Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 03/11/2025 Item #16F 3 (Award Invitation to Bid No. 25-8328 for hte Sun-N-Fun Pool Renovation Project)
3/11/2025 Item # 16.F.3 ID# 2025-722 Executive Summary Recommendation to award Invitation to Bid No. 25-8328, “Sun-N-Fun Slide Pool Renovation,” to Electro-Mechanic Industries, Inc., d/b/a Vermana, in the amount of $164,964, with an Owner’s Allowance in the amount of $13,700, authorize the Chair to sign the attached Agreement, and approve any necessary Budget Amendments. (Project 80421) OBJECTIVE: To approve an agreement with Electro-Mechanic Industries, Inc. d/b/a Vermana for construction services for the Sun-N-Fun Slide Pool Renovation project. CONSIDERATIONS: The Sun-N-Fun Slide Pool Renovation scope includes general repairs to improve the safety and lifecycle of the pool. Existing main drains are to be replaced with manufactured ones that are compliant with current federal law that mandates the installation of anti-entrapment drain covers in public swimming pools and spas to prevent injuries and deaths caused by suction entrapment hazards. The pool floor is to be demolished in the area of the drain replacement, and a new floor and pool finish will be installed. The new drain piping will be connected to the existing piping to maintain the same pool system dynamics. On December 18, 2024, the Procurement Services Division released an Invitation to Bid No. 25-8328, “Sun-N-Fun Slide Pool Renovation,” to 2,572 vendors, and the County received three bids by the January 24, 2025, submission deadline as follows: Respondents: Company/Name City County State Bid Amount Responsive/Responsible Electro Mechanic Industries, Inc. d/b/a Vermana Orlando Orange FL $164,964 Yes/Yes USA Construction, LLC Cumming Forsyth GA $169,000 Yes/Yes Capital Contractors, LLC Naples Collier FL $175,700 Yes/Yes The County’s engineering consultant, Water Technology Inc., evaluated the bids and determined that Vermana’s bid was roughly 20% higher than the Engineer’s Opinion of a Probable Construction Cost of $137,071. This difference is reasonable and aligns with general fluctuations due to market conditions. Staff reviewed the three bids, found all bidders responsive and responsible, and recommended awarding the attached Agreement to the lowest, responsive, and responsible bidder, Electro Mechanic Industries, Inc. d/b/a "Vermana" in the contract amount of $164,964. In addition to the total bid amount, staff have allocated $13,700 as an Owner’s Allowance to address potential unforeseen site conditions that might be encountered during construction, which will be included in the Purchase Order. Use of the Owner’s Allowance will be only as directed by the County, if necessary, making the total $178,664. This item is consistent with the Responsible Governance, Quality of Place, and Infrastructure and Asset Management strategic focus areas of the Collier County Strategic Plan. FISCAL IMPACT: The source of funding is the Park Bond (Fund 3063). A budget amendment in the amount of $178,664 is necessary to reallocate funds from reserves into Project 80421. Page 3360 of 4027 3/11/2025 Item # 16.F.3 ID# 2025-722 GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan from this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 25-8328, “Sun-N-Fun Slide Pool Renovation,” to Electro- Mechanic Industries, Inc., d/b/a Vermana, in the amount of $164,964 with an Owner’s Allowance in the amount of $13,700, authorize the Chair to sign the attached Agreement, and approve any necessary Budget Amendments. (Project 80421) PREPARED BY: Dayne Atkinson, Supervisor-Project Management, Facilities Management Department ATTACHMENTS: 1. 25-8328 VendorSigned_Electro-Mechanic.pdf 2. 25-8328 - NORA Signed 3. 25-8328 - Bid Tabulation 4. 25-8328 - DELORA 5. 25-8328 COI in Compliance Packet_2.21.25 6. Budget Amendment Form 3063 SNF 80421 Page 3361 of 4027 Page 3362 of 4027 Page 3363 of 4027 Page 3364 of 4027 Page 3365 of 4027 Page 3366 of 4027 Page 3367 of 4027 Page 3368 of 4027 Page 3369 of 4027 Page 3370 of 4027 Page 3371 of 4027 Page 3372 of 4027 Page 3373 of 4027 Page 3374 of 4027 Page 3375 of 4027 Page 3376 of 4027 Page 3377 of 4027 Page 3378 of 4027 Page 3379 of 4027 Page 3380 of 4027 Page 3381 of 4027 Page 3382 of 4027 Page 3383 of 4027 Page 3384 of 4027 Page 3385 of 4027 Page 3386 of 4027 Page 3387 of 4027 Page 3388 of 4027 Page 3389 of 4027 Page 3390 of 4027 Page 3391 of 4027 Page 3392 of 4027 Page 3393 of 4027 Page 3394 of 4027 Page 3395 of 4027 Page 3396 of 4027 Page 3397 of 4027 Page 3398 of 4027 Page 3399 of 4027 Page 3400 of 4027 Page 3401 of 4027 Page 3402 of 4027 Page 3403 of 4027 Page 3404 of 4027 Page 3405 of 4027 Page 3406 of 4027 Page 3407 of 4027 Page 3408 of 4027 Page 3409 of 4027 Page 3410 of 4027 Page 3411 of 4027 Page 3412 of 4027 Page 3413 of 4027 Page 3414 of 4027 Page 3415 of 4027 Page 3416 of 4027 Page 3417 of 4027 Page 3418 of 4027 Page 3419 of 4027 Page 3420 of 4027 Page 3421 of 4027 Page 3422 of 4027 Page 3423 of 4027 Page 3424 of 4027 Page 3425 of 4027 Page 3426 of 4027 Page 3427 of 4027 Page 3428 of 4027 Page 3429 of 4027 Page 3430 of 4027 Page 3431 of 4027 Page 3432 of 4027 Page 3433 of 4027 Page 3434 of 4027 Page 3435 of 4027 Page 3436 of 4027 Page 3437 of 4027 Page 3438 of 4027 Page 3439 of 4027 Page 3440 of 4027 Page 3441 of 4027 Page 3442 of 4027 Page 3443 of 4027 Page 3444 of 4027 Page 3445 of 4027 Page 3446 of 4027 Page 3447 of 4027 Page 3448 of 4027 Page 3449 of 4027 Page 3450 of 4027 Page 3451 of 4027 Page 3452 of 4027 Page 3453 of 4027 Page 3454 of 4027 Page 3455 of 4027 Page 3456 of 4027 Page 3457 of 4027 Page 3458 of 4027 Page 3459 of 4027 Page 3460 of 4027 Page 3461 of 4027 Page 3462 of 4027 Page 3463 of 4027 Page 3464 of 4027 Page 3465 of 4027 Page 3466 of 4027 Page 3467 of 4027 Page 3468 of 4027 Page 3469 of 4027 Page 3470 of 4027 Page 3471 of 4027 Page 3472 of 4027 Page 3473 of 4027 Page 3474 of 4027 Page 3475 of 4027 Page 3476 of 4027 Page 3477 of 4027 Page 3478 of 4027 Page 3479 of 4027 Page 3480 of 4027 Page 3481 of 4027 Page 3482 of 4027 Page 3483 of 4027 Page 3484 of 4027 Notice of Recommended Award Solicitation: 25‐8328 Title: Sun‐N‐Fun Lagoon Plunge Pool Renovation Due Date and Time: January 24, 2025, at 3:00 PM EST Respondents: Company Name City County State Total Bid Amount: Responsive/Responsible Electro‐Mechanic Industries, Inc. dba Vermana, Inc. Orlando Orange FL $164,964.00 Yes/Yes USA Construction, LLC Cumming Forsyth GA $169,000.00 Yes/Yes Capital Contractors, LLC Naples Collier FL $175,700.00 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On December 10, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 25‐ 8328, Sun‐N‐Fun Lagoon Plunge Pool Renovation, to two thousand five hundred and seventy‐two (2,572) vendors. Five hundred and twenty‐one (521) viewed the bid package, and the County received three (3) bids by January 24, 2025, the submission deadline. Staff reviewed the bids received, and all bidders were deemed responsive and responsible as shown above. Staff determined that Electro‐Mechanic Industries, Inc. dba Vermana, Inc., is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Electro‐Mechanic Industries, Inc. dba Vermana, Inc., the lowest responsive and responsible bidder, based on the award of the total bid amount of $164,964.00. In addition to the total bid amount, staff has allocated $13,700.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: F5222A19-1C9A-4A44-8C7C-4889D8B1FB1E 2/7/2025 2/7/2025 2/7/2025 Page 3485 of 4027 Project Manager: Dayne Atkinson Procurement Strategist: Rita Iglesias Notifications Sent: 2,572 Viewed: 521 Bids Received: 3 Sun-N-Fun Plunge Pool Renovation Construction ITB No. 25-8328 Bid Tabulation Electro-Mechanic Industries, Inc. dba Vermana, Inc. USA Construction, LLC Capital Contractors, LLC ENGINEER Item No.Description QTY Unit Total Total Total Total 1 Mobilization/Aquatic Supervision/General Conditions 1 LS $64,664.00 $16,258.00 $14,100.00 $21,691.00 2 Demo of existing pool floor and removal of drains and inlets 1 LS $28,200.00 $20,224.00 $43,900.00 $21,600.00 3 Furnish and installation of 3 new main drain sumps 1 LS $31,600.00 $33,908.00 $43,900.00 $48,480.00 4 Furnish and installation of 3 new floor inlets 1 LS $5,500.00 $10,120.00 $17,600.00 $7,800.00 5 New concrete with waterstop to replace the demo region 1 LS $20,000.00 $46,922.00 $35,100.00 $26,100.00 6 Install new pool plaster to match existing at floor replacement area 1 LS $15,000.00 $41,568.00 $21,100.00 $11,400.00 PROJECT BASE BID - TOTAL:$164,964.00 $169,000.00 $175,700.00 $137,071.00 Staff has allocated $13,700.00 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. Electro-Mechanic Industries, Inc. dba Vermana, Inc.USA Construction, LLC Capital Contractors, LLC Yes/No Yes/No Yes/No Bid Schedule Yes Yes Yes Bid Response Form (Form 1)Yes Yes Yes Contractors Key Personnel Assigned to Project - (Form 2)Yes Yes Yes Material Manufacturers (Form 3)Yes Yes Yes List of Major Subcontractors (Form 4)Yes Yes Yes Statement of Experience of Bidder (Form 5)Yes *Yes Yes Trench Safety Act Acknowledgement (Form 6)Yes Yes Yes Bid Bond (Form 7)*Yes *Yes Yes Insurance and Bonding Requirements (Form 8)Yes Yes Yes Conflict of Interest Affidavit (Form 9)Yes Yes Yes Vendor Declaration Statement (Form 10)Yes Yes Yes Immigration Affidavit Certification (Form 11)Yes Yes Yes E-Verify Yes Yes Yes W-9 Yes Yes Yes SunBiz Yes No Yes (General Contractor or Pool Contractor) License Yes *No Yes Opened By: Rita Iglesias Witnessed By: Matthew Webster Date: 1/24/2025 3:00 PM EST Page 3486 of 4027 February 3, 2025 Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Design Entity Letter of Recommended Award Solicitation No. 25-8328 Sun-N-Fun Slide Pool Renovation Bids were received for the above-referenced project by Collier County in advance of the bid deadline on 1/24/2025. WTI has completed our review of the bid submitted by the lowest bidder for this project, and we are pleased to provide the following award recommendation. The scope of the Sun-N-Fun Slide Pool Renovation includes general repairs to improve the safety and life cycle of the pool. Existing main drains are to be removed and replaced with manufactured drains compliant with current VGB standards. The pool floor is to be demolished in the area of the drain replacement, with new floor and pool finish installed. New drain piping is to be connected to the existing piping to maintain the same pool system dynamics. Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is Electro-Mechanic Industries, Inc., DBA Vermana, with a bid of $164,964.00. WTI was provided with the bid schedule for Vermana. Vermana’s bid is roughly 20% higher than the Engineer’s Opinion of Probable Construction Cost (OPC) of $137,071. This difference is reasonable and aligns with general fluctuations due to market conditions. References for Vermana were provided to WTI for review. All five references were contacted, but to this point, only two of the references responded back. Please refer to the attached Vendor Reference Check Log for more information on the references. Overall, WTI has determined the references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete this project. Vermana has a Florida State Contractor License #CPC1458858 and is licensed in the State of Florida to do this type of work. Based on the above information, WTI recommends Vermana be awarded the Sun-N-Fun Lagoon Slide Pool Renovation project in the amount of $164,964.00. If there are any questions, please do not hesitate to contact our office. Best regards, Reed Gonzalez Project Manager Water Technology, Inc. Office: 920.887.7375 rgonzalez@wtiworld.com Page 3487 of 4027 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG – Integrated Construction, LLC (Reference) Solicitation No.: 25-8328 Reference Check by: Reed Gonzalez, WTI Solicitation Title: Sun-N-Fun Slide Pool Renovation Date: 02/03/2025 Bidder’s Name: Vermana Phone: 920-887-7375 (WTI) Design Entity: Water Technology, Inc. Aquatic Consulting Engineers REFERENCED PROJECT: Project Name: Sun-N-Fun Slide Pool Renovation Project Location: 15000 Livingston Road Project Description: Main drain sump and g rating replacement Completion Date: TBD Contract Value: $164,964 Project Owner/Title: Collier County Facilities Owner’s Address: 3335 Tamiami Trail East, Suite 101 Phone: 239-252-5337 Owner’s Contact Person: Dayne Atkinson E-Mail: dayne.atkinson@colliercountyfl.gov 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Vermana process went well detailed. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Overall, it went well. The owner’s approval process was slow. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? There was a leak at a water line outside the deck area, but they immediately addressed it. 7. Additional comments: Page 3488 of 4027 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG – Lake Wales, FL (Reference) Solicitation No.: 25-8328 Reference Check by: Reed Gonzalez, WTI Solicitation Title: Sun-N-Fun Slide Pool Renovation Date: 02/03/2025 Bidder’s Name: Vermana Phone: 920-887-7375 (WTI) Design Entity: Water Technology, Inc. Aquatic Consulting Engineers REFERENCED PROJECT: Project Name: Sun-N-Fun Slide Pool Renovation Project Location: 15000 Livingston Road Project Description: Main drain sump and g rating replacement Completion Date: TBD Contract Value: $164,964 Project Owner/Title: Collier County Facilities Owner’s Address: 3335 Tamiami Trail East, Suite 101 Phone: 239-252-5337 Owner’s Contact Person: Dayne Atkinson E-Mail: dayne.atkinson@colliercountyfl.gov 1. Was project completed timely and within budget? (If not, provide detail) The project had some delays and was a little over budget, but this was not due to the contractor’s fault. The City did not have knowledge of previous work done on the pool as we bought the property one year or two prior to the project and the pool had been there for decades before. The contractors worked very well with us and explained the additional cost and kept them as minimal as possible. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. As I mentioned before there were some changes, but this would have happened had any contractor been awarded the job. Prior work on the pool was not done correctly, and in order for Vermana to do the job correctly they needed to fix prior mistakes. We were happy that they noticed the problems, they brought them to attention as soon as possible and kept the costs to a minimum. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? We have had no issues with the pool since they completed their work. 7. Additional comments: Page 3489 of 4027 Page 3490 of 4027 Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Workers Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employers Liability $_1,000,000__ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000__single limit 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. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys fees and paralegals fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000___ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence Page 3491 of 4027 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 2/21/2025 Sihle Insurance Group 1021 Douglas Avenue Altamonte Springs FL 32714 Certificate Team 407-869-0962 mmullen@sihle.com Transportation Insurance Company 20494 ELECIND-01 Continental Insurance Company 35289Electro-Mechanic Industries,Inc. dba Vermana,Inc. 2909 Fairgreen Street Orlando FL 32803-5043 American Interstate Insurance 31895 987192767 A X 1,000,000 X 100,000 15,000 1,000,000 2,000,000 X Y 7034474477 9/25/2024 9/25/2025 2,000,000 B 1,000,000 X X X Y 7034474446 9/25/2024 9/25/2025 PIP 10,000 B X X 4,000,00070345738829/25/2024 9/25/2025 4,000,000 X 10,000 C X N AVWCFL3210792024 9/25/2024 9/25/2025 1,000,000 1,000,000 1,000,000 A Equipment Floater 7034474477 9/25/2024 9/25/2025 Leased &Rented Deductible $100,000 $2,500 Project:24-8328 Sun-N-Fun Lagoon Plunge Pool Renovation Collier County Board of County Commissioners,its officers and employees are included as Additional Insured regarding General Liability &Automobile Liability on a primary &non-contributory basis when required by written contract.30 Day Notice of Cancellation,except 10 Days for Non-Payment in accordance with policy provisions.Umbrella Liability follows the provisions contained in the underlying General Liability,Automobile Liability and Employers Liability. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 Page 3492 of 4027