Loading...
Backup Documents 10/11/2016 Item #16A10 (Neal's Lawn & Landscape Inc.) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNAT Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwardey ii►^!,I at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the C � ; ,r�;, A. f h than Monday preceding the Board meeting. **NEW** ROUTING alp NOV 0 8 2016 Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines 41 through#2,complete the checklist,and forward to the County Attorney Office. Routed by Procurement Services to the Risuianagetitent Following Addressee(s) (In routing order) Office Initials ate 1. Risk ; Risk Management \L.C, 11-8-Ito 2. County Attorney Office County Attorney Office ) J� f 3. BCC Office Board of County Commissioners `"t:l . � ' kk`tc\kms 4. Minutes and Records Clerk of Court's Office c).6 3:5e- 5. Return to Procurement Services Division Procurement Services Contact: Viviana Giarimoustas PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Procurement".Tech for Adam Northrup Phone Number 239-252-8375 Procurement Staff Contact and Date Agenda Date Item was I.41,411i2016 Agenda Item Number 16A10 Approved by the BCC / / Type of Document Contract ,f Number of Original 2 V Attached Documents Attached PO number or account N/A ✓ Solicitation/Contract 16-6643/Neal's Lawn number if document is Number/Company and Landscape to be recorded Name INSTRUCTIONS & CHECKLIST Initial'the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) , Applicable) 1. Does the document require the chairman's original signature? r)\-\ 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be VG signed by the Chairman,with the exception of most letters,must be reviewed and signed (rye by the Office of the County Attorney. lam' 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's VG signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip 'X ' should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on the date above and all changes made VG during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the 4 +E BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. / � a I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 1 1 6 A 1 0 MEMORANDUM Date: November 16, 2016 To: Viviana Giarimoustas, Purchasing Tech Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #16-6643 "Nuisance Abatement Services," Contractor: Neal's Lawn and Landscape Maintenance Attached for your records is an original copy of the contract referenced above, (Item #16A10) approved by the Board of County Commissioners on October 11, 2016. The second original will be held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 1 6 A 1 0 AGREEMENT 16-6643 for Nuisance Abatement THIS AGREEMENT is made and entered into this I/ day of Ot hbo,;. , 2016, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and Neals Lawn & Landscaping, Inc., authorized to do business in the State of Florida, whose business address is 146 Brooks Rd, North Fort Myers, FL 33917 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT. The Agreement shall be for a two (2) year period, commencing on the date of Board award and terminating two (2) years from that date, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. The Work will commence upon the issuance of a Purchase Order. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all the terms and conditions contained in this Agreement for two (2) additional, one (1) year renewals, renewable annually. 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 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. STATEMENT OF WORK. The Board of County Commissioners deemed two (2) firms to be qualified and awarded an Agreement to each firm. Each awardee will enter into an Agreement to provide their awarded portion of the services on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of Invitation to Bid (ITB) #16-6643, Exhibit A "Scope of Work," and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. 2.1 The execution of this Agreement shall not be a commitment to the Contractor that any Work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the procedure to obtain Work and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Although the primary user of this Agreement is the Code Enforcement Division, any County Division may use this Agreement provided sufficient funds are included in its budget(s). Page 1 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. r CN 9? 1 6 A 1 0 2.2 The Contractor is the primary on Mowing and Litter and Debris Removal as listed below: Category District Mowing North Mowing South Litter and Debris Removal North Litter and Debris Removal South The procedure for obtaining Work under this Agreement is as follows: Prior to the issuance of a Purchase Order, all Work will be sent to the Contractor weekly on Tuesdays and Thursday. For Work sent on Tuesday, the Contractor must respond that they accept the work by end of business on Wednesday. For Work sent on Thursday, the Contractor must respond that they accept the Work by end of business on Friday. Should the Contractor be unable to accept the Work the Project Manager, or designee, reserves the right to use another Contractor for the services. 2.3 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project Manager or designee, in compliance with the County's Procurement Ordinance, as amended, and Procedures in effect at the time such services are authorized. 3. THE AGREEMENT SUM. The Owner shall pay the Contractor for the performance of the Work awarded to them in accordance with the fee schedule in Exhibit B, attached hereto, and as further defined in Section 3.1. Price Methodology. 3.1 Price Methodology: 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 required). 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 mark up). 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. Page 2 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping • 1 6 A 1 0 3. NOTICES. All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Neals Lawn & Landscaping, Inc. 146 Brooks Rd North Fort Myers, FL 33917 Phone: 239-240-4300; Fax: 239-240-4300 Attn: Tracy Neal, Owner All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Procurement Services Division 3327 East Tamiami Trail Naples, Florida 34112 Attention: Director, Procurement Services Division Phone: 239-252-8407 Fax: 239-252-6480 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. 5. 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. 6. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Owner will not be obligated to pay for any permits obtained by Subcontractors. 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. Page 3 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. 1 6 A 1 0 7. 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 Contract 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. 8. TERMINATION. With respect to this Agreement, should the Contractor be found to have failed to perform the Work in a manner satisfactory to the County and requirements of 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 sole judge of non-performance. With respect to a particular Project, termination shall be governed by the terms of the Purchase Order. 9. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10.INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate, for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$500,000 for each accident. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification Page 4 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. 16A10 to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that Contractor is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11.INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall 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 or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 11.1 The duty to defend under this Article 11 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 11 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. 12.PAYMENTS WITHHELD. Owner may decline to approve any invoice, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner'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 Agreement Amount; (e) reasonable indication that the Work will not be completed within the Agreement 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, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 13.SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. Page 5 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. 16A10 14.CHANGES IN THE WORK. Owner 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 itemized 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 Owner, and Owner shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County's Procurement Ordinance, as amended and Procurement Procedures in effect at the time such modifications are authorized. 15.ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in accordance with the Procurement Ordinance, as amended, and Procurement Procedures. 16.COMPLIANCE WITH LAWS. The Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements in F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law: 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 Page 6 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. 16A10 the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 17. CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 18. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 19. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, this Agreement shall take precedence. 20. 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 Owner 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 Owner. 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 Page 7 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. (C C 1oA1O or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21. 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. 22. 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 Owner 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 Owner. 23. 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 Owner or Owner's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due 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 Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 24. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a written Order shall be issued to document the consequences of the changes or variations. Page 8 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, In C 1oAIO If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Agreement Amount or an extension to the Agreement Time. 25. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Code Enforcement Division. 26. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate(s), Contractor's Proposal, Insurance Certificate(s), ITB #16-6643 any addenda, Exhibit A — Scope of Services, and Exhibit B — Price Schedule, made or issued pursuant to this Agreement. 27. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 28. 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. 29. 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. No markup shall be applied to sales tax. 30. IMMIGRATION LAW COMPLIANCE. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the 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. 31. 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. Page 9 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. C 1oA1O 32. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 33. 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. 34. 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-FMOPSAcolliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 35. 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 10 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. 1oA10 36. 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 department/division and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. ********************************* Remainder of page intentionally left blank ******************************** Page 11 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. C IÔA1O IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: � �� _• - By: Donn/(...[)/114/42' Fiala, Chairman Dated: Attest s 0_0 at sign gate only. Neals Lawn & Landscaping, Inc. Contractor By. �.. First •--s Glade e S cro .�-- Type/Print Witness Name Typed Si ature Sec. d Witnes" Title DC7 arc, C 1-0 Type/Print Witness Name A.•rove. .s F rm .n Legality: ounty A ttorney Item# .112 6-0 Agenda t�� .� Date Date I ' � —�(„ Recd 1, 7`� • Duty 1110 Page 12 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscapin_•, 16A10 Exhibit A — Scope of Work Contractor shall provide the following services which include, but are not limited to: mowing, bush- hogging and litter/debris removal in accordance with Collier County Code of Laws and Ordinances Chapter 54, Article VI, Litter, Weed, and Exotic Control Ordinance and Florida Statutes 713.78 and 715.07. These specifications are intended to provide the information by which the Contractor may understand the minimum requirements of Collier County relative to this Agreement. It is the responsibility of the Contractor to adhere to these laws and regulations. Location of Work Areas: (lot sizes vary from < 1/8 acre to over 2 acres) • North District (Includes Immokalee City) • South District (Includes Everglades City) The quantity and location of the service areas listed above are not guaranteed as the number of possible violations cannot be predicted. The County reserves the right to order services as required during said term, but does not guarantee any minimum or maximum. Due to changes in lot ownership, land development and lot owner exemptions, the County will not guarantee any number of lots for the term of this Agreement. The County has divided categories 1 and 2 into two (2) districts (North and South) with the dividing line between being Golden Gate Blvd, extending from the Gulf of Mexico to the Broward County line. Category 1: Mowing • Mandatory Work: The work is described as a public nuisance determined to exist three (3) or more times after July 15, 2001, on a particular lot or parcel of unimproved property while under the same ownership. • Non-mandatory Work: The work is described as any accumulation of weeds, grass or similar non-protected overgrowth if any part of such accumulation is in excess of eighteen (18) inches in height and located on a mowable lot, in any Recorded or Unrecorded subdivision of Collier County. Category 2: Litter and Debris Removal Includes, but, is not limited to: clean-up, removal, proper disposal of white goods, cars, trucks, grills, tires, scrap metal, or any other item large item as defined by the Division, and fill dirt if ordered. For both categories, the Contractor shall provide all labor (qualified personnel), material, supplies and equipment to perform required services, including but not limited to, mowing, bush-hogging and litter/trash removal in accordance with all specifications, terms and conditions specified herein and attached hereto. The County intends to use the Contractor as described above for mandatory and non-mandatory mowing services, and on-call large abatement services. Page 13 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. C 16 A10 1. General Requirements: In all cases, prior to each abatement operation, the Contractor shall pick up all litter and vegetative debris, and remove it from all areas to be abated, to ensure clean abatement conditions and preserve Contractor equipment. The Contractor shall abate sites in such a manner to avoid bumping, girdling, and/or causing any other damage to trees, shrubs, plants, fences, and benches. The sites requiring abatement can and will be both public and private property which are under enforcement action taken by the County. Abatement is through authority provided under Ordinance and may be accompanied in some cases by Court Order which may or may not require an escort. 2. Initial Site Conditions: Contractor shall have the sole responsibility of satisfying themselves concerning the nature and location of the work and the general and local conditions, and particularly, but, without limitation, with respect to the following: physical conditions at the work-site and the project area as a whole. The failure of the Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of his responsibilities to perform under this Agreement, nor shall it be considered the basis for any claim for additional compensation. 3. Abatement Conditions: The Contractor shall use mowing practices so not to create wheel ruts or worn areas in the turf. Any areas of turf that become water soaked during the term of this Agreement shall be mowed with twenty-one inch (21" +/-) diameter hand walk behind type mowers to prevent wheel ruts in the turf caused by heavier type self-propelled rider mowers. The Contractor shall be responsible for repairing any ruts caused by their mowers at no additional costs to the County. 4. Photograph Requirements: All photographs shall be time and date stamped. The before photo showing the violation prior to Contractor abatement, and the after photo showing the site immediately after Contractor abatement. Photos must be in color and submitted in electronic format to the designated County representative within two days of submitting the invoices. Photos are to be taken from same angle and wide view. As the photographs may be used as evidence, the Contractor shall retain originals of said photographs either until payment is received by the County or until such a time as deemed appropriate by any other government authority as required by law. 5. Supervision of Employees: The Contractor shall designate a competent Supervisor, and employees to complete the jobs, who is familiar with the terms and conditions of the contract and has authority to act as a single point of contact for the work to be performed, at all times, during the term of this Agreement. If the designated Supervisor is not acceptable to the Project Manager, or designee, the Contractor will be notified in writing, and shall assign a new Supervisor within seven (7) calendar days of the County's notification. All communication, written or oral, shall be solely in the English language. 6. Contractor Equipment: The Contractor shall provide all equipment to perform requested services, including but not limited to, riding and push mowers, string trimmers, edgers, sweepers, blowers, chain saws, bush-hogging equipment, etc. The Contractor shall keep all blades sharpened to provide a smooth, clean cut. The Contractor shall not use any chemicals in the lawn maintenance process unless written approval has been granted by the Project Manager, or designee, in writing. 7. Mowing: The Contractor shall mow at the interval identified in the individual abatement request, unless otherwise specified by the type of lawn maintenance required. Certain properties may be enrolled in the County's Mandatory Lot Mowing Program which may require mowing bi-weekly Page 14 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. 16A10 6 during certain periods of heavy growth (May 1 through October 31), and monthly mowing from November 1st through April 30tn, unless otherwise notified by Code Enforcement. The Contractor shall not mow under conditions wet enough to result in damage to turf or unsafe mowing conditions for the Contractor. 8. Scheduling Services: The Contractor shall have seven (7) calendar days from the date of notice to proceed to complete work related to the abatement, unless otherwise directed in writing, or unless specified as an emergency by Code Enforcement. The Contractor shall take every precaution to ensure the safety of all citizens and animals on and around subject property during abatement operations. 9. Site Work Hours: Regular work shall take place between the hours of 7:00 a.m. and 7:00 p.m., Monday through Saturday, unless preempted by scheduled activities. 10.Reports and Invoicing: The Contractor shall complete and submit with the invoice for payment, the form(s) provided to the Contractor with before and after photos - date and time stamped. Photos are to be taken from same angle and wide view. The Contractor will also be required to conduct on- site inspections with Code Enforcement or Project Manager, or designee, on an as needed basis to verify satisfactory completion of Contract requirements. 11.Equipment Required for Services: • Tractor w/ 60" bush hog or greater (optional, however, must have access as needed) • Professional/Commercial Grade Riding Mower • Hand pushed mower(s) • Weed eater(s) • Power Blower(s) • Power edger(s) • Trailer, dump trailer or dump truck suitable for hauling off debris from property clean up. This could be anything from garbage to appliances, furniture, tires, junk cars or other large items. • Brooms, rakes, shovels, hand trimmers, whatever may be needed to skillfully and safely perform the job in an efficient and timely manner. • Any other items necessary to accomplish the task. 12.Property Owner Complaint Process: For the purpose of reporting complaints, the Contractor shall contact the County's Project Manager, or designee, with any complaints at (239) 252-2440. The Contractor will contact the Code Enforcement representative to notify County personnel of any complaints received within twenty-four (24) hours. The Contractor will contact the Code Enforcement representative to notify County personnel of any complaints received related to damages within twenty-four (24) hours. If directed by the Project Manager, or designee, the Contractor shall address all complaints related to damages within five (5) working days of notification of knowledge of the incident. Damages not responded to or not resolved to the reasonable satisfaction of the Project Manager, or designee, shall be deducted from the Contractor's invoice. The County is to receive copies of all complaints received (in writing) and, if applicable, have a record of their disposition/resolution. Page 15 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. 13.Specifications bAlD a. Mowing: Assignment of job sites may require a one-time mowing or periodic frequency during the period from May 1st through October 31st, or monthly during the period from November 1st through April 30th. Mowing shall include all specified areas of the properties that are not currently maintained by the property owners, or as indicated on the Code Enforcement request. Swales and dry retention areas must be mowed-prior to authorizing a vendor to enact the County's Mandatory Lot Mowing Program, the Contractor will be asked to make a site visit and confirm the property size and frequency with the assigned Code Enforcement Investigator. Grass shall be cut at a height no less than three inches (3"). The frequency of cutting will be determined by Code Enforcement. All clippings, cut grass, and vegetative material (including but not limited to palm fronds, leaves, branches, etc.) shall be mulched or removed by the Contractor. b. Edging: Edging of the turf shall be done along all sidewalk edges, back of concrete curbs, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals, posts and trees. Grass root runners extending into the mulched areas shall be cut and removed when the edging is performed. Edging will also be required in all turf areas around isolated trees, sprinkler heads, valve boxes, shrubs, sign posts, manholes, etc. where they exist. All debris on streets, sidewalks or other areas resulting from edging shall be removed. No herbicide shall be used for edging. c. Blowing: All sidewalks, curbing and/or gutters including a four foot (4') area from the face of the curb and sidewalk areas shall be cleaned after each service. All sidewalks shall be blown clean. No clippings or other debris shall be blown or allowed to be deposited on other adjacent property or accumulate on right-of-way areas. d. Trash and Vegetative Debris Removal: With each service, all site areas shall be cleaned by removing all trash and debris to include, but not be limited to: paper, bottles, cans, other trash, and horticultural debris. The disposal of all trash and debris must be at a proper landfill or disposal site. All disposal fees, tipping fees or charges are to be included in the base cost of these services. Miscellaneous Services: Additional services, such as grinding, removing stumps, removal of large items such as appliances, furniture, tires, junk cars or other large items shall be invoiced pursuant to the Litter and Debris Removal, in Exhibit B-Price Schedule. Page 16 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. 16110 Exhibit B - Price Schedule Item Category`' Description NORTH DISTRICT SOUTH DISTRICT(Includes # (Includes Immokalee) Port of the Price to the County Per Isles/Goodland/Copeland) Parcel Price to the County per Parcel 1 Mowing Up to and including twenty-four(24) inches $35.00 $35.00 high and up to one-half(.5) acres. 2 Mowing Up to and including twenty-four(24) inches $40.00 $40.00 and up to one-half(.5) to one (1) acre 3 Mowing Up to and including twenty-four(24) inches $45.00 $45.00 and from one (1)-two (2) acres 4 Mowing Up to and including twenty-four(24) inches per acre (for lots greater than two (2) $40.00 $40.00 acres) 5 Mowing Twenty-four(24) inches and including thirty-six(36) inches and up to one-half(.5) $45.00 $45.00 acres 6 Mowing Twenty-four(24) inches and including thirty-six (36) inches and one-half(.5)to $50.00 $50.00 one (1) acre 7 Mowing Twenty-four(24) inches and including thirty-six(36) inches and from one (1)to $55.00 $55.00 two (2) acres 8 Mowing Twenty-four(24) inches and including thirty-six (36) inches per acre (for lots $45.00 $45.00 greater than two (2) acres) 9 Mowing Over thirty-six (36) inches and up to one- $50.00 $50.00 half(.5) acre 10 Mowing Over thirty-six (36) inches and up to one- $55.00 $55.00 half(.5)to one (1) acre 11 Mowing Over thirty-six (36) inches per acre (for lots $55.00 $55.00 greater than one (1) acre) 13 Litter and Litter and Debris Removal: which may Debris include, and not be limited to abatement of Removal white goods, cars, trucks, grills, tires, scrap metal, or any other item large item as $20.00 $20.00 defined by the Department(inclusive of dumpster and disposal/tipping fees per cubic yard) 14 Litter and Litter and Debris Removal; Fill Dirt(per Debris cubic yard) $25.00 $25.00 Removal 15 Litter and Hourly Labor rate for additional Debris unanticipated work not outlined in the Removal solicitation (i.e. hazardous waste $30.00 $30.00 abatement, etc.) Page 17 of 17 #16-6643 Nuisance Abatement Neals Lawn & Landscaping, Inc. Detail by Entity Name Page 1 of 2 1 6 A 1 0 FL RtDA DEPARFNIENT OF STATE 1vIs!oy1s Detail by Entity Name Florida Profit Corporation NEALS LAWN & LANDSCAPING INC. Filing Information Document Number P15000004369 FEI/EIN Number NONE Date Filed 01/13/2015 Effective Date 01/08/2015 State FL Status ACTIVE Principal Address 146 BROOKS RD NORTH FORT MYERS, FL 33917 Mailing Address 146 BROOKS RD NORTH FORT MYERS, FL 33917 Registered Agent Name &Addre s NEAL, TRACY L 146 BROOKS RD NORTH FORT MYERS, FL 33 17 Officer/Director Detail Name &Address Title P NEAL, TRACY L 146 BROOKS RD NORTH FORT MYERS, FL 33917 Annual Reports No Annual Reports Filed Document Images 01/13/2015-- Domestic Profit View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 8/6/2016 16A10 CERTIFICATE OF LIABILITY INSURANCE DAT1/03/2016YY) 11/03/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER..THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: GEICO Insurance Agency,Inc. GEICO Insurance Agency,Inc. PHONE FAC (A/C,No,Ext): 877-515-2191 (A/C,No): PO Box 5316 E-MAIL Binghamton,NY 13902 ADDRESS: commercialservice@homesite.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Midvale Indemnity Company 27138 INSURED INSURER B: NEALS LAWN AND LANDSCAPING,INC INSURER C: 146 BROOKS ROAD INSURER D: NORTH FORT MYERS FL 33917 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 014896100100091104 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ANSR SU D POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DD/YYYY)(MM/DD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED A X COMMERCIAL GENERAL LIABILITY Y N GLP1003107 11/04/201611/04/2017 PREMISES(Ea occurrence) $100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $2,000,000 X POLICY PRO- LOC ll JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) ALL OWNED SCHEDULED BODILY INJURY AUTOS AUTOS (Per accident) HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE$ EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION$ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECU -TIVE OFFICER/MEMBER EXCLUDED? N/A E.L.EACH ACCIDENT (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT PROFESSIONAL LIABILITY OCCURRENCE AGGREGATE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Landscape and Gardening Services COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS listed as additional insured ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD BID 013 20130603 Page 1 of 2 CERTIFICATE HOLDER CANCELLATION 1 6_A 10 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED COLLIER COUNTY BOARD OF COUNTY BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. COMMISSIONERS 3327 Tamiami Trail East AUTHORIZED REPRESENTATIVE Naples FL 34117 ©1988-2010 ACORD CORPORATION. All rights reserved. • ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD BID 013 20130603 Page 2 of 2 ACCORD. b A 1 O RD. DATE(MM/DD/YYYY) ,..-- CERTIFICATE OF LIABILITY INSURANCE 11/3/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTPCT GEICO GEICO NAME One GEICO Boulevard PHONE 1-866-509-9444 FAX Fredericksburg,VA 22412 (NC,No,Ext): (A/C,No): Emai l Address: RICOI(InEND@ICO'COM INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:GOVERNMENT EMPLOYEES INSURANCE COMPANY 22063 INSURED INSURER B: NEALS LAWN AND LANDSCAPING, INC INSURER C: 146 BROOKS RD INSURER D: NORTH FORT MYERS FL 33917-4105 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADD'L SUBR POLICY NUMBER fr/ EFF POLICY EXP UMITS LTR INSRD WVD (MM/DD/YY) (MM/DD/YY) _ COMMERCIAL GENERAL UABIUTY EACH OCCURRENCE _$ CLAIMS-MADE OCCUR _ DAMAGE TO RENTED $ PREMISES_(Fa occurence) _ MED.EXP(My one person) $ PERSONAL&ADV.INJURY $ GEN'L AGGREGATE UMIT APPUES PER: GENERAL AGGREGATE $ POLICY I PROJECT LOC PRODUCTS—COMP/OP AGG. $ OTHER $ AUTOMOBILE UABIUTY COMBINED SINGLE OMIT $ 500,000 (Ea accident) A ANY AUTO 9100128818 00 10/27/2016 10/27/2017 BODILY INJURY (Per person) ALL OWNED X SCHEDULED BODILY INJURY AUTOS AUTOS (Per accident) _ HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) UMBRELLA UAB OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS'COMPENSATION AND EMPLOYERS' PER OTH- UABIUTY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/ A EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) EL DISEASE-EACH EMPLOYEE $ If yes,describe under EL DISEASE-POLICY UMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,may be attached if more space is required) 2003 FORD F-150 VIN:1FTRX17W63NA01891 CERTIRCATE HOLDER CANCELLATION COLLIER COUNTY BOARD OF COUNTY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE COMMISIONERS WITH THE POLICY PROVISIONS. 3327 TAMIAMI TRL E AUTHORIZED REPRESENTATIVE NAPLES, FL 34112-4901 ©1988-2014 ACORD CORPORATION.MI rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 16A10 JEFF ATWATER CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERSCOMPENSATION **CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS'COMPENSATION LAW** CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers'Compensation law. EFFECTIVE DATE: 7/11/2016 EXPIRATION DATE: 7/11/2018 PERSON: NEAL TRACY FEIN: 813150279 BUSINESS NAME AND ADDRESS: NEALS LAWN &LANDSCAPING INC 146 BROOKS RD FT MYERS FL 33917 SCOPES OF BUSINESS OR TRADE: LANDSCAPE GARDENING &DRIVERS - Pursuant to Chapter 440.05(14),F.S.,an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter.Pursuant to Chapter 440.05(12),F.S.,Certificates of election to be exempt..apply only within the scope of the business or trade listed on the notice of election to be exempt Pursuant to Chapter 440.05(13),F.S.,Notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if,at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meats the requirements of this section for issuance of a certificate.The department shaft revoke a DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS?(850)413-1609