Loading...
Backup Documents 11/14/2017 Item #16F 2 ORIGINAL DOCUMENTS CHECKLIST & RO . TO ACCOMPANY ALL ORIGINAL DOCUMENTS ,E! V THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATU' Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwnaVtc]t, 'ip y Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in t`e CotaiYAttorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Risk Management) Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already compete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date I 1. Risk Risk Management b/ l`l f 7 2. County Attorney Office County Attorney Office 5p4 ),)/71 j 4. BCC Office Board of County E' Commissioners (.1\245(1A . 4. Minutes and Records Clerk of Court's Office 5. Procurement Services Procurement Services 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 Staff Barbara Lance for Brenda Brilhart Contact Information 239-252-8998 Contact/ Department Agenda Date Item was November 14,2017 / Agenda Item Number ..1.6•Uoters - Approved by the BCC Type of Document Contract F Number of Original 1 2. Attached Documents Attached PO number or account N/A 17-7208 Annual Ground Zero number if document is Landscape Maintenance Landscaping Services, to be recorded Bayshore MSTU Inc. INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable colu i'•, z er is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chaiiman's original signat e STAMP 0• jam"— a1 2. Does the document need to be sent to another agency for a'i '• a-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 BL signed by the Chairman, with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 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 BL 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 BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A 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 11/14/2017 and all changes made during the meeting have been incorporated in the attached document. The County ` •• Attorney's Office has reviewed the changes,if applicable. iH ,.c 9. Initials of attorney verifying that the attached document is the version approved by the fot BCC,all changes directed by the BCC have been made, and the document is ready for the Chairman's signature. ¢ 1 6 F2 MEMORANDUM Date: November 21, 2017 To: Barbara Lance, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #17-7208 —Annual Landscape Maintenance for the Bayshore MSTU Contractor: Ground Zero Landscaping Services, Inc. Attached, please find an original copy of the contract referenced above, (Item #16F2) approved by the Board of County Commissioners on Tuesday, November 14, 2017. The second original contract will be held in the Minutes and Records Department for the Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16F2 AGREEMENT 17-7208 for Annual Landscape Maintenance Bayshore MSTU THIS AGREEMENT, made and entered into on this 14 day of NoA r,Abi,(" 2017, by and between Ground Zero Landscaping Services, Inc., authorized to do business in the State of Florida, whose business address is 1907 Fairfax Circle, Naples, Florida 34109, (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 on Date of Board award and terminating on three (3) years from that date or until all outstanding Purchase Orders 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 periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a Purchase Order. 3. STATEMENT OF WORK. The Contractor shall provide annual landscape maintenance in accordance with the terms and conditions of Invitation to Bid (ITB) #17-7208 referred to herein and made an integral part of this Agreement and Exhibit A — Scope of Work/Services and Technical Specifications. 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. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Price 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 Project Manager or his designee, and in compliance Page 1 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 1 6 F 2 with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." 4.1 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. 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. 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-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Ground Zero Landscape Services Inc. 1907 Fairfax Circle Naples, Florida 34109 Attention: Aaron Gross, President Telephone: (239) 821-3472 Email: gzls@naples.net All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Board of County Commissioners for Collier County, Florida c/o Bayshore Gateway Triangle Community Redevelopment Agency 3570 Bayshore Dr. Unit 102 Naples, Florida 34112 Attention: Shirley Garcia, Operations Coordinator Telephone: (239) 643-1145 Email: ShirleyGarcia a(�colliergov.net Page 2 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 16F2 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/Subconsultants. 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. 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 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. Page 3of12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 16F2 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. 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, 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, Page 4 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 16F2 property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 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 Bayshore Gateway Triangle Community Redevelopment Agency 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: Insurance Certificate(s), Exhibit A — Scope of Services/Work and Technical Specifications, Exhibit B- Price Schedule, ITB #17-7208, including Attachments, Scope of Work/Services and Technical Specifications and Addendum. 17. 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. 18. 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. Page 5 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 1 6 F2 19. 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; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. Page 6 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 1 6 F2 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. 20.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. 21 .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 Contractor may nullify the whole or any part of any approval for payment previously issued and the Contractor may withhold any payments otherwise due 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. Owner 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. 22.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. 23.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. Page 7 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 16F2 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.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. 26.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. 27.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. 28.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. 29.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's shall assign as many people as necessary to complete the required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 30.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 #17-7208, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. Page 8 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 1 6 F2 31.ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 32.SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier 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. * * * * * (Signature Page to follow) Page 9 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 16F2 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS A' TEST COLLIER • • Y, FLORIDA Dwight-E. Brock, CI>rrk Of Courts By.� " t By: // 14 y: Penny Tayl.0 airman Dated -; � . >e) (SEA17) Attest as`tdCtt Contses: Contractor GROUND ZERO LANDSC PING SERVICES, INC. /7.4„..,1 First Witness gnature gL zA►-e ..,<,c., 1'Type/print signature and titleT 1'Type/print witness name Second Witnes L;or n c,L, vle:?- TType/prinj,witness namet A proved aff F m nd galit Print Name item# hf — �de Da Da#e Date RecdV — Deputy -" L/f Page )0 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 1 6 F2 EXHIBIT A Scope of Work/Services and Technical Specifications (following this page) Page 11 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. EXHIBIT A 1 6 F Scope of Work/Services and Technical Specifications L•• CIL County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR ANNUAL LANDSCAPE MAINTENANCE BAYSHORE MSTU SOLICITATION NO.: 17-7208 BRENDA BRILHART, PROCUREMENT S'T'RATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 brendabrilhart@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal,cancellation of any subsequent award,or any other legal remedies available to the Collier County Government. 1 6 F2 Attachment A-Scope of Work/Services and Technical Specifications The Bayshore Beautification Municipal Services Taxing Unit (MSTU)has issued this Invitation to Bid (hereafter, "ITB")with the intent of obtaining bids from interested and qualified firms in accordance with the terms,conditions and specifications stated or attached. The Contractor,at a minimum,must achieve the requirements of the Scope of Work and specifications stated.The resulting Agreement shall govern except as expressly provided otherwise herein. Scope of Work The purpose of this solicitation is to procure a qualified landscape maintenance contractor to perform work on certain streets located in the Bayshore Beautification MSTU area. The successful contractor will be responsible for maintaining median mowing and edging, street cleaning,median weeding,general site trimming,trash removal,side ROW mowing and edging, side-street cleaning and side ROW weeding. Brick pavers shall be pressured washed in November and May. The contractor shall be responsible to furnish all labor, supervision, equipment, tools and materials for landscape maintenance and mowing services identified in this solicitation. The maintenance services include two(2)schedules: Winter(November 1 —April 30) Summer(May 1 —October 31) Location and Description of Work Areas The areas of work included in this specification are located as described below: • Area 1 —Areas where curbing,landscaping and irrigation systems have been installed: o All medians on Bayshore Drive from US 41 to Thomasson Drive(Median 1 through 22) o East and West sides of Bayshore Drive to right of way lines from US 41 to Thomasson Drive excluding the triangle at US 41 • Area 2-Areas that contain limited landscaping and no irrigation system: o Bayshore Drive south of Thomasson Drive to the intersection of Holly Avenue ■ Right of way mowing on an as-needed basis in the Winter season and at minimum once a month during the Summer season.However,at no time shall it exceed 12 inches. Shrubs, groundcovers and trees adjacent to pathways or sidewalks shall be pruned to maintain a one foot(1')clearance from the edge of the pathway,including along the decorative fence and lights. • Area 3—Areas that contain limited landscaping material and no irrigation system: o Thomasson Drive between the intersections of Palmetto Court and Dominion Drive ■ Right of way mowing on an as-needed basis in the Winter season and at minimum once a month during the Summer season.However,at no time shall it exceed 12 inches. • Area 4—Areas that contain limited landscaping material and no irrigation system: o South side of Lunar Street ROW, as well as the triangular area between the intersections of Lunar Street and Half Moon and full Moon Courts. • Right of way mowing on an as-needed basis in the Winter season and at minimum once a month during the Summer Season.However,at no time shall it exceed 12 inches. • Trash receptacles shall be checked weekly, emptied and supply each receptacle with a proper fitting trash bag or liner and removal of any trash around the receptacles.Once the trash has been removed,the debris shall be properly disposed of in a proper landfill site. • Area 5 - Areas that contain limited landscaping material and no irrigation system: o Bayview Drive—north and south ROW lines • Right of way mowing on an as-needed basis during the Winter season and at minimum once a month during the Summer season.However,at no time shall it exceed 12 inches. The technical specifications for the services are: 1. MOWING AND EDGING: a) Prior to mowing, Contractor shall be responsible for the removal and disposing of all trash and debris, which includes,but not limited to: palm fronds,horticultural and non-horticultural debris, leaves,rocks, paper, and other objects on the ground or any tree or shrubbery. It shall be removed from the right-of- 1 6 F 2 way. This requirement includes the mowing for all types of grass: St. Augustine, Bahia, and any other type of grass or weed within the right-of-way. b) Mowing and edging shall include medians and areas along the outside edge of the sidewalks of adjacent properties,if existing,which are not currently maintained by the property owners.Contractor shall ensure all trash and debris is disposed of the same day and areas with pavement and curbing shall be clear of all grass clippings from mowing. c) Right-of-way mowing and/or weed control is required from back of curb or sidewalk to the right-of-way line(in most cases the power pole). d) Swale areas must be mowed throughout the entire year.If mowing is not possible and the swales are full of water,the swales must be addressed at every service to reduce the height of the weeds to 12". e) All turf shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings.The guard on the mulching mowers must always be kept on the equipment to reduce the risk of objects and clippings being thrown onto pavement,vehicles, and pedestrians. Should bagging be necessary,the bagged clippings shall be collected and removed at no additional cost to Collier County. f) Grass shall be maintained at a height no less than three and one half inches(3 %2")and shall not exceed six (6)inches. g) Note: The number of mowing services may be modified by the Project Manager or by seasonal weather conditions at the Project Manager's discretion. h) The Contractor shall use or alternate mowing practices,patterns,or equipment within narrow turf areas so not to create wheel ruts or worn areas in the turf. Any areas of turf that become water soaked during the period of this Contract 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. The contractor is to avoid mowing in a way that will project grass clippings, small rocks, and miscellaneous debris into oncoming traffic. i) Edging is 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. j) Mechanical edging of the turf shall be done with each mowing along all sidewalk edges,back of concrete curbs, around all plant beds, utility service boxes, street light bases, sign posts, headwalls, guardrails, timer pedestals,posts and trees. k) Metal blade edging is not permitted along plant bed and turf edges where an underground irrigation system is present. Mechanical metal blade edging is permitted along back of curbing. Grass root runners extending into the mulched areas, sidewalks or curbs shall be cut and removed when the edging is performed.No herbicide shall be used for edging. 1) Swales and dry retention areas must be mowed and/or weed trimmed. A full singular mowing service shall include:trash removal,mowing,and edging of the entire project. m) Medians full mowing service shall include:median mowing and edging and median trash removal for the entire site. n) Side of the road,a full mowing service shall include: side of the roadway mowing and edging and side of right-of-way trash removal. 2. TRASH REMOVAL a) All debris or trash pick-ups shall be performed prior to mowing in all turf areas. b) Median trash removal and side of the right-of-way trash removal for each service for all site areas shall be cleaned by removing all trash or debris which shall include, but not limited to the following: paper, bottles,cans,other trash,and horticultural debris. c) The disposal of all trash and debris must be at a proper landfill or disposal site.All disposal fees,tipping, or charges are to be included in the Contract bid price. 3. STREET CLEANING a) All sidewalks,curbing and/or gutters and including a four foot(4')area from the face of the gutters,curbs including turn lanes,medians and sidewalk areas shall be cleaned the same day as the mowing service to remove any accumulation of debris or objectionable growth to maintain a neat and safe condition. b) All sidewalks shall be blown clean and no grass clippings or other debris shall be blown or allowed to be deposited on other adjacent property or accumulate on right-of-way areas. c) Blowing shall be directed toward the existing landscape median or grass. Do not blow into the roadways, paved areas,or traffic. 4. WEEDING a) Weeding of plant beds, sidewalks (asphalt, concrete paver), guardrail bases,tree grates, curb joints and ITB 17-7208 Landscape Maintenance Bayshore MSTU 2 16F2 other mulched areas by chemical and/or hand removal and must be performed weekly or as necessary to provide a weed free and well maintained area. b) Blue tracker shall be required when spraying round-up. 5. GENERAL SITE TRIMMING a) General site pruning shall be defined as the pruning of any plant's foliage below a ten foot(10')height. b) Shrub pruning should be done consistently throughout each median for all shrub types that require pruning so that landscape gives the appearance of continuity throughout that median and the entire project. c) All shrubs within the turn lanes are to be cut at eighteen inches(18")and maintained at no higher than twenty-four inches(24")for sight visibility per FDOT Indexes. d) All groundcovers,shrubs,canopy trees(except magnolias)and palms up to a ten foot(10')height, shall be inspected and pruned on a weekly or an as needed basis,so as to maintain the proper or required heights for visibility, vehicular movement purposes and desired shape or form as determined by the Project Manager or the Owner's Representative. Pruning groundcover and trees shall include: e) All groundcovers and shrubs within the sight window and at all turn lanes are to be pruned to and maintained at height of eighteen inches(18"). f) All groundcovers and shrubs shall be maintained at the required height as specified by the Project Manager shall not exceed at maximum height of thirty-six inches(36"),with the exceptions of sight windows when the height needs to be maintained at a maximum of eighteen inches(18"). g) Plant material with a canopy over pathways or sidewalks shall be maintained at a minimum height of one hundred twenty inches(120")or ten feet(10')above the sidewalk and shall not obstruct pedestrian and bicyclist traffic. h) All bougainvilleas and green island ficus are to be maintained to at a maximum height of twenty-four inches(24")throughout the year.The removal of sprouts for bougainvillea is only considered pruning if the heights of the bougainvillea are maintained to twenty-four inches(24")and not at a greater height. i) All Crown of Thorns are to be maintained to a maximum height of twenty-four inches(24")and pruned in May of each year or as directed by Project Manager. j) Ornamental grasses, such as Fountain, Muhly grass, Florida Gama, or Fakahatchee grass shall be maintained at a height of no more than forty eight (48"). They shall be pruned in a pyramid shape to a twelve inch(12")or twenty-four inch(24")height based upon the type of plant and shall be maintained at a height of no more than forty eight(48").The grasses shall not be cut in a flat top method. k) Ornamental grass such as Liriope muscari shall pruned as needed with approval of the Project Manager or Owner's Representative. 1) All old leaf growth and dead flowering growth is to be removed on the Blueberry Flax,Agapanthus,Bird of Paradise,Variegated Ginger and all other similar plants. m) Shrubs and groundcovers adjacent to pathways or sidewalks shall be pruned to maintain a one foot(1') of clearance from the edge of the pathway. n) It is recommended that adjacent shrubs and groundcovers be maintained so that they are angled or are rounded away from the pathway. o) Shrubs are to be pruned to one foot zero inches (1'0")—one foot six inches(1' 6") behind the back of curbing in the median behind the irrigation sprinkler head. A one foot to one foot and six inches(1'- 1'- 6")mulched area from back of the curb shall be maintained in the median planting beds,as a pathway for maintenance workers. p) The shrubs and plant material must he trimmed and shall not grow over the curbing and into the roadway or sidewalks. q) All shrubs and trimming as described above must be completed in order to submit an invoice for payment. The Project Manager will conduct inspections to insure compliance prior to issuance of payment. r) If there are shrubs that are overgrown,growing over the curb or obstructing the view of vehicular traffic at the end of the month,this line item will not be paid. 6. TRAFFIC CONTROL/LANE CLOSURES a) The Contractor shall comply with the requirements of Collier County's Maintenance of Traffic (MOT) Policy, copies of which are available through the Risk Management or Procurement Services. The Contractor shall obtain and review and obtain the County MOT policy requirements prior to submitting a proposal. Upon approval of an MOT Plan and proper placement of lane closed signs, pre-warning signs,arrow boards,traffic cones etc.,the lane may be restricted from traffic. b) The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway&Traffic Design Standards Indexes,or other related documents, so to become familiar with 1TB 17-7208 Landscape Maintenance Bayshore MSTU 3 1 6 F2 their requirements. Strict adherence to the requirements of the MOT policy will be enforced under this Contract. c) Landscape employees shall be required to wear ANSI Class 3,high-visibility safety vests and they must be worn by all employees when servicing the area. d) A directional lighted and flashing arrow board will be required under this Contract that meets the traffic control requirements. e) The contractor must meet with Risk Management to discuss the proposed MOT prior to commencing work.Contact Ron Miller,Environmental,Health&Safety Manager Collier County Risk Management, Office-239-252-8091,Cell-239-821-9753. f) An onsite employee must be work zone certified and possess an Intermediate Work Zone Certification. This employee must provide copies of the onsite personnel's certificates to Risk Management and to the Project Manager for Collier County. g) To insure safety,the MOT may require lane closures or a moving Maintenance of Traffic Process with an attenuator to meet the MOT specifications defined by Collier County's Maintenance of Traffic(MOT) Policy,which meets or exceeds the MUTCD and FDOT Roadway&Traffic Design Standards Indexes. h) The contractor shall not allow crew or equipment to cross the street at"midblock".The contractor must have a safe and systematic method of operations for trimming palms, trees, and shrubs along the roadway. This method must be discussed with Risk Management and the Project Management prior to bidding. i) The crew may utilize the beginning of the turn lane to stage equipment but still allowing traffic to turn. There is no parking in accordance with Florida Statute 316.1945 Stopping, standing, or parking prohibited in specified places. These areas where stopping,standing,or parking is prohibited include: • In front of a public or private driveway. • Within 15 feet of a fire hydrant. • Within 20 feet of a crosswalk at an intersection. • Within 30 feet upon the approach to any flashing signal, stop sign,or traffic control signal located at the side of a roadway. • Within 20 feet of the driveway entrance to any fire station and on the side of a street opposite the entrance to any fire station within 75 feet of such entrance(when property signposted). • On an exclusive bicycle lane. • At any place where official traffic control devices prohibit standing. • Parking heavy equipment on sidewalks is not allowed.Sidewalks are to be kept clear for pedestrians at all times. The MOT signs shall move with the work zone to adequately warn motorists. MOT Signs should not be placed beyond signalized intersections. If your work zone goes beyond a signalized intersection,additional signage should be placed or signs moved to alert motorists who have just entered from a signalized intersection onto a roadway/median where work is being conducted. 7. LANE CLOSURE Lane closures for median maintenance shall be limited and they shall comply with the following: a) Proper placement of lane closed signs,pre-warning signs,arrow boards,traffic cones etc.,the lane may be restricted from traffic only during non-peak traffic periods 9:30 A.M. - 3:30 P.M.,Monday through Friday, and 8:00 A.M. - 5:00 P.M. Saturday and Sunday, unless otherwise approved by the Project Manager. b) There will be no lane closures permitted during season(Thanksgiving through Easter).The lane closure shall be indicated on the Weekly Maintenance Work Schedule,which is provided to the Project Manager. c) The contractor shall contact the County's Public Information Specialist the Wednesday before lane closures are planned for Collier County's public road alert notification. A Road Alert form must be submitted(form provided by the County). 8. LANDSCAPE MAINTENANCE SERVICES a) The Contractor agrees that submission of their proposal the listed services Unit Costs under this Contract shall also be made available to the County on a temporary basis as landscape maintenance services. The contracted services within these specifications and contract may be required to be temporarily performed at another project site located within Collier County. 9. PRESSURE CLEANING BRICK PAVERS a) WORK PERFORMED BY OTHERS.Brick paving,sidewalks,and paved areas may be pressure cleaned ITB 17-7208 Landscape Maintenance Bayshore MSTU 4 16F2 to remove tire marks or other dirt which may be deposited on the surface areas. Sealing of paving areas may be at the direction of the Project Manager on a time and material basis. b) The water pressure shall be sufficiently pressurized to remove dirt from the surfaces areas. The brick pavers shall be cleaned once a year in December or as directed by the Project Manager. Additional service may be requested at the discretion of the Project Manager. c) Upon finding damage to the brick curbing or paving, an immediate notification to the Project Manager or his authorized representative is required.Upon finding damaged areas,the Contractor shall clean-up debris if present,and/or flag off the areas with protective barriers and/or high visibility hazard tape. 10. MISCELLANEOUS AND LANDSCAPE MAINTENANCE RESPONSIBILITIES a) If plants, shrubs, trees, grass or foliage die due to neglect or damage by the Contractor, Contractor's employees or a Subcontractor as determined by the Project Manager or Owner's Representative, they shall be replaced at the Contractor's expense. b) The Contractor shall provide ramps or other devices to gain access over the curb to all medians. The curb or turf areas shall not be damaged due to gaining access or they will be replaced at the Contractor's expense. c) It shall be the Contractor's responsibility to notify the Project Manager of any maintenance problems or additional maintenance needs. d) Should additional costs be involved which are not covered within the Contract specifications,a unit cost shall be agreed upon by the Contractor and Project Manager prior to performing additional services. e) The Contractor shall perform inspections on all plants,shrubs,trees and grass areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the Project Manager should a disease or infestation be found and begin appropriate treatment per the Contract requirements. f) The Contractor shall have a singular point of contact with cellular phone and e-mail for on-site and offsite communication in order to communicate with the Project Manager.The Field Supervisor must be able to meet on-site when requested and must be able to answer any questions regarding the landscape and irrigation contained within these specifications.If, Field Supervisor is unavailable there must be a secondary person who can be available and able to answer questions and/or make decisions. 11. GENERAL MAINTENANCE REPORT SHEETS a) The Contractor shall complete the"General Maintenance Report Sheets"on a weekly basis.The report sheets shall be signed and submitted on a weekly basis the day after service completion for a timely review by the County and it must be attached to the invoice on a monthly basis to the project manager for review and approval as to completeness. b) The Contractor's monthly General Maintenance Reports are required to be signed by the Contractor and submitted via email to the Project Manager or designee upon completion of work area(s). c) The Contractor or designee shall be required to conduct on-site inspections with the Project Manager or Owner's Representative on a monthly or as needed basis to verify satisfactory completion of Contract requirements. d) he Project Manager or designee shall provide the General Maintenance Report form to the Contractor for reproduction purposes that shall be utilized throughout the Contract term. 12. WEEKLY WORK SCHEDULE Contractor shall email a bi-weekly work schedule to the Division's Project Manager or designee on Friday morning no later than 7:00 a.m. The schedule shall indicate the service locations and date/times. Please note: Any changes to the work schedule shall be made in writing twenty-four(24)hours in advance of the next work day or no later than 7:00 a.m. of the work day and emailed to the Project Manager or designee. 13. CREW SIZE/MAN-HOURS Contractor shall provide with each site visit a minimum of four(4) employees with each weekly service of the work areas. The work shall be completed within one (1) visit, if required a consecutive day visit may follow. The purpose for this statement is to have the entire segments under this contract completed at the same time. 14. EQUIPMENT LIST The Bidder shall provide,with the bid submittal,a basic listing of all landscape maintenance equipment in their inventory. This list should include all power equipments as well as manual tools necessary to perform all duties under this contract. ITB 17-7208 Landscape Maintenance Bayshore MSTU 5 1 6 F2 15. ADDITIONAL&SUBSTITUTE SERVICES Should substitute services be required,the County will request quote from awarded vendor as per Purchasing Ordinance. 16. WORK AREA CONDITIONS Contractor will receive the work area(s) in an "as-is" condition. It shall be the sole responsibility of the prospective vendor to complete a site visit and inspection of the landscaping work areas as shown on the Work Area Bid Schedule prior to bid schedule submission. 17. INSPECTION/PAYMENT a) Monthly payment shall be made for work that is one hundred percent(100%)complete and is approved as satisfactory from the Project Manager or designee. b) Contractor shall notify the Project Manager or designee prior to work commencement and completion of the work area for inspection. c) The Project Manager or designee shall inspect the work to ensure all work has been satisfactorily completed as outlined in the specifications. d) Contractor shall submit the General Maintenance Report following the completion of work for review and inspection as outlined in Section 11. General Maintenance Report forms. e) If there is a discrepancy or unsatisfactory work it shall be remedied within forty-eight(48)hours. 0 The invoice shall include the contract number, purchase order (PO) number, and the work order number(s)for payment to occur. 19. IRRIGATION a) The irrigation systems within Work Area 1 and 2 shall be checked and repaired as necessary. Each zone shall be manually turned on at the valve once a week and a thorough inspection conducted to ascertain proper operation of the system. b) Quick coupling valves, if existing, shall be reviewed weekly and operated quarterly to insure proper operation. c) Maintenance responsibilities are part of the base contract and not subject to additional fees which will include cleaning and adjustment of heads,nozzles,valve boxes and valves filters and solenoids to insure property coverage, review of filters and backflow preventers, replacement of heads and nozzles, installation or replacement of risers,repair of minor PVC piping breaks or subsurface piping or restricted sprinkler lines,replacement of damaged valve boxes/lids and adjustment of controllers and rain shutoff switches for settings and operation. d) Major repairs to the sprinkler system including repair of valves, mainlines, time-clocks, damage by vehicles or electrical wiring problems will be considered as additional expenses to the contract and billed on a time and material basis. Quotes must be provided and approved by the Project Manager prior to work,except in cases of emergency. e) Inspect all pump sites for proper operation on a monthly basis.Review system water source connections to include water meters,backflow preventers,gate valves,points of connection and main lines for proper operation. Manually run the system to ensure proper coverage and that no sprinkler heads and nozzles are spraying onto the roadway. 0 All cuts, leaks or other piping damage found to be caused by the grounds maintenance personnel or subcontractors performing services in the landscape areas shall be repaired immediately at no cost to the County. g) Within all work areas the Contractor shall review the plant materials and turf for dry conditions and if found,advise the Project manager and correct the problem immediately. h) The Contractor will check all zone wiring and solenoid conditions through the use of an OHM meter and document the results for future reference.A copy of the results shall be supplied to the Project Manager. i) Keep all grass and mulch out of all valve boxes. All valve boxes in sod areas are to be kept at sod level. All valve boxes in plant beds are to be kept two includes(2")above finished mulch level. Inside of all valve boxes shall be kept clean and the valves shall be kept one hundred percent(100%)accessible. j) Should the temperature be forecast to be below thirty-four(34)degrees,the Contractor shall be responsible for turning the irrigation system off in order to protect plants from possible freeze damage. k) The irrigation service personnel shall have on-site two-way hand-held communications during all services and/or inspections. I) The irrigation service personnel must trouble shoot time clocks,i.e.,power-in 110 volt and 24 volt fuses, 24 volts output when necessary. m) The irrigation service personnel must trouble shoot any pump start relay,main fuses and capacitors when ITB 17-7208 Landscape Maintenance Bayshore MSTU 6 1 F necessary. n) Where required, the Contractor shall maintain on site, the County supplied reclaimed water irrigation signage.Cost to install replacement signs shall be considered additional services and be billed on a time and material basis. o) These additional expenses other than routine maintenance shall be charged as a time and material billing. The Project Manager must approve all additional expenses prior to proceeding with the work. 20. ACCIDENTS OR THEFTS The Contractor shall be responsible each week to contact the Project Manager to report any accidents or thefts involving or occurring within the areas covered by this Contract. Should accidents or thefts occur,the Contractor shall photograph the damage or loss and provide that photo to the Project Manager at no additional cost. Should assistance be requested by law enforcement,emergency personnel or others,the costs shall be included in the Contract unless otherwise approved by the Project Manager. 21. RESPONSE TIMES On a twenty-four(24)hour basis, the Contractor may be required to travel to the site immediately to meet with the Project Manager,law enforcement or emergency personnel to resolve an emergency. The Contractor shall respond to a telephone, beeper,or radio call within one(1)hour. There shall be no additional charge for these responses. 22. SITE SPECIFIC MAINTENANCE FUNCTIONS CANOPY TREE AND PALM PRUNING a) Canopy trees shall be defined as any large shrub,tree or palm with foliage above a ten-foot(10')level. b) All canopy trees and palms shall be pruned on a continuous basis to create and maintain a seventeen-foot (17')canopy clearance over the roadways and a ten-foot(10')clearance over all pathways. Canopy trees shall be electively pruned twice per year in April and September to thin the interior canopy of cross branching and to shape the canopy of the trees. The Project Manager shall approve a professional licensed to prune trees under the direction of a Licensed Landscape Architect, Arborist, Tree Surgeon, or other approved professional to do the pruning and shaping. The work shall be performed per ANSI A300 "Standard Practices for Trees, Shrubs and Other Woody Plant Maintenance"and done in a professional manner in accordance with "Pruning Standards" of the National Arborist Association or accepted local trade standards and practices. c)Palms shall be pruned annually during June of each year. The Sabal Palms shall be pruned to a"Tropical Cut" or to a nine (9) o'clock-three (3) o'clock angle from horizontal at the base of the palm's bud or lowest fronds. Approximately seven (7)to ten(10) green fronds shall be left at the head after pruning. The pruning shall include removal of all nuts, seed stalks,brown or dead and lower fronds. The Foxtail, Royal and Solitaire Palms are self-cleaning.Loose and hanging fronds shall be removed from the palms and fallen fronds shall be picked up weekly. There shall be no additional tipping fees charged for disposal. Seedpods shall also be scheduled for removal during the month of June. d) The work shall be done in a professional manner in accordance with acceptable trade standards and practices. The palms shall not be climbed with tree spikes to remove the fronds. The pruning shall be accomplished by the use of a ladder,boom truck or lift. All debris from the pruning shall be removed and the site shall be left in a clean and neat manner. e) When the annual or bi-annual heavy pruning work is being performed with the use of a lift or boom truck, it is required that the adjacent traffic or turn lane to the work areas be closed using traffic control devices and signage per the current FDOT traffic control standards and indexes. 23. FERTILIZATION a) The Project Manager reserves the right to change the fertilization schedule and formulation as needed to meet special turf or plant needs or other unforeseen conditions which may develop. Fertilization schedule changes may require adjustments to the per bag application costs. All bagged fertilizer will be purchased by Collier County under its Annual Contract and coordinated with the Contractor for delivery purposes. Proposal Page Unit Cost for liquid fertilizer applications shall include labor and product cost. Prior to fertilization application,notification to the Project Manager is required to allow for inspection of all bags. The Contractor may be required to pick up the fertilizer within Collier County. Cost for pick up,if necessary,and labor for placement,shall be included in Unit Cost/Bag as indicated on the Proposal Page. b) Granular fertilization of shrubs and groundcovers shall be applied by hand in a twelve-inch(12")radius ring around the base of the plants. Trees and palms shall have a thirty-six inch(36")radius ring around the base. An 8 oz.cup equals one(1)pound. Trees and palms shall receive one(1)cup per one-inch(1") caliper. Shrubs and groundcovers shall receive one(1)cup per three foot(3')of height or spread. Shrubs ITB 17-7208 Landscape Maintenance Bayshore MSTU 7 1 6 F2 and groundcover shall receive one-half(%)cup per eighteen inches(18")of height or spread. All fertilizer shall be swept off all sidewalks,concrete curbing and paving. c) The fertilizer shall be applied as set forth in the following schedule: Turf Areas and Plant Beds Containing Shrubs,Groundcovers and Trees The 13-3-13 fertilizer shall be applied at a rate of ten(10)pounds per one thousand(1000)sq.ft.for all areas. Four applications of 13-3-13 fertilizer will be applied yearly during the months of February, May,July,and October. One(1)application of 21-0-0 Ammonium sulfate at a rate of four and one half(4.5)pounds per one thousand(1000)sq.ft.shall be applied in the month of November. Four(4)applications of Sequestrene Iron at a mixture of 1.25 tablespoons per gallon will be applied during the months of March,June,September and December. The application is to be a drench at the root zone of all Bougainvillea,Juniper,Liriope,Allamanda,Iris,Ixora or any plants subject to iron deficiencies as determined by the Project Manager. Six(6)applications of 20-20-20 at ten(10)pounds of materials per one hundred(100)gallons of water with Ferrmec AC 13-0-0 plus 6% iron at 1/3 gallon of material per one hundred (100) gallons of water. d) It is estimated that the turf and plant beds covering approximately one hundred fifty-nine thousand six hundred forty(159,640)sq. ft.,will require the application of one hundred-forty-three(143)50-lb. bags per Contract period. All applications shall be made during the first week of the month. Applications shall be made the day following irrigation when plant material is dry. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the fertilizer is applied,the areas shall be watered. Fertilizers shall be removed from curbs and sidewalk areas to avoid staining. e) All applications shall be made during the first week of the month. Applications shall be made to turf the day following irrigation when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied,the sprinklers shall be activated for thirty(30)minutes to bring organic fertilizers to the soil's surface and to dissolve water-soluble particles. Following this watering, the controls shall be returned to automatic mode. Fertilizers containing Iron shall be removed from curbs to avoid staining. Palms f) Contractor shall apply palm fertilizer during October and May as specified below. Collier County will provide fertilizer. Should yellowing occur on the top fronds,manganese sulfate will be required and if on the lower fronds, magnesium sulfate will be required to be applied with the 10-5-10 at the rates specified. g) Granular fertilization of the Palms shall be determined by the caliper(diameter)of the Palm trunk and applied by hand in a ring around the Palm's base at a twenty-four(24")radius. The fertilizer ring shall be placed to maximize uptake. It is estimated that the palms will require the application of fifty-eight(58) 50-lb.bags per Contract period(thirteen(13)bags per application). Ornamental&Turf Spraying h) Overall Ornamental&Turf Spraying of plants,shrubs and grassed areas within Areas 1 are included in the Contract. 1. It is required that the Pest Control Firm performing these services shall possess and provide the following to the Project Manager: a. Valid State of Florida Pesticide License that complies with all Federal,State(Chapter 482)and local laws and regulations. b. Bachelor degree in Ornamental Horticulture and/or Entomology (must be an employee of the Proposer and/or a direct subcontractor)or the equivalent practical experience approved by the Project Manager. c. Current Contractor's Occupational License for Pest Control Service. 2.The Pest Control Firm shall provide an overall written pest and spray program that shall incorporate ant and rodent control and shall meet or exceed the following minimum standards: ITB 17-7208 Landscape Maintenance Bayshore MSTU 8 16F2 a. Describe procedures,methods and techniques that will enhance the environment. b. Provide the maximum protection for the health,safety and welfare of the public and environment. c. List of all chemicals to be used(MSDS must be available upon request). 3. The Pest Control Firm shall make on-site inspections and provide written reports to the Project Manager once per month. 4. Methods of Application: One hundred percent(100%)coverage and penetration shall be provided. Insecticides and Fungicides shall be applied at the proper pressure to provide maximum coverage. Chinch bug treatments shall be applied at a minimum rate of ten(10)gallons of spray mix per one thousand(1,000)square feet of treatment area. a. Insecticides should be alternated from time to time to prevent insect immunity to the application. b. Herbicides used in turf areas shall be applied at the proper pressure. c. Herbicides shall not be applied when the temperature exceeds eighty-five(85)degrees(as indicated per label). d. Spreader sticker(Nu-Film 17 or equal)shall be incorporated in all spraying of Groundcovers,Shrubs, Trees,Palms,and Turf Areas when recommended by the label. e. Spray applications shall be applied during times of"No-Wind"conditions. f. No trucks or tractors with bar type tires or a gross weight greater than three thousand(3000)pounds will be allowed within or on the median areas. g. Provide and place, at time of application, traffic control meeting Florida Department of Transportation,M.U.T.C.D.and Indexes and the County MOT. h. All spray application shall contain a wetting agent within the mix when recommended by the label or Project Manager. 5. Rate of Application: All chemicals shall be applied at the rates recommended on the manufacture's labels. 6. Materials List: All insecticides, fungicides and herbicides chemicals to be used on turf areas and on plant materials shall be submitted in writing to the Project Manager for review and approval. 7. Application Schedule: The number of applications shall be as listed below unless otherwise required based upon the on-site inspection reports. Ferrmec AC 13-0-0 plus 6%iron at one-third(1/3)gallon of material per one hundred(100)gallons of water to be added with each application of insecticide,fungicide and herbicide. a. Turf Areas: Insecticides&Fungicides-Twelve(12)applications on an as needed basis. Herbicides - Six (6) applications, to include Pre-emergent in February and September, Post- emergent in November,January and March or on an as needed basis. b. Groundcovers, Shrubs and Trees: Insecticides&Fungicides-Twelve(12)applications on an as needed basis. c. Bed Areas: Herbicides - Six (6) applications, Pre-emergent in February and September, Post-emergent in November,January and March or on an as needed basis. 8. Additional Requirements: When it becomes necessary for the Contractor to return for additional spraying as directed by the Project Manager due to non-performance of a required application, such shall be performed at no cost to the Owner. 24. MULCHING Organic Mulch a) Areas with no mulch or new planting areas shall have mulch placed to provide for a four inch (4") non-compacted or unsettled depth measured from the existing soil grade. The area to receive the mulch shall be raked level to establish the proper finished grade and have all weeds removed prior to the placement of the mulch. Labor cost for weeding, hand grading and placement of new mulch shall be per Unit Cost as indicated on the Proposal Page. b) Re-mulching of plant beds and individual plant mulch rings shall have a two-inch (2") non- compacted layer of mulch applied during the months of November and May. Prior to the re- ITB 17-7208 Landscape Maintenance Bayshore MSTU 9 16F2 mulching the Contractor shall turn,mix and if required remove a one foot(1')wide three inch (3")depth area of mulch and dirt from behind the back of curb around all medians. c) Labor costs for weeding,turning,mixing,and removal of the existing mulch and for placement of new mulch shall be per Unit Cost as indicated on the Proposal Page. Mulch shall not be placed over utility boxes,irrigation heads or valve boxes that.are located within mulched areas. General d) Mulch material may be purchased by Collier County under its Annual Contract and coordinated with the Contractor for delivery purposes. 25. MISCELLANEOUS SITE FIXTURE AND FEATURES Entry signage feature, accent and roadway lighting fixtures, and benches shall be visually reviewed weekly to determine if malfunction,damage or hazardous problems exist. A weekly,manual operation of the accent lighting within Bayshore Drive medians is required to verify proper operation. If any damages or improper operation are found or viewed,immediate notification of the Project Manager is required. Existing street and bridge light poles will have decorative banners hung at the Project Manager's discretion.Contractor shall install and remove banners on selected poles upon request and shall be reimbursed on a time and materials basis. 26. EMERGENCY LANDSCAPE MAINTENANCE SERVICES a) The Contractor agrees by submittal of its bid that the listed services Unit Costs in the Proposal Pages under this Contract shall also be made available to the County on a temporary basis as emergency landscape maintenance services. The contracted services within these specifications and contract may be required to be temporally performed at another project site located within Collier County. The Emergency Services item's costs shall be based upon this project's square foot areas and bid Unit Costs converted to square foot costs as listed in the specifications and contact Proposal Pages and agreed to by both parties. b)If additional travel expenses are determined to be necessary for travel to an Emergency Services project site,the Project Manager and Contractor will determine the amount of hours to be billed at the hourly rates listed under"General Services"of the Proposal. 27. TURF ORIGIN AND QUALITY a) All turf supplied shall be"Nursery Grown"or"Field Grown"for the purposes of sodding and shall be a "Premium Grade Sod"as specified below. The sod shall be cut,delivered and/or laid in accordance with the following specifications or the most current and accepted Horticultural Industry's Standards and Practices whichever is more restrictive. b) All sod shall be delivered to the site and be accompanied with a delivery ticket listing quantity,origin and date and time the sod was cut and loaded. Sod shall be delivered at the specified site within a twenty-four (24)hour period after field cutting and shall be laid within a forty-eight(48)hour period after field cutting. Sod being transported for a time period greater than one(1)hour shall be covered during transport. c) The Contractor acknowledges that acceptance of any sod at anytime of a Grade other than the Premium Grade specified in this Contract shall not establish a lesser standard or relieve the Contractor from providing the Premium Grade sod as specified for the duration of the Contract period. d) Premium Sod Sand Grown: Turf grown on 90%natural sand. Muck Grown: Turf grown on soil containing 50%or greater amounts of organic materials by volume. e) Each sod pad shall be insect and disease free,vigorous and have healthy green color in appearance. The top growth(grass blades or foliage),shall have no more than ten percent(10%) chlorosis within the top growth and contain no thatch or dead vegetation layer within each pad. Sod shall be weed free,but in no case shall the weeds exceed two percent(2%)of the total sod pad. f) Pad Size: Individual sod pads shall be cut to industry standard widths and lengths with a deviation no greater than+/-five percent(5%). Broken or uneven ended pads will not be accepted. g) Pad Thickness: Thickness of the cut sod shall be to the industry's standard, but in no case shall the thickness of the soil be less than one inch(1")in depth for St.Augustine and Bahia grasses. h) Strength of Pad: Standard size pads shall be mature,well rooted and contain a soil layer thick enough to provide a strengththat will support the pad's weight and maintain its size and shape when the pad is suspended vertically by hand on the upper ten percent(10%)of the pad section without tearing apart. i) Moisture Content: The sod soil shall contain enough moisture so that the soil is not excessively dry or wet. In no case will the sod be accepted if the soil layer becomes hardened,loose so not to hold its shape and/or hydrophobic in nature. ITB 17-7208 Landscape Maintenance Bayshore MSTU 10 1 6 F2 28. QUANTITIES The Quantities listed in the Contract Proposal are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period, but does not guarantee any minimum or maximum to be ordered during the period specified ITB 17-7208 Landscape Maintenance Bayshore MSTU 11 16F2 EXHIBIT B- Price Schedule GROUND ZERO LANDSCAPING SERVICES,INC. Naples UNIT DESCRIPTION' QTY PRICE TOTAL A BASIC MAINTENANCE FUNCTIONS 1 Cost to Perform Basic Maintenance Functions as follows within Area#1: 52 $ 1,249.84 $ 64,991.68 2 Cost to Perform Basic Maintenance Functions as follows within Area#2: 52 $ 100.00 $ 5,200.00 3 Cost to Perform Basic Maintenance Functions as follows within Area#3: 52 $ 30.00 $ 1,560.00 4 Cost to Perform Basic Maintenance Functions as follows within Area#4: 52 $ 75.00 $ 3.900.00 5 Cost to Perform Basic Maintenance Functions as follows within Area#5: 52 $ 30.00 $ 1,560.00 B.PRESSURE CLEANING AND BRICK PAVERS(additional services if requested) 6 Pressure Clean 2 $ 450.00 $ 900.00 C.BANNERS INSTALATION AND REMOVAL(additional services if requested) 7 Put up/take down banners(up to 3 times a year)CRA will store Banners in office 324 $ 5.00 $ 1,620.00 TOTAL BASE BID(A+B+C) $`79,731.68 TOTAL NUMBER OF CREW ASSIGNED TO PERFORM SERVICES (NTinimum 4 person crew required per week) 8 Per Week 1 4 ESTIMATED TOTAL MAN-HOURS TO PERFORM REQUIRED SERVICES (The Contractor shall submit the amount of man-hours that they intend to provide to this Contract on a weekly basis.) 9 Hours Per Week 40 32 ADDITIONAL LANDSCAPE MAINTENANCE SERVICES Should additional work of the following description be required,adjustment will be made to the Contract Sum at the following Unit Prices,which shall include all expenses,including overhead and profit. 10 Labor(per man hour) $ 39.00 11 Supervision(per man-hour) $ 48.00 12 Irrigation Labor(per man-hour)only $ 42,00 13 Irrigation Supervision(per man-hour) $ 52.00' Rental cost per day of a 4,000 gallon tanker with Operator with Required Operator License 14 $ 1,200.00 15 Markup on Materials(not to exceed 15%) 12% Page 12 of 12 #17-7208-Annual Landscape Maintenance Bayshore MSTU Ground Zero Landscaping Services Inc. 1 ----'"" ® 1TE6/DF2 ARD CERTIFICATE OF LIABILITY INSURANCE 10/26/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT Andrea Hamic PRODUCER NAME: Al Purmort Insurance PHONE (941)924-3808 FAX No (941)924-8799 (A/C,No,Ext): ( ) 3340 Bee Ridge Road a-MRLSS: andreah@alpurmort.com INSURER(S)AFFORDING COVERAGE NAIC# Sarasota FL 34239INSURERA: Westfield Insurance Company 24112 INSURED INSURER B: Ground Zero Landscaping Services Inc. INSURER C: 1907 Fairfax Circle INSURER D: INSURER E: Naples FL 34109 INSURER F: COVERAGES CERTIFICATE NUMBER: 2017/18 Master 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 ADUL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) X COMMERCIAL GENERAL LIABILITYEACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 150,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 1,000 A Y CWP0104249 11/17/2017 11/17/2018 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 PRO- LOC PRODUCTS-COMP/OPAGG $ 1,000,000 X POLICY JECT OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED CWP0104249 11/17/2017 11/17/2018 BODILYINJURY(Peraccident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) Uninsured motorist $ 1,000,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 A EXCESS LIAB CLAIMS-MADE CWP0104249 11/17/2017 11/17/2018 AGGREGATE $ 1,000,000 DED RETENTION $ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Lawn Care Service Bid 13-6160 Forest Lakes MSTU Grounds Maintenance Certificate Holder is listed as an additional insured with respects to the General Liability,as required per written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Collier County Board of County Commissions ACCORDANCE WITH THE POLICY PROVISIONS. 3301 E Tamiam Trail AUTHORIZED REPRESENTATIVE __ Naples FL 34112 , ,/,l..i I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1 ® 1(M6,F 2 AdE CERTIFICATE OF LIABILITY INSURANCE 10/26/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Andrea Hamic NAME: Al Purmort Insurance PHONE (941)924-3808 FAX Na: (941)924-8799 (A/C,No,Ext): ( ) 3340 Bee Ridge Road E-MAILS: andreah@alpurmort.com ADDRE INSURER(S)AFFORDING COVERAGE NAIC# Sarasota FL 34239INSURERA: Westfield Insurance Company 24112 INSURED INSURER B: Ground Zero Landscaping Services Inc. INSURER C: 1907 Fairfax Circle INSURER D: INSURER E: Naples FL 34109 INSURERF: COVERAGES CERTIFICATE NUMBER: 2017/18 Master 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 ADDL SUBH POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITYEACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 150,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 1.000 A Y CWP0104249 11/17/2017 11/17/2018PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 X POLICY JECT PRO LOC PRODUCTS-COMP/OPAGG $ 1,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED CWP0104249 11/17/2017 11/17/2018 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) Uninsured motorist $ 1,000,000 X UMBRELLA LIAB X OCCUR vVv V�v 1,000,000 EACH OCCURRENCE $ A EXCESS LIAB CLAIMS-MADE CWP0104249 11/17/2017 11/17/2018 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE NIA E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Lawn Care Service Bid 13-6160 Forest Lakes MSTU Grounds Maintenance Certificate Holder is listed as an additional insured with respects to the General Liability,as required per written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Collier County Board of County Commissions ACCORDANCE WITH THE POLICY PROVISIONS. 3301 E Tamiam Trail AUTHORIZED REPRESENTATIVE Naples FL 34112 ;�'/„�wi I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 16F2 POLICY NUMBER: CWP 0104249 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Organization(s) Location(s)Of Covered Operations All persons or organizations when you have All Locations agreed in writing in a contract or agreement that such persons or organizations be added. as an additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) equipment furnished in connection with or organization(s) shown in the Schedule, but such work, on the project (other than only with respect to liability for"bodily injury", service, maintenance or repairs) to be "property damage" or "personal and adver- performed by or on behalf of the addi- tising injury" caused, in whole or in part, by: tional insured(s) at the location of the covered operations has been completed; 1. Your acts or omissions; or or 2. The acts or omissions of those acting on 2. That portion of "your work" out of which your behalf: the injury or damage arises has been put to its intended use by any person or or- in the performance of your ongoing oper- ganization other than another contractor ations for the additional insured(s) at the or subcontractor engaged in performing location(s) designated above. operations for a principal as a part of the However: same project. C. With respect to the insurance afforded to 1. The insurance afforded to such additional these additional insureds, the following is insured only applies to the extent per- added to Section III -Limits Of Insurance: milted by law; and If coverage provided to the additional insured 2. If coverage provided to the additional in- is required by a contract or agreement, the sured is required by a contract or agree- most we will pay on behalf of the additional ment, the insurance afforded to such insured is the amount of insurance: additional insured will not be broader than that which you are required by the 1. Required by the contract or agreement; contract or agreement to provide for or such additional insured. 2. Available under the applicable Limits of B. With respect to the insurance afforded to Insurance shown in the declarations: these additional insureds, the following addi- whichever is less. tional exclusions apply: This endorsement shall not increase the ap- This insurance does not apply to"bodily in- plicable Limits of Insurance shown in the jury" or "property damage" occurring after: Declarations. 0 Insurance Services Office, Inc..2012 CG 20 10 0413 1 6 F2 POLICY NUMBER: CWP 0104249 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)And Description Of Covered Operations All persons or organizations when you.have All Locations. agreed in writing in a.contract or agreement that such persons or organizations be added as an additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to contract or agreement to provide for include as an additional insured the person(s) such additional insured. or organization(s).shown in the Schedule, but only with respect to liability for"bodily injury" B. With respect to the insurance afforded to or "property damage" caused, in whole or in these additional insureds, the following is part, by "your work" at the location desig- added to Section III - Limits Of Insurance: nated and described in the schedule of this If coverage provided to the additional insured endorsement performed for that additional is required by a contract or agreement, the insured and included in the "products- most we will pay on behalf of the additional completed operations hazard". insured is the amount of insurance: However: 1. Required by the contract or agreement;. 1. The insurance afforded to such additional or insured only applies to the extent per- Available Available under the applicable Limits of miffed by law: and Insurance shown in the Declarations; 2. If coverage provided to the additional in- whichever is less, sured is required by a contract or agree- ment, the insurance afforded to such This endorsement shall not increase the ap- additional insured will not be broader plicable Limits of Insurance shown in the than that which you are required by the Declarations. co Insurance Services Office 1ne.,2012 CG 20 37 04 13 1 6 F 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WESTFTI3LD vow 01.1r0 ,, # , s. 40/ SERIES COMMERCIAL GENERAL LIABILITY CONTRACTORS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Coverage afforded under this expanded coverage endorsement does not apply to any person or organ- ization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Form. SCHEDULE The coverage providedby this endorsement is summarized below and is intended to provide a general coverage description only. For the details effecting each coverage please refer to the terms and condi- tions in this endorsement. A. Expected or Intended.Injury • Reasonable force B. Liquor Liability Coverage Extension C. Non-Owned Watercraft • Increased to 60 feet D. Non-Owned Aircraft E. Damage To Property- Borrowed Equipment F. Damage To Premises Rented To You G. Personal And Advertising.Injury • Contractual Personal and Advertising Injury Exclusions • H. Supplementary Payments • Bail Bonds - $2,500 • Loss of Earnings - $1,000 I. Additional Insureds -Automatic Status • State or Governmental Agency or Subdivision or Political Subdivision Controling Interest • Managers or Lessors.of Premises • Mortgagee, Assignee or Receiver • Owners or Other Interests From Whom Land Has Been Leased • Co-Owners of Insured Premises • Lessor of Leased Equipment J. Who Is An Insured broadened • Joint Ventures/ Partnership/ Limited Liability Company • Health Care Professionals (Incidental Medical Malpractice) • Individual Owners of Building are Insured's • Newly Formed or Acquired Entities K. Knowledge and Notice of Occurrence L. Other Insurance Condition Amended M. Unintentional Failure To Disclose Hazards N. Waiver of Transfer Of Rights Of Recovery Against Others To Us -Automatic Status 0. Liberalization P. Definitions • Bodily Injury redefined • Insured Contract redefined • Expanded Personal and Advertising Injury definition A. EXPECTED OR INTENDED INJURY "Bodily Injury" or"property damage' Under SECTION 1, COVERAGES, COVERAGE expected or intended from the A. BODILY INJURY AND PROPERTY DAMAGE standpointthe pin y to 'bodily l ex- clusion does- not. apply to "bodily in- exclusion a, is replaced with the following. jury' or "property damage' resulting from the use of reasonable force for a. Expected Or Intended Injury the purpose of protecting persons or property. CG 7137 11 12 Page 1 of 7 1 6 F2 B. LIQUOR LIABILITY COVERAGE EXTENSION (6) That particular part of any real SECTION 1, COVERAGES; COVERAGE A property that must be restored, BODILY INJURY AND PROPERTY DAMAGE replaced, or repaired because LIABILITY, Item 2. Exclusions c, Liquor Li- your work" was incorrectly ability is deleted. performed on it. C. NON-OWNED WATERCRAFT Paragraphs (1), (3) and (4) of this exclusion do not apply to: Under SECTION 1, COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE (i) "property damage" to LIABILITY, Item 2. Exclusions g.2(a) is re- tools or equipment placed with the following: loaned to you if the (a) Less than 60 feet long; and tools or equipment are not being used to per- D. NON-OWNED AIRCRAFT form operations at the time of loss; or Under SECTION 1, COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE (ii) "property damage" LIABILITY, Item 2. Exclusions g. Aircraft, (other than damage by Auto or Watercraft,the following is added: fire)to premises rented to you or temporarily (6) An aircraft you do not own pro- vided that occupied to you with the permission of the (a) The pilot in command holds owner or to the con- a currently effective certif- tents of premises icate issued by the duly rented to you for a pe- constituted authority of the riod of seven (7) or United States of America or fewer consecutive Canada, designating that days. A separate limit person as a commercial or of insurance applies to airline transport pilotDamage To Premises Rented To You as de- (b) It is rented with a trained, scribed in Section III - paid crew; and Limits Of Insurance: (c) It does not transport per- Paragraph (2)of this exclusion does not apply sons or cargo for a charge. if the premises are "your work" and were not E. DAMAGE TO PROPERTY - BORROWED occupied, rented or held for rental by you EQUIPMENT beyond one year from the date "your work" was completed. Under SECTION 1, COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE Paragraph (2)of this the premises are " aur work" and were exclusion does not apply LIABILITY, Item 2. Exclusions j. is deleted never occupied, rented or held for rental b and replaced by the following: p y you. 1. Damage To Property: Paragraphs (3), (4), (5) and (6) of this exclu- (1) Property you own, rent or oc- sion do not apply to liability assumed under cupy; a sidetrack agreement. (2) Premises you sell, give away or Paragraph (6)of this exclusion does not apply abandon, if the "property dam- to "property damage" included in the age" arises out of any part of "products-completed operations hazard." those premises; F. DAMAGE TO PREMISES RENTED TO YOU (3) Property loaned to you; Under SECTION I - COVERAGES, COVERAGE (4) Personal property in the care, A BODILY INJURY AND PROPERTY DAMAGE custody or control of the in- LIABILITY, Item 2. Exclusions, the last para- sured; graph of Item 2. Exclusions is replaced with the following: (5) That particular part of any real property on which you or any Exclusion c. through n. do not apply to dam- contractors or subcontractors age by fire or explosion to premises while working directly or indirectly on rented to you or temporarily occupied by you your behalf are performing op- with permission of the owner. A separate erations, if the "property dam- limit of insurance applies to this coverage as age" arises out of those described in Section III - LIMITS OF INSUR- operations; or ANCE. CG 7137 11 12 Page 2 of 7 16F .2 G. PERSONAL AND ADVERTISING INJURY Only the following persons or organizations Under SECTION 1, COVERAGES, COVERAGE are additional insureds under this endorse- B PERSONAL AND ADVERTISING INJURY LI- ment and coverage provided to such addi- ABILITY, Item 2. Exclusions e. Contractual tional insureds is limited as provided herein; Liability is deleted. a. State or Governmental Agency or Under SECTION I COVERAGES, COVERAGE Subdivision or Political Subdivisions B PERSONAL AND ADVERTISING INJURY LI- A state or governmental agency or ABILITY, the following are added to Item 2. subdivision or political subdivision Exclusiahs: subject to the following provisions: q. Discrimination Relating To Room, Dwelling or Premises (1) This insurance applies only with respect to the following hazards Caused by discrimination directly or for which the state or govern- indirectly related to the sale, rental, mental agency or subdivision or lease or sub-lease or prospective political subdivision has issued sale, rental, lease or sub-lease of a permit or authorization in any room, dwelling or premises by connection with premises you or at the direction of any insured. own, rent or control and to r. Fines or Penalties which this insurance applies. Fines or penalties levied or imposed (a) The existence, repair main- by a governmental entity because of tenance, erection, con- discrimination. struction, or removal of advertising signs, awnings H. SUPPLEMENTARY PAYMENTS canopies, cellar entrances, Under SECTION I - SUPPLEMENTARY PAY- coal holes, driveways, MENTS COVERAGES A AND B, item 1.b. is manholes, marquees, hoist replaced with the following: away openings, sidewalk vaults, street banners, or b. Up to $2,500 for cost of bail bonds decorations and similar ex- required because of accidents or traffic law violations arising out of posures; or the use of any vehicle to which the (b) The construction, erection, "Bodily Injury" Liability Coverage or removal of elevators. applies. We do not have to furnish these bonds. (2) This insurance applies only with Under SECTION I - SUPPLEMENTARY PAY- respect'to operations performed MENTS COVERAGES A AND B, item 1.d. is you or on your behalf for replaced with the following: which the state or governmental agency or subdivision or poli- d. All reasonable expenses incurred by tical subdivision has issued a the insured at our request to assist permit or authorization. us in the investigation or defense of This insurance does not apply to the claim or "suit", including actual "bodily injury", "property dam- loss of earnings up to $1,000 a day age" or "personal and adverbs- because of time off from work. ing injury" arising out of I. ADDITIONAL INSUREDS- AUTOMATIC STA- operations performed for the TUS federal government: state or SECTION II WHO IS AN INSURED is municipality. amended to include as an insured any person b. Managers or Lessors of Premises or organization (called additional insured) described in paragraphs a. through g. below A manager or lessor of premises but whom you are required to add as an addi- only with respect to liability arising tional insured on this policy under a written out of the ownership, maintenance contract or written agreement. However the or use of that specific part of the written contract or written agreement must premises leased to you and subject be: to the following additional exclu 1, Currently in effect or becoming effective sfons: during the term of the policy; and This insurance does not apply to: 2. Executed prior to the "bodily Injury", (1) Any "occurrence" which takes "property damage" or "personal injury place after you cease to be a and advertising injury", but tenant in that premises; or CG 7137 11 12 Page 3 of 7 1 6 F 2 (2) Structural alterations, new con- This insurance does not I struction or demolition oper- ations performed by or on (1) To any "occurrence" which behalf of such additional in- takes place after the equipment sated. lease expires; or c. Mortgagee,Assignee or Receiver (2) To "bodily injury'," Y in 'j y "property A mortgagee, assignee or receiver damage", or "personal and ad- but only with respect to their liability vertising injury" arising out of as mortgagee, assignee or receiver the sole negligence of such ad-. and arising out of the ownership, ditional insured. maintenance, or use of a premises by you. Any insurance provided to an addi- tional insured designated under par- This insurance does not apply to agraphs a.through f. above does not structural alterations, new con- apply to "bodily injury" or "property struction or demolition operations damage" included within the "pro- performed by or for suchadditional ducts-completed operations hazard". insured. d. Owners Or Other Interests From As respects the coverage provided under this Whom Land Has Been Leased provision, Paragraph 4.b.(1) of Section IV - Commercial General Liability Conditions is An owner or other interest from who deleted and replaced with the following: land has been leased by you but only with respect to liability arising 4. Other Insurance out of the ownership, maintenance or use of that specific part of the land b. Excess insurance leased to you and subject to the fol- lowing additional exclusions: (1) This insurance is excess over: This insurance does not apply to: Any other insurancenaming the additional insured as an insured (1) Any "occurrence" which takes whether primary, excess, con- place after you cease to lease tingent or on any other basis that land; or unless a written contract or written agreement specifically (2) Structural alterations, new con- requires that this insurance be struction or demolition oper- either primary or primary and ations performed by or on non-contributing. Where re- behalf of such additional in- quire(' by written contractor cured. written agreement, we will con- sidere. Co-owner of Insured Premises any other insurance main- tained by the additional insured A co-owner of a premises co-owned for injury or damage covered by by you and covered under this in- this endorsement to be excess surance but only with respect to the and non-contributing with this co-owners liability as co-owner of insurance, such premises. J. WHO IS AN INSURED BROADENED f. Lessor of Equipment Under SECTION II - WHO IS AN INSURED the Any person or organization from following is added to item 1: whom you lease equipment. Such person or organization are insureds f. Joint Ventures I Partnership I Lim- only with respect to their liability ited Liability Company Coverage arising out of the maintenance, op- You are aninsured when you had an oration or use by you of equipment Interest in a joint venture. partner- leased to you by such person or or- ship or limited liability company ganization. which is terminated or ended prior A person's or organization's status to or during this policy period but asan insured under this endorse- only to the extent of your interest in ment ends when their written con- such joint venture, partnership or tract or written agreement with you limited liability company. This cov- for such leased equipment ends. erage does not apply: With respect to the insurance af- (1) Prior to the termination date of forded these additional insureds,the any joint venture, limited liability following exclusions apply: company or partnership; or CG 7137 11 12 Page 4 of 7 1 6 F (2) If there is other valid and K. KNOWLEDGE AND NOTICE OF OCCURRENCE collectible insurance purchased - Under SECTI1�NM/ COMMERCIAL GENERAL specifically to' insure the joint LUABIL|TYC0N0mrIONB � Duties in the venture, legal liability company ' ' Event of Occurrence, Offense, Claim Or Suit,partnership. thmfollowing is added: Under SECTION UV - WHO IS AN INSURED, �' The requirement in Condition 2.a.is deleted and replaced with the fol- applies only when the ^occuneAce^ lowing: or offense is knoWn.to: (d) Arising out—of—his or her to pro- (1) You, �you are anindividual; providing or failing vide professional health (2) A partner, if you are a partner- care services. ship; This does not apply to nurses, emergency medical (3) An "executive officer" or |noup �m�hniciano pr� paramedics mncwmanager,�ifyou are acup employed by you to provide poration; or health care services, but (4) A manager, if you are a limited only if you are not in the liability company business� or occupation of providing such professional K^ The requirement in Condition 2.b^ services. will not be breached unless the breach occurs after such claim or Under SECTION "suit"suit^ isknown tq� following �is added: (1) You, if you are an individual; 4. For COVERAGE A and COVERAGE B only, the owner of any building leased to (2) A padnoc, if you are a partner- you, urtnopyou. but only if building owner is a ship; shareholder in a partner in your partnership insured by (3) An "executive officer" or insur- this policy, and only with respect to U' ance manager, if you are ocop ability arising out of the ownarmhip, poration; or maintenance or useof that part of the premises leased to you. However, this (4) A manager, if yo u are ulimitedinounsn�� does not apply: |iahi|byoompany. a. To any "occurrence" or offense g. Your rights under this CoveraPart which takes place after you cease to will not be prejudiced if you fail to be a tenant in the premises; or give us notice of an 'occurrence," offehso, claim, or "suit" and that b. To structural alterations, new con- failure is solely due to your reason- struction or demolition operations able belief that the "bodily injury' or performed by oron behalf of the "property damage" is not covered building owner. under this Coverage Part. Hoxwever, you shall give written notice of this Under SECTION II-WHO IS AN INSURED, 3.a. "occurrence," offwnse, claim, or is deleted and replaced with the following: "suit" to us as soon as you are aware this insurance may apply to a. Coverage under this provision is af- such "occurrence," o#enme, claim or forded only until the and of the policy "suit." period or the next anniversary of this policy's effective date after you ac- L. OTHER INSURANCE CONDITION AMENDED quire or form the organization When required by written contractwith any whichever is earlier . additional insured owner, |masea.IS ANo, cmntran' UnderSECTIC�N 1] -��Ht� tor to provide insurance on a primary and � last paragraph in this �minn is deleted and noncontributory basis, Condition 4of Section ^` IVCommercial General LiabilityConditions Conditions replaced with the following: - � iade|eted and replaced by the following: Except as provided in 3. above, noper- 4. Other Insurance son or organization is an insured with respect to the conduct of any current or If other valid and collectible insurance is past joint venture, limited liability corn- available for a loss we cover under Cov' pany or partnership that is not shown as erage A orB of this Coverage Part, our a named insured in the Deo|acabonu, obligations are limited as follows ' - CG 7137 11 12 Page 5 of 7 1 6 F 2 a. Primary Insurance Under SECTION IV -COMMERCIAL GENERAL This insurance is primary and non- LIABILITY CONDITIONS, item 6, Representa- contributory except when b. below tions,the following is added: applies. d. Your failure to disclose all hazards or prior "occurrences" existing as of b. Excess Insurance the inception date of this policy shall This insurance is excess over any of not prejudice the coverage afforded the other insurance, whether pri- by this policy, provided such failure to disclose all hazards or prior "cc- marr; excess,contingent, or on any currences" is not intentional. other basis: (1) That is Fire; Extended Coverage, N. WAIVER OF TRANSFER OF RIGHTS OF RE- Builders Risk, Installation Risk, COVERY AGAINST OTHERS TO. US - AUTO- MATIC STATUS or similar coverage for your work; Under SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS, item 8. Transfer Of (2) That is Fire insurance for prem- Rights Of Recovery Against Others To Us is ises rented to you or ter?iporar- deleted and replaced by the following: ily occupied by you with We waive any right of recovery we may have permission of the owner; or against any person or organization with re- (3) If the loss arises out of the spect to which the insured has waived its maintenance or use of aircraft, right of recovery. 'autos," or watercraft to the ex- It is further agreed that work commenced un- tent not subject.to Exclusion g. der letter of intent or work order, subject to of Section I - Coverage A. subsequent reduction to writing, with cus- torrr.ers whose customary written contracts (4) If the loss is caused by the sole would require a waiver of recovery rights negligence of any additional in- against them also falls within this blanket sured, owner, lessee, or con- waiver of recovery rights. tractor. O. LIBERALIZATION When this insurance is excess, we If we adopt a.change in our forms or rules will have no duty under Coverage A which would broaden coverage for contrac- or B to defend the insured against tors under this coverage form without an ad- any "suit" if any other insurer has a ditional premium charge, your policy will duty to defend the insured against automatically provide the additional cover- that "suit." If no other defends, we age's as of the date the broadened coverage will undertake to doso, but we will is effective in your state,. be entitled to the other insured's rights against all those other insur- P. DEFINITIONS ers. Under SECTION V - DEFINITIONS, item 3. is When this insurance is excess over deleted and replaced with the following: other insurance, we will pay only our 3, "Bodily Injury" means bodily injury, disa- share of the amount of loss, if any, bility, sickness, or disease sustained by that exceeds the sum of: a person, including death resulting from (1) The total amount that all such any of these at any time. "Bodily injury" other insurance would pay for includes mental anguish or other mental the loss in the absence of this injury resulting from "bodily injury". insurance; and Under SECTION V - DEFINITIONS, item 9, is (2) The total of all deductibles and deleted and replacedwith the following: self-insured amounts under all 9. "Insured Contract" means: that other insurance. a. A contract for a lease of premises. We will share the remaining loss, if However, that portion of the contract any with any other insurance that is for a lease of premises that indem- not described in this Excess insur- nifies any person or organization for ance provision and was not bought damage by fire to premises while. specifically to apply in excess of the rented to you or temporarily occu- limits of Insurance shown in the pied by you with permission of the declarations of this Coverage Part. owner is not an "insured contract"; M. UNINTENTIONAL FAILURE TO DISCLOSE b. A sidetrack agreement. HAZARDS c. Any easement or license agreement; CG 7137 11 12 Page 6 of 7 1 6 F2 d. An obligation, as required by ordi- them, if that is the primary nance, to indemnify a municipality, cause of the injury or dam- except in connection with work for a age; or municipality; (2) Under which the insured if an e. An elevator maintenance agree- architect, engineer or surveyor, meat; assumes liability for an injury I. Thatpart of anyother contract or or damage arising out of the insured s rendering or failure to agreement pertaining to your busi- render professional services in- ness (including an indemnification cluding those listed in (1) above of a municipality in connection with and supervisory, inspection, ar- work performed for a municipality) chitectural or engineering, ac- under which you assume the tort li- tivities. ability of another party to pay for "bodily injury" or "property damage" Under SECTION V - DEFINITIONS, item 14. the to a third person or organization, following is added to the definition of "Personal and advertising injury"; Tort liability means a liability that would be imposed by law in the absence of any h. Discrimination or humiliation that results contract or agreement. in injury to the feelings or reputation of a natural person, but only if such dis- Paragraph f. does not include that crimination or humiliation is: part of any contract or agreement: (1) Not done intentionally by or at the (1) That indemnifies an architect, direction of: engineer, or survey or for injury or damage arising out of: (a) The insured; or (a) Preparing, approving or (b) Any "executive officer, director, failing to prepare or ap- stockholder; partner, member prove, maps, shop or manager (if you are a limited drawings, opinions, reports, liability company) of the insured; surveys, field orders, change orders or drawings (2) Not directly or indirectly related to and specifications; or the employment, prospective em- ployment, past employment or ter- (b) Giving directions or in- mination of employment of any structions, or failing to give person or persons by any insured. CG 7137 1112 Page 7 of 7 16F2 DATE(MM/DDNYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE 10/26/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Andrea Hamic NAME: Al Purmort Insurance PHONE (941)924-3808 FAX (941)924-8799 (A/C,No,Ext): (A/C,No): 3340 Bee Ridge Road E-MAIL andreah©alpurmort.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Sarasota FL 34239 INSURER A: Westfield Insurance Company 24112 INSURED INSURER B: Ground Zero Landscaping Services Inc. INSURER C: 1907 Fairfax Circle INSURER D: INSURER E: Naples FL 34109 INSURER F: COVERAGES CERTIFICATE NUMBER: 2017/18 Master 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 ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE NSD SWVD POLICY NUMBERPOLICY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MM/DDIYYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 150,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 1,000 A Y CWP0104249 11/17/2017 11/17/2018 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 X POLICY PRO 1,000,000 JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED CWP0104249 11/17/2017 11/17/2018 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per accident) Uninsured motorist $ 1,000,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE _ $ A EXCESS LIAB CLAIMS-MADE CWP0104249 11/17/2017 11/17/2018 AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Lawn Care Service Bid 13-6160 Forest Lakes MSTU Grounds Maintenance Certificate Holder is listed as an additional insured with respects to the General Liability,as required per written contract 7 r CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANOELLER-BEFORE THE EXPIRATION DATE THEREOF,NOTICE Will BE DELIVEREP IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissions I 3301 E Tamiam Trail AUTHORIZED REPRESENTATIVE Naples FL 34112 elyi ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE i 16E27 Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. rights upon the Certificate Holder. This Certificate does not amend,extend Holiday, FL 34691 or alter the coverage afforded by the policies below. (727)938-5562 Insurers Affording Coverage NAIC# Insured: South East Personnel Leasing, Inc. &Subsidiaries Insurer A: Lion Insurance Company 11075 2739 U.S. Highway 19 N. Insurer B: Holiday, FL 34691 Insurer C: Insurer D: Insurer E: Coverages 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. Aggregate limits shown may have been reduced by paid claims. INSR ADDL Policy Effective Policy Expiration LTR INSRD Type of Insurance Policy Number Date Date Limits (MM/DD/YY) (MM/DD/YY) GENERAL LIABILITY Each Occurrence $ Commercial General Liability Damage to rented premises(EA Claims Made Occur occurrence) $ Med Exp $ Personal Adv Injury G▪ eneral aggregate limit applies per: $ General Aggregate Policy ❑Project ❑ LOC $ Products-Comp/Op Agg $ AUTOMOBILE LIABILITY Combined Single Limit Any Auto (EA Accident) $ All Owned Autos Bodily Injury Scheduled Autos (Per Person) $ Hired Autos Bodily Injury Non-Owned Autos (Per Accident) $ Property Damage (Per Accident) $ EXCESS/UMBRELLA LIABILITY Each Occurrence IOccur ❑Claims Made Aggregate Deductible A Workers Compensation and WC 71949 01/01/2017 01/01/2018 X I WC Statu- I 1oTH- Employers'Liability tory Limits ER Any proprietor/partner/executive officer/member E.L.Each Accident $1,000,000 excluded? NO E.L.Disease-Ea Employee $1,000,000 If Yes,describe under special provisions below. E.L.Disease-Policy Limits $1,000,000 Other Lion Insurance Company is A.M.Best Company rated A-(Excellent). AMB#12616 Descriptions of Operations/LocationsNehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 37-66-375 Coverage only applies to active employee(s)of South East Personnel Leasing,Inc.&Subsidiaries that are leased to the following"Client Company": Ground Zero Landscaping Services Inc. Coverage only applies to injuries incurred by South East Personnel Leasing,Inc.&Subsidiaries active employee(s),while working in:FL. Coverage does not apply to statutory employee(s)or independent contractor(s)of the Client Company or any other entity. A list of the active employee(s)leased to the Client Company can be obtained by faxing a request to(727)937-2138 or by calling(727)938-5562. Project Name: ISSUE 10-27-17(0) CERTIFICATEBegin Date:4/11/2005 HOLDER CANCELLATION COLLIER COUNTY GOAD OF COUNTY COMMISSIONERS Should any of the above described policies be cancelled before the expiration date thereof,the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left,but failure to do so shall impose no obligation or liability of any kind upon the insurer,its agents or representatives. 3295 TAMIAMI TRAIL EAST NAPLES, FL 34112 �� '��