Loading...
Agenda 01/08/2013 Item #16E 2 1/8/2013 Item 16.E.2. EXECUTIVE SUMMARY Recommendation to approve Amendment#1 to Agreement No. 09-5254, authorizing an increase to the estimated annual expenditure for grounds maintenance of Collier County Government Facilities to$750,000. OBJECTIVE: To approve Amendment #1 to Agreement No. 09-5254, authorizing an increase to the annual estimated expenditure for grounds maintenance of Collier County Government facilities to $750,000. CONSIDERATIONS: The Department of Facilities Management is responsible for the maintenance, upkeep and repair of grounds and irrigation systems throughout the County. When awarded,the annual expenditure estimated by staff was based on historical information and expected needs for the foreseeable future and did not take into account unknown or unexpected variables. The Board's approved budget was intended as the spending control and the contract does not reflect spending limits. Recently,the Finance Department began pre- auditing expenditures against staff's original estimates. Therefore, to ensure no interruption in payments, staff is updating its annual estimated expenditures for this contract. To adequately respond to maintenance and upkeep of County facilities, other department requests for such services, unanticipated circumstances (e.g., hurricanes, mechanical repairs), and the County adding additional facilities (e.g., Marco Island Historical Museum), staff is recommending that the estimated annual amount for expenditure under Agreement No. 09-5254 be updated from the original $393,366 approved in 2009 to $750,000 to more accurately reflect the actual average countywide expenditures over the past several fiscal years. Countywide expenditures for the past three(3)fiscal years for grounds maintenance are as follows: FY 2010 $ 698,549 FY 2011 $ 934,557 FY 2012 $ 724,874 Agreement No. 09-5254 is scheduled to be re-solicited in the spring of 2013. FISCAL IMPACT: The average estimate for basic grounds maintenance services is $750,000. These funds are available in the Facilities Management Operating Budget (001-122240). Additional service items performed in other Divisions departments are appropriated in their respective department budgets. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office,is legally sufficient for Board action and only requires a majority vote for approval—SRT. RECOMMENDATION: That the Board of County Commissioners approves Amendment #1 to Agreement No. 09-5254 authorizing an increase to the estimated annual expenditure for grounds maintenance of Collier County Government facilities to $750,000. Packet Page-1537- 1/8/2013 Item 16.E.2. Prepared By: Dennis Linguidi,Manager,Facilities Management Attachments: • Agreement No. 09-5254, "Grounds Maintenance for Collier County Government Facilities" • Executive Summary concerning Agreement No. 09-5254(11/10/09, Item 16E4) • Exhibit A-1 Contract Amendment#1 to Agreement No. 09-5254 • Hannula Bid Tab for Bid#09-5254 Packet Page -1538- 1/8/2013 Item 16.E.2. rvuvernuer IU,LUU� Page 1 of 4 EXECUTIVE SUMMARY Recommendation to award Bid #09-5254 and a contract for Grounds Maintenance of Collier County Government Facilities to Hannula Landscaping & Irrigation, Inc. for an estimated annual amount of$400,000. OBJECTIVE: To acquire outsourced grounds maintenance services in a cost-efficient and effective manner for Collier County properties. CONSIDERATIONS: The Department of Facilities Management is responsible for the maintenance, upkeep and repair of landscaping and irrigation systems throughout the County. On July 14, 2009, the Purchasing Department sent two hundred and thirty-four (234) notices to businesses for the maintenance, upkeep and repair of landscaping and irrigation systems. Of those notices sent sixty-one (61)were downloaded and three (3) bids were received. Award is based on a base bid per location plus a time and material formula. A bid tabulation sheet is attached for review. Staff recommends award to Hannula Landscaping & Irrigation, Inc., as they were the lowest qualified and responsive bidder. New landscaping projects or new installs outside of the routine maintenance may be required as per the bid. These new landscape projects may be quoted as a portion of this contract, or, a separate solicitation may be issued. FISCAL IMPACT: Maintenance services average approximately $400,000 annually, based on approved building maintenance and capital budgets. Funds are budgeted in FY10 Department of Facilities Operating Budget 001-122240. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient—SRT. RECOMMENDATION: That the Board of Collier County Commissioners approves the award of Bid #09-5254 "Grounds Maintenance Collier County Government Facilities" to Hannula Landscaping & Irrigation, Inc. for maintenance and repair of landscaping services and authorizes the Chairman to sign the standard contract after County Attorney approval. PREPARED BY: Damon Gonzales, CFM, Facilities Manager, Department of Facilities Management Packet Page-1539- 1/8/2013 Item 16.E.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.E.2. Item Summary: Recommendation to approve Amendment# 1 to Agreement No. 09- 5254, authorizing an increase to the estimated annual expenditure for grounds maintenance of Collier County Government Facilities. Meeting Date: 1/8/2013 Prepared By Name: LinguidiDennis Title: Manager-Facilities,Facilities Management 11/13/2012 3:08:08 PM Submitted by Title:Manager-Facilities,Facilities Management Name: LinguidiDennis 11/13/2012 3:08:11 PM Approved By Name: Camp Skip Title: Director-Facilities Management,Facilities Manage Date: 11/15/2012 11:30:23 AM Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 11/15/2012 3:37:56 PM Name: MarkiewiczJoanne• Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 11/16/2012 6:59:21 AM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 11/16/2012 9:36:33 AM Packet Page-1540- 1/8/2013 Item 16.E.2. Name:NorthrupAdam Title: Procurement Strategist,Purchasing Date: 11/19/2012 11:37:19 AM Name: PriceLen Title: Administrator, Administrative Services Date: 12/21/2012 3:42:29 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 12/26/2012 8:13:33 AM Name: KlatzkowJeff Title: County Attorney Date: 12/26/2012 9:23:46 AM Name: PryorCheryl Title:Management/Budget Analyst, Senior,Office of Manag Date: 12/26/2012 10:35:33 AM Name: OchsLeo Title: County Manager Date: 12/31/2012 3:07:06 PM Packet Page -1541- 1/8/2013 Item 16.E.2. AGREEMENT09-5254 for Grounds Maintenance for Collier County Government Facilities 47, THIS AGREEMENT, made and entered into on this /044` day of Il)b (nee- , 2009, by and between Hannula Landscaping and Irrigation, Inc., authorized to do business in the State of Florida, whose business address is 28131 Quails Nest Land, Bonita Springs, Florida 34135, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida,Collier County, Naples, hereinafter called the "County": WITNESSETH: 1. COMMENCEMENT. The contract shall be for a one (1) year period, commencing on October 1, 2009, and terminating on September 30,2010. 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 three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Grounds Maintenance for Collier County Government Facilities as Primary in accordance with the terms and conditions of Bid #09-5254 and the Contractor's proposal referred to herein and made an integral part of this agreement. Additional landscaping projects or new installations outside of the routine maintenance may be required. These new landscape projects may be quoted as a portion of this contract, or, a separate solicitation may be issued. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Agreement an estimated annual amount of three hundred ninety-three thousand three hundred sixty-six dollars ($393,366.00), based on the unit prices set forth in Exhibit A attached hereto and incorporated herein by reference, subject to Change Orders as approved in advance by the County. Payment will be made upon receipt of a proper invoice and upon approval by the Facilities Manager or his designee, and in compliance Pag Packet Page -1542- 1/8/2013 Item 16.E.2. with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4. 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. 5. 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: Dale F. Hannula,President 28131 Quails Nest Lane Bonita Springs,Florida 34135 Telephone: 239-992-2210 Facsimile: 239-498-6818 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center • Purchasing Department-Purchasing Building 3301 Tamiami Trail,East Naples,Florida 34112 Attention:Steve Carnell,Purchasing/GS Director Telephone: 239-252-8371 Facsimile: 239-252-6584 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. 6. 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. 7. 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. 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 Pal Packet Page -1543- 1/8/2013 Item 16.E.2. with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in arty manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. 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. 10. NO DISCRIMINATION.The Contractor agrees that there shall be no discrimination as to race, sex,color,creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of$2,000,000 Per Occurrence, Combined Single Limit 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 $2,000,000 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 $1,000,000 for each accident. osk Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive Paf Packet Page -1544- 1/8/2013 Item 16.E.2. General Liability Policy. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Department. 14. 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. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, and Bid #09-5254 Specifi- cations/Scope of Services. 16. 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. 17. 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 P Packet Page -1545- 1/8/2013 Item 16.E.2. Statutes, Collier County Ethics Ordinance No. 2004-05, 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 contract held by the individual and/or firm for cause. 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 19. 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 contract to other governmental entities at the discretion of the successful proposer. 20. 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. 21. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract upon satisfactory negotiation of price by the Contract Manager and Contactor. 22. 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, F.S. 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. Packet Page -1546- 1/8/2013 Item 16.E.2. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent,hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER CO NTY,FLORIDA Dwi:ht E. Brock, erk of Court ct,•e,14e,) \ , .�aar►s��.iii�� By: Dat9: l ; + Donna Fiala,Chairman 064 of tram s Hannula Landscaping and Irrigation,Inc. Contractor By: ... First Witnes Signature TType/print witness nameT �al� �• auNw�� 1i2esiSe.r c 'nd Witness Typed signature and title Cpl nC1. Cartr TType/print witness nameT Approved as to form and legal sufficiency: 441 &LJL Aosistafrt•County Attorney • 41,1 Print Name Pa'Packet Page-1547- 1/8/2013 Item 16.E.2. EXHIBIT A Oistrk Unit Prices Monthly Cost Annual Cost 1. Main Government Complex $7413.25 $88959.00 2. Naples Branch Library $720.25 $8643.00 3. Vanderbilt Branch Library& Nature Areas $569.00 $6828.00 4. Old Golden Gate Branch Library _ $342.75 $4113.00 5. Marco Island Branch Library $529.00 $6348.00 6. Golden Gate Estates Branch Library $386.50 $4638.00 7. East Naples Branch Library $462.75 $5553.00 8. Immokalee Branch Library $265.75 $3189.00 9. Collier County Development Services Center $564.25 $6771.00 10. CID Building $404.00 $4848.00 11. Golden Gate Emergency Services Center $344.00 $4128.00 12. Golden Gate Government Center $341.50 $4098.00 13. Domestic Animal Services $420.25 $5043.00 14. North Naples Emergency Services Center $564.25 $6771.00 15. Harbor Road Site(two areas) $270.50 $3246.00 16. EMS#3 $345.50 $4146.00 17. Rosemary Cemetery $300.00 $3600.00 18.Van Buren Vacant Lot $200.00 $2400.00 19. Marco Island Sheriff Substation $286.50 $3438.00 20. Marco Island Tax Collector $286.50 $3438.00 21. Immokalee Emergency Services Center & Rear $344.00 $4128.00 Field 28. EMS#10 $265.25 $3183.00 23. Roberts Ranch and Grove Area $2235.25 $26,823.00 24. Immokalee Health Services& Rear Area $263.25 $3159.00 25. Everglades Museum $221.75 $2661.00 26. Everglades Sheriffs Substation $267.25 $3207.00 27. EMS#71 $263.25 $3159.00 28. Immokalee Government Center $379.25 $4551.00 29. Headquarters Library $379.25 $4551.00 30. Golden Gate Sheriffs Substation $420.50 $5046.00 31. Motor Vehicle Building $340.25 $4083.00 32. University Extension Office $416.25 $4995.00 33. Immokalee Domestic Animal Services $280.25 $3363.00 .. 34. Transportation Building $780.25 $9363.00 35. EMS#24 $377.00 $4524.00 36. Fleet Management $690.25 $8283.00 37. Immokalee Government Offices (Alachua St) $480.25 $5763.00 38. Immokalee Jail(perimeter only) $500.00 $6000.00 39. Property Appraiser $530.25 $6363.00 40. Naples Depot $660.25 $7923.00 41. North Naples Government Center $390.25 $4683.00 42. 1973 Bay Street $250.25 $3003.00 AddendumTemplate Revised:3/25/09 1 • Packet Page -1548- 1/8/2013 Item 16.E.2. 43. 2015 Bay Street $250.25 $3003.00 44. Bay Street-Vacant lot $175.00 $2100.00 45. Sheriffs Special Ops $380.25 $4563.00 46. EMS#75 $350.25 $4203.00 47. EMS#90 $273.25 $3279.00 48. Wilson House $455.25 $5463.00 49. New Golden Gate Library $480.25 $5763.00 ---- 50. Emergency Services Center $1100.25 $13,203.00 51. South Regional Library $1350.25 $16,203.00 52. Ochopee Fire $300.00 $3600.00 53. CCSO Fleet $625.25 $7503.00 54. Immokalee Vacant Lot(next to EMS/SO) $300.00 $3600.00 55. Road& Bridge $714.25 $8571.00 56.Tenth Avenue House $275.00 $3300.00 TOTAL BASE BID: Enter on Electronic Bid $32,780.50 $393,366.00 - o Schedule • • • • Packet Page -1549- 1/8/2013 Item 16.E.2. Client#:33375 HANLA1 ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DO/YYYY) 08/04/2009 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Gulfshore Insurance,Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4100 Goodlette Road North HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Naples,FL 34103•3303 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 239 261-3646 INSURERS AFFORDING COVERAGE NAIL# INSURED INSURER A: FCCI Insurance Company Hannula Landscaping&Irrigation,Inc. 28131 Qualls Nest Lane INSURER B: Bonita Springs,FL 34135-6930 INSURER 0: 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. MR ADD POLICY EFFECTIVE POLICY EXPIRATION LTR INS-• TYPE OF INSURANCE POUCY NUMBER DATE(110)01YY) DATE(MMlODA LIMITS A GENERAL LIABILITY GL00067391 01/13/09 01/13/10 EACH OCCURRENCE $1,000,000 COMMERCIAL GENERAL LIABILITY PRREG O aE r anal $100,000 CLAIMS MADE OCCUR MED EXP(Any one parson) $5,000 PD Ded:1,000 PERSONAL&AOV INJURY s1,000:000 ■ GENERAL AGGREGATE , GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2000000 . , POUCY n jE n LOC A AUTOMOBILE LIABILITY CA00100451 01/13/09 01/13/10 Ei COMBINED SINGLE OMIT ANY AUTO (Ea accident) $1,000,000 ■ALL OWNED AUTOS MI SCFEDULED AUTOS BODILY INJURY $ • (Per person) ©HIRED AUTOS EilBODILY INJURY $ NON-OWNED AUTOS (Per accident) Il PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ■ANY AUTO OTHER HA EA ACC S AUTO ONLTYN: AGG $ A EXCESS/UMBRELLAUABIUTY UMB00062121 01/13/09 01/13/10 • EACH OCCURRENCE $3,000,000 ©OCCUR CLAIMS MADE AGGREGATE $3,000,000 $ ■DEDUCTIBLE $ X RETENTION S 10000 $ A WORKERS COMPENSATION AND 001 WC08A40029 01/01/09 01/01/10 X I WRY I IMI -I IOTH- EMPLOYERS'LIABIUTY TORY i lMITg FR ANY PROPRIETOR PARTN /EXECUTNE EL EACH ACCIDENT $500,000 L]2 OFFICER/MEMBER EXCLUDED? K s,describe under E.L.DISEASE-EA EMPLOYEE$500,000 SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $500,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re:Job 09-5254 Grounds Maintenance for Collier County Government Facilities. Collier County Board of County Commissioners is Named as Additional Insured As Respects to General Liability Only per CG2033 0704&CGL021 0403.*30 days notice of cancellation,except 10 days for nonpayment. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Collier County Government DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL An DAYS WRITTEN 3301 East Tamiami Trail NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Naples,FL 34112 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. ALIT D REP ESENTATIVE ACORD 25(2001108)1 of 2 #S372172/M347612 CAH 9 ACORD CORPORATION 1988 Packet Page -1550- 1/8/2013 Item 16.E.2. IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. • .+CORD 25-S(2001/08) 2 of 2 #S372172/M347612 Packet Page -1551- 1/8/2013 Item 16.E.2. NJ NJ NJ NJ I--, F-, I-• I--, I--, I-+ I-+ I-, I--, I-, LC 00 -J 01 CJ1 A w N I� 0) 0) w NJ I--, O CO 00 V 01 Ui A W NJ I-, O D-r N, O N (D (1)' X M0 — K < MI 0 Z D 00G) 000 — m G) OD < Z c o O K m 3 Cu CU U) o K Cu m 0 O O m O m 0 3 0) O v v v v cii;Sr ci)* m o O co 3 * o m N CD m CD 03 m m ( Z a) O o u) m c,, G) I-• V 0°'a Z , _. w ° v v m w o O G) G) a o m -0 G) O a a o0 0 0 (u m O O O a) D v w 5' c m "Cr v Sr) S m o m m (2 C2 < n (1 N 0. CD (D O rt W N m Q W O 0 0' 3 3 -1cn °' 3 CA m3 G) m G) D m o v `< v co m co (u o' 3 lv _m m y �- CU m v o 3 0 D (u 0) -, ,-. O r m Q m (3 x a) m cA m m < �- c0i v W s Q- = o -^ r .- '"' (3 m 3 CC) CD C r C7 O m m ov m m IH m x D v n m 0 .. a S : N r CT) Z v D3 CD cn m m m o ' c W 0 Fa m o CD U) b9 69 EA -69 EA fig EA EA EA -EA fA {A EA EA 69 EA -EA EA EA fA EA 69 EA O T1 NJ O O O) C) co 4 1 — N co O) co CJ) CA N -4 01 - -J -Cr) 0 -.1 C.) C.).,< O O 01 CD C) -• W 01 CJ O --.1 01 .Ls CO CD --.1 N -P 01 W O W C.) N 0) Ol 1- c O) Co 4). 0 C) — — O v 0 4. co a) O 0 co C) co O co .P —k N C7 g n % O O O O O O O O O O O O O O O O O O O O O O O O O W. O 0. O" CD CD 0000000 CD CD O 0 OOO OOO 00005 r. 3 3 EA to fA to to to to to to to to to to to to fig EA fA fA EA fA fA EA D 3 C - _1 M n ^ o m N) 0 -I co Cn -, -, N -p -1 — a) CO 01 -I C) 01 CO C11 -1 CO Cn 01 r 0 v a) co -co 0 N -co 0 4. U1 0 -co C.) C) N - - 0 O) a) 0 0 CD — 0) O �1 0 O) — C.) — - O N CO N 11 - -P C.) CO -1 C)1 C) O) O U1 CO () Q m CD,. N Cb co a) N N N O - 0) co (A O) O O O N O) O co Cb N O _ n bb 0 0 0 C) 0 0 0 bb O bb 0 0 0 Cobb O O O CA 3 O 00 0 0 0 0 0 0 0 00 O 00 0 0 0 0 0 0 O O O ,"' P = (D -+ EA EA EA -CA -CA EA -EA EA EA EA EA fA -EA CA fA -EA 69 ffl EA 69 fA TA fA E On O c N v M I ,7-r N N 0) N N) N Cr) GO N) 01 - C.) C.) - 01 N) C.) 01 C.) 01 1I - ? 3 tea) W 0 -P. 0 CO O O - O) N -A •A O (A CA O) 0 N (A N -,`< O Cr 01 O) C) O O 01 O 0 -1 .A - - 01 N C) CD N CD O C.) C o N N O C11 01 O O 01 01 N N in O O N �1 �1 01 O .I O N N 0'0 IL co CJ1 01 0 0 0 0 0 0 0 01 01 O 0 0 01 01 01 O O 01 O 01 01 0) r EA to to 69 fA -EA EA -CA fA EA EA EA EA EA -A EA fA EA fig fA EA EA fA D 3 C. z O _ n � -Ti ON) W •P CA (.) N C) - C.) CA 01 � CA C.) C31 � O) � O) 00 000 C P n 0 - -a •A CA -• N 4 O 0 -• 0 �I 01 (A C.) 3 -CO CA CD �1 5 _ N CO N C.) W C) O - - 11 -p CD N - v CO Cn C.) - -x N -P 01 ca W W 0) CO CO 0 0 O) O) C.) CO CO 0 — CO Cr) CO co co 0 co co n QO N bb 0 0 0 0 0 0 0 bb O bb 0 0 0 0 0 0 000 N O O 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 O CO O ,.... -EA -EA EAfA -EAEA -EAfAfA EAfA fA EA EA -EA fAEA EAfAEA +A -69 fAE O N - — _a ._. - (.4 = C O --.1 CD 01 - — — N - 0 - C.) - O) C31 -1 — -4 Cn CD -Cr) = 07 .A O) .IN. O) CJ1 O CO -NI -4 - 4 -1 CJ1 U1 -1 C) 01 01 N CA CO - (r) ' O O) -• N N O CO N -A 01 U1 O) P — — CO O CO CD CO -P 01 01 Ol bb 0 0 0 0 0 0 0 0 0 0 bb 0 0 0 0 0 0 O O O n Q. Z O O 0 0 0 0 0 0 0 O-O O O O 0 0 0 0 0 0 O O O 2, to, g n' EA EA Efl EA EA EA EA EA EA EA EA EA -ER -EA EA EA fig EA EA fA EA -EA -EA D O1 " N C ,�+ Ol Z CO 0 O IV 3 — — — — 1 C) C 7 N. Q O n 4 CO -,. O) CD -.1 N C.) 01 CD N -D. CO O) �l -I 0 C.) C.) CO • 1 — 0 - y 73 a N Cn N 4 O N N N In co CD O O N O) In CA In In In O C.) O 0 'C M • N„ 'u. 9)) CO CD A - O C)) 0) 01 O O CD CO N N CO 0 0 C)) CO OD W O O o 014 c m . . . . . . . . . . . . . O O 0 0 0 0 0 0 0 bb O O O O O O 0 0 0 O O O .". a C2 • 0 O 0 0 0 0 0 0 0 O O O 0 0 O O O 0 0 0 0 O O ., " Cu - w I--, A Packet Page -1552- 1/8/2013 Item 16.E.2. - . . . .. .A . . A W W W W W W W W W W NJ NJ NJ NJ NJ NJ 0 0 l0 00 V Cl U1 . W NJ I- 0 LO 00 V Cl U'I . W NJ I--, 0 CD CO V Cl U1 - r-• rr O CD CD fp' m - KWOm o v D � mac = o o m < 5 `Kc K < . CD cu F cn C w m o Cn c < o m ° p Eu o 0) Cn = m o S ' 0- ca CB o N -- 0) o co N (D CO W Z N �G !v 0) JD N N o a) C ' c a) -4 Q Q. Jv • rrD O Cn cn m �G D 0 CD M CD a) a) m m m -.' m cn cn CCDD co C7 m to cn C a -o ` G� co o D X m m G) cn 2 co 3 0 m ° < m m °7 ° ° v o m = o n m c v, o = c m 3 Jv w ED CCD m o 0 - < 3 CO 3 = co r r < CD u, 0) 0 FIT n.) o< m -a m m C. m s m O � m -, m -. Q � c o I- -0 - B n. c� = 5 7 cn 3 Cn o (n (n m N v o 3 m = CO D 0 co � = c v (D -. r,. D -11 c " 6 5' H ,` m O 3 m 0- n m Iv n .� 90 JU u -, O lD ir1 N ffl fA 4A fA 4A fA 4a 4a fA to EA fA 44 fA fA 44 fA to to t4 t to �, v1 . O o CO -I -4 -4 CO Co W W W 01 . U1 -4 a) CO W CO 03 (31 CD 0) (11 - 01 CD °1 0 a) o -A -1 0) o00 0000 -P 0) WCOCO 010 - 0Co -1 NO) 0 0 o, nrr c O O cn - O O o O O CO O O o co co O CO cn o CO O CO CO cD co cn C) n % = 00000000 0000 0000 000 000000 CD °_1. 3 O. fl' O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O co � o� fAto 4A4 49494ato 494 4949 49494949 totafA 4a to to o4 49 to D = m M n a, -- CO 00 (O s CO CO W C) -4 0) U1 co co -- O CD CA 3 -4 O) 01 C)) O -- O Q) -4, -CO a) 00 W -4 N O -4 O 14 -41. W O O W W n n O o CO CO O) O O O O 6 O 03 N cn 0O CA CD o) N CD CA N W N Co CA c) a (D rD O O O CO O O O O O O) O O CO O) CO O O) O O O) O CO 0) CO CA o 0 _ O O O O O O O O O O O O O O O O O O O O o O o 0 0 O CO 3 O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O o 0 0 0 0 0 0 O '' n �• fA EA 4A 4A -GO 40 4A 4A 40 4a to fA 40 fA 49 fA fA to to 4a to -EA 40 49 4A 49 0 O c O 2 rt 0 - N W W — N.) N.) W 0) Cn 01 - 0) W ssI N.) - CA) .P W CA) N N V N — 3 co cn -I cn CO ^I cn cn CO co co O CO (D ^I CO co - . . N -4 v O) O) N O)"c - 3 O cn W O O (n O o 0 0 0 0 0 0 ^J O 0 CD 0 0 CD CD co -I -, W c N N N N N O N N N IV N O IN N O N N N N Cn N N N N '4 N 671 E CD (n cn 6 Cn cn O 01 cn Cn 6 cn O cn cn O U1 cn cn cn O 6 cn cn Cn 01 Cn W v O 3 rD t o -co ffl to ffl 4A to 4a fa 4A ffl 40 4A fA 40 4A fig ffl Ei9 44 44 fA fA 40 fA D 7 Q- ,..r O A n n U1 cn W - N W co .A sJ O CA U1 Co A CD W A U1 W co N co e _. -.J . N N In - O O In CD W O --J N In W W CD O O In 11 -, N CA -L m 5 fr; CS) CO -J O O) O O O 00 N O) O O) CO N O) O) CO CD Cn C31 Cn o O) 01 W W co W W O CO CO co W W O CO W - co co cn W CA -, — (D -4 - CD C) Qo vv1 O 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 O y O 0 0 0 0 0 0 0 0 0 0 0 O O O o O O O O O o 0 0 0 O ,..1. 4fl 40 fA 44 40 fA -GO 4A fA fA 69 44 49 fA fA 4A EA -EA 4A 4A -GO -CO -CO 49 44 4A 0 ,?.. < -I 41. W -P 0) -1 N N 0) O) —• �J 41. C) Co CO 41. s CO 41. Cn CD 03 -0, 01 O) S y W -ti — CA Cr) O N N O) 00 CA N ..1N. 00 O -- N CA co - C - -11. O CP A,.. tL -.I Cn O) 1J .A - - — U1 N a) 0 CD W �I v - N) 0 -1 C)) 01 W 41. O O 0 0 0 0 0 0 0 O O O O O O O 0 O O O O O O O O O O e N 0 'O O n-' 4fl 4a 4A fA 4A 4A fA 49 4o to 4A 4a -EA -EA 4a 4fl -GO 69 4A 4a {fi -EA -GO -Eft fa 49 D d vO z 7 !v O O Q. Q OCC r* CO 41. co Cn -4 N N -I CO W co cn co co - cn .A O U1 co -. O 4). CD -.J l 2 O v0 CD (D -.I CA O N CA In CO - (D O W -- CA O O O 14 W 4 N -1 In O) -4 () 13 n O N . Cb CO 0 0 - n 01 p 03 CD A CO CD CO 0 CO 0 0) 0 N CO CA 0) W N.) O 3 rD s I. rD ▪ O N) CO CO N N O N O CO O - - CO 4P O N N O CA 00 M cm < M 0 O O O O O O O O O O O O O O O O O O O O O O O O O b '-'• M Cl W O 0 0 0 0 0 0 0 O O O O O O O O O O O 0 0 0 0 0 0 O .. - - - - - W F-■ A Packet Page-1553- 1/8/2013 Item 16.E.2. La u1 -� U1Ui � oo - 01 Ui A W NJ I. O 0 r�-r .�-r O CD CD rp' c ? 0 --I 0 0 NO o c o = C• ;∎ 1 " - 0p m � KD 0000 m r ° K >s o o �' o CD D o C7 3 o a, 3 c _11Dm `. o-0mo3 mai °: � = 4. y = ado � o D- m •� aDJ Wra ,� r- c oow CO c c v o o c c r- DQoCAv Oa) co to CD N v 7 v O < CD O N Ci -I rt + + .n« O (� (D qt C) = co CD 0 1! (_ .<CD o W N 3 O1 N a• = -C7 - co D CD CQ O CD C/) C C7 .._T C O o c) (D 03 0. fA CD n v CD o '< 0. F O 0- Q) 7C" 0 3 Q -. 0 m 0 c r -' c) C + -1 0 O (/ v N _CD + n 3 W 0 r- cn O 3 EA v m o -' o CD p 0 O G + O N CD N 0 O N O 4t n' 3 � N °oCn OC O CD O -i n' -' M v o o-0 m = in 00 cr QO C W e O a) v �O+ C C 0 N O O 0 CD -•+ U3 0 0 C. - D C. + o .-. o_ -~ Cn m P EA -EA EA EA {A Efi EA EA g .� NJ ui 0 o .P .A -a — J . fl. ni -co co U1 Cn .P Cn CO -P z cu O O C71 - 0 N - W O p) 1 -.IOO 00300 030g (-1 % = O O O 0 0 0 0 0 0 gu. 0 0- v,a. 0 0 0 0 0 0 0 0 ti 5 3 En EA Eft En EA to EA to en EA EA > = 3 s. W. ro M 3 el ' C o °) w N o; c = .P CO P. �I -P CA CA O W CA v in O) O O CA N - O — .P -, 0) — zu in C) OD. 0 0 boo ornoo aa)) 0 ° - n O O O 0 0 0 O O O O O N 3 O O O O O O O O O O O O "'- n = CD En -A EA -EA EA Ei9 ffl £H 3; O O c °._ CO --.1 -1 O N O CJ1 O`< O cn A O Cn O O O 4 c_ O Cal O N O N O N N CIO E co O 0 an O C31 0 Cs1 01 . � 5 EA . -EA Efl -EA . EA Efl En > 3 O 69 4z/4 4z/4 . CD 01 W = = n T 3 v -. CO -a -1 O n a) W "I W C+)) W CO G.) �I W 0) W C ' n co O O W -co 01 Cn In O) N N a = F, O) O O 0) O -.I 0 O O 0 O CA O O ) O -A O W O W W n Qo 0 O O O 0 0 0 0 0 0 0 O y - O O O 0 0 0 O O O O O ,.r TA EA EA EA -EA EA 69 EA E 01 0 . -' = C O co CO CO -N O) -P St .. CO 0 - - - 0 O� 0`C 0) O O O o o b b O n Q z 0 0 0 O O O o O 0 G O� n ER EA EA EA .& En -ea to E9 Efl Efl D O� r- CD O ,f-I C) `� Z O O O 0 D v O) Q Cn -.I co A. _. _. N _. c 7 N H n -N N W CO O -I — 01 -- O) L' y 70 a N O O -, W -co Cn N CJ1 O) co C7 -o C01 o Cn N O O N co O N N CD O CO 0 y 0,2 Z CD co CD 3, O O O o O O O O O O o '"~ CD Q. •• .. •' O O 0 0 0 0 O O O O 0 W W N ? Packet Page-1554- 1/8/2013 Item 16.E.2. ° ° -0 � o CD CD rD• CAD O O o o <' r« v1 o O O '*CD su = 7 , a c c -, n n -, rt v IV sz_ 3 d ' -,cu 2 3- an.1 v ,< 00 Q. 7• O 7r v S 7r (D 7c• (0 • n 0 N CCDi :-r n ,< ..< ,< al =` C Cn -, a; S ""' rD m 0 0 < O �-' o co • V? ` -s to 6 Cu O to d a O X CD 7 •' N \ (D Cl .� CCD CDD CD O� i. O N 0 W 0 (D ( d n N (D o C \ 0 � � � v1 ail n N fD' `" CD 7 - 0 a Cl r1 — c IIl -s s' D 7 O u c L0 o= a ° ° 5 o— �, O, o v Q° o o fD B ro °r p ? d v v,a. 3 ai c o CD 0 0 v, ort v a' 3 D cn CL o m v '� c� 3 • Iz 3 N -0 -' c Q 3 v .Q c aa) = o Ri- c n' O .� CD ,..r CD fD ci c0„ o O v' -0 o , j =� V1 N Cu V W " 4 0 co in g NJ . -n U•I O O A s Q y c 0 E A 3 O O co. O a. v) N 3 3 3 E cD 3 d a) in if► tn• in_ i). r 3 .6. --' ro n n . CD CD CD m c a) NJ NJ -< -< -< -< -< -< -< -< -< - lnD (nD I--, .P. U-1 U, I- VI V1 G a f7 .P O O P U7 O b N 3 O O O O O O o o rt P = !D' O O c O - `< _ O C") -, O O 071. ai (D rt r fD tntn. intnin D 3 9- O — n -n-n = O v 00) = n •C n -< -< -< -< -< -< -< -< -< — N w Ui U'I I-‘ Uwi VI 0 Qp co O In Ui Ui U'I O N •0 0 0 0 0 0 O 0 0 0 0 0 0 \ o E O .0-I. _$ 3 Fu- n, 3 n C Z "0 O 0 O c n fD to to in to > d `" Z O ... CU c a. CO o° 0 CO n CD W CO fD d fD .CCO VI VI .UU1 Z O b 0 0a < a '••' O O O O p p p, NJ O 0 0 0 > o\° 01 w - - w F+ A Packet Page-1555- 1/8/2013 Item 16.E.2. EXHIBIT A-1 Contract Amendment#1 to Contract No.09-5254 "Grounds Maintenance for Collier County Government Facilities" This amendment, dated January 8, 2013 to the referenced agreement shall be by and between the parties to the original Agreement, Hannula Landscaping and Irrigation, Inc. (to be referred to as "Contractor") and Collier County,Florida,(to be referred to as"Owner"). Statement of Understanding RE: Contract No.09-5254"Grounds Maintenance for Collier County Government Facilities" The following change to the above referenced Agreement has been mutually agreed to by the Consultant and the County. The additions to the existing language in the Agreement are shown herein by underscoring;deletions from the Agreement are shown by stfilEethreugbs. Section 3.0 Shall be modified to read: THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Agreement an estimated annual amount of .:. == • : :. :: :. : :: .;. =: - . . -. •- • : : . 4-3937366.00) Seven hundred fifty thousand dollars ($750,000.00), based on the unit prices set forth in Exhibit "A," subject to Change Orders as approved in advance by the County. Payment will be made upon receipt of a proper invoice and upon approval by the Facilities Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent,hereunder set their hands and seals on the date indicated above. Al-1•BST: OWNER: DWIGHT E.BROCK,Clerk BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA Deputy Clerk By: Georgia A.Hiller, Chairwoman Approved as to form and Legal sufficiency: @>9 Scott R.Teach Deputy County Attorney 2 Packet Page -1556- 1/8/2013 Item 16.E.2. CONTRACTOR: Hannula Landscaping and Irrigation,Inc. 1,,!. By: /41,,,/,,,,,,,,- 1 e, j( -��`°„�...`.'_ First Witness Signature ( f ( ¢ Type/Print Witness Name Typed Signature/Title &.../t-d-/.,,,,A,„fietzcd1 Second Witness An 5Ae arm' Type/Print Winless Name Packet Page -1557-