valve&check/remake any loose or non-conforming connections EA $ 200.00 est.6 per-year (per repair) 39 Level 5-replace Battery and/or Reset 8"Hockey Puck"irrigation controllers EA $ 75.00 est.2-times per-year (per controller) G.LIGHTING INSPECTION&REPORT:MSTU fixtures only PRIMARY CONTRACTOR (Attachment E) Item Description UOM Unit Price 40 Activate Lighting Circuits,Identify Outages&Issues,Submit Report Month $ 150.00 H.ADDITIONAL SERVICES FOR WORK AREAS:Pre-approved by the Project Manager PRIMARY CONTRACTOR HOURLY RATES-SERVICE: (regular business hours.*) Item Description UOM Unit Price 41 Supervisor(per staff hour) Flour S 75.00 42 Laborer/Helper(per staff hour) Hour $ 75.00 43 Irrigation Supervisor(per staff hour) Hour $ 75.00 44 Irrigation Technician(per staff hour) Hour S 75.00 HOURLY RATES-EQUIPMENT WITH OPERATOR: Inclusive of Class,License,Labor,Equipment,Fuel,&Materials (regular business hours*`) Item Description LOM Unit Price 45 Bobcat/Skid Loader Hour S 300.00 46 Bucket/Lift Truck Hour $ 300.00 47 Mini Excavator Hour S 300.00 48 Stump Grinder Flour $ 200.00 49 Truck,Class B or higher Hour $ 150.00 50 Water Truck Hour $ 150.00 FERTILIZER: Turf,Groundcovers,Shrubs,Trees,and Palms(October-November,April-May) Item Description UOM Unit Price 51 8-0-12-Slow Release-Approx 130 bags @ 50 lb/bag,2 apps/year(65+65)-Application-only,price per bag 50 LB Bag $ 10.00 Turf,Groundcover,Shrubs,Trees(County-supplied fertilizer) 52 0-0-22 (So-Po-Mag)-Approx 8 bags @ 50 lb/bag,2 apps/year(4+4)-Application-only,price per bag 50 LB Bag $ 10.00 Palms(County-supplied fertilizer) 53 Application labor rate only(Granular fertilizer,Micronutrients,etc.)County-supplied 50 LB Bag $ 10.00 S4 Application labor&materials(Drench,Sequestrene Iron) LF $ 1.00 Contractor-supplied,per lineal foot(LF) 55 Application labor&materials(20-20-20 w/Ferromec AC 13-0-0 plus 6%Iron) SF $ 1.00 Contractor-supplied,per square foot(SF) STRUCTURAL PRUNING: (Canopy Trees,Attachment C)April&September Item Description UOM Unit Price 56 Virginia Live Gale Each $ 40.00 57 Dwarf Jatropha Each $ 40.00 58 East Palatka Holly Each $ 40.00 59 Floss Silk Trees Each $ 40.00 60 Hong Kong Orchid Each $ 40.00 61 Hopi Crape Myrtle Each $ 40.00 STRUCTURAL PRUNING(Palms,Attachment C-including fonds,seed pods,and boots)June Item Description UOM Unit Price 62 Alexander Palm Each $ 15.00 63 Foxtail Palm Each $ 25.00 64 Paurotis/Everglades Palm Each $ 100.00 65 Royal Palm&Queen Palms Each $ 40.00 66 Cabbage Palm/Sabal Palm Each S 40.00 HEDGE PRUNING: Clusia,Podocarpus(upon request) Item Description UOM Unit Price 67 One Sided-prune to flat top, Oat vertical side,6 ft up to 9 ft height as directed per lineal foot(LF) LF S 75.00 68 Two Sided-prune to Oat top, Oat vertical sides,6 ft up to 9 ft height as directed per lineal foot(LF) LF $ 150.00 LIGHT POLE CLEARING(upon request) Item Description UOM Unit Price 69 Lumen Lamps Spider Webs-Remove from lens face of fixture,upon request(Approx 15 II height) Hour $ 75.00 70 Lumec Lamps Tree Limbs-Remove from lens face of fixture,upon request(Approx 15 ft height) Hour S 75.00 MULCH APPLICATION(upon request) Item Description UOM Unit Price 71 Application labor-only rate,per 2 cubic ft bag(County-supplied Mulch) Bag $ 2.00 72 Application labor&materials rate,per 2 cubic ft bag (Contractor-supplied Mulch) Bag $ 2.00 Page 2 of 3 cAO PRESSURE CLEANING(inclusive of all labor,materials,equipment to complete the work) Item Description I UOM Unit Price 73 Brick Pavers,Stone,Concrete,Hard Surfaces per square foot(SF) SF $ 0.23 74 Wet&Forget'Liquid-Application only per gallon(GAL) GAL S 100.00 SPECIAL SERVICES Item Description UODI Unit Price 75 Small Project Maintenance Hour S 75.00 TREE&PALM MAINTENANCE SERVICES(AII inclusive of labor,equipment,watering,materials,and incidentals to complete the work Item Description UOM Unit Price 76 Staking Small Canopy Tree(2x2 posts&guy wire,or"Duckbill,"4"-6"caliper) Each S 75.00 77 Staking Large Canopy Tree(2x4 posts,or"Duckbill,"greater than 6"caliper) Each S 150.00 78 Staking Small Palm(2x2 posts&guy wire,or"Duckbill,"4"-6"caliper) Each $ 75.00 79 Staking Large Palm(2x4 posts&guy wire,or"Duckbill,"4"-6"caliper) Each S 150.00 80 Re-standing and Staking Small Canopy Tree(2x2 posts&guy wire,or"Duckbill,"4"-6"caliper) Each S 125.00 81 Re-staking Large Canopy Tree(2x4 posts,or"Duckbill,"greater than 6"caliper) Each S 200.00 82 Re-standing and Staking Small Palm(4"-6"Caliper) Each S 250.00 83 Re-standing and Staking Large Palm(Caliper greater than 6") Each $ 300.00 MATERIALS MARK-UP FIXED PERCENTAGE IS 15% (Percentage is a markup on non-bid line items.Tax is not marked-up. Receipts are required with the invoice.) Hourly Rates outside of regular business hours shall be billed at 1.5 x Regular hourly rates.("Time and a Half') Prices shall remain firm for the initial year of the Agreement CA° Page 3 of 3 Other Exhibit/Attachment Description: ❑ following this page (pages through ) O this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement i [2023_ver.2] C f}0