Loading...
Agenda 12/10/2013 Item #16E 8 12/10/2013 16.E.8. EXECUTIVE SUMMARY Recommendation to approve the use of Contract 12-5846 Contract Laborers with Balance Staffing within Board approved operating budgets. OBJECTIVE: To continue securing contract labor service for Board operating departments. CONSIDERATION: Various operating departments utilize various temporary unskilled and skilled laborers to complete day-to-day responsibilities in lieu of fulltime staff equivalents. The Board approved contract 12-5846 Contract Laborers with Balance Staffing, a local firm, on February 28, 2012, Item 16E4 with a projected annual spend of$650,000 [annual departmental spend identified in the solicitation document was $1.3 million]. At the time of award, staff drafted the Executive Summary to include only the expenditures of a single department, not taking into consideration that this is a county-wide contract. The contract covers four (4) categories of laborers including Category 1: Unskilled Laborers whose pay rate is between $8 and $12 hourly, Category 2: Semi Skilled Laborers whose pay rate is between $10 and $14 hourly, Category 3: Skilled Laborers whose pay rate is between $14 and $20 hourly and, Category 4: Specialty Skilled Personnel whose pay rate is between$14 and $26 hourly. Annual expenditures for all County Division/Departments utilizing the current contract has exceeded the original Board approved estimated amount of$650,000 and staff recommends that the Board approve the use of Contract 12-5846 Contract Laborers with Balance Staffing within Board approved operating budgets. FISCAL IMPACT: Funds are budgeted in the respective departments cost centers. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this executive summary. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval. —CMG RECOMMENDATION: That the Board of County Commissioners approves the use of Contract 12-5846 Contract Laborers with Balance Staffing within Board approved operating budgets. Prepared by Rhonda Cummings, Procurement Strategist, Purchasing Department Attachments: • Contract 12-5846 "Contract Laborers,"Balanced Professional, Inc. Packet Page-2011- 12/10/2013 16.E.8. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.8. Item Summary: Recommendation to approve the use of Contract 12-5846 Contract Laborers with Balance Staffing within Board approved operating budgets. Meeting Date: 12/10/2013 Prepared By Name: CummingsRhonda Title: Contracts Specialist,Purchasing&General Services 11/21/2013 9:05:12 AM Submitted by Title: Contracts Specialist,Purchasing&General Services Name: CummingsRhonda 11/21/2013 9:05:13 AM Approved By Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing& Gene Date: 11/21/2013 9:42:30 AM Name: JohnsonScott Title: Purchasing Agent,Purchasing&General Services Date: 11/21/2013 9:47:04 AM Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 11/21/2013 10:24:59 AM Name: CummingsRhonda Title: Contracts Specialist,Purchasing&General Services Date: 11/21/2013 10:40:06 AM Name: PriceLen Packet Page-2012- 12/10/2013 16.E.8. Title:Administrator, Administrative Services Date: 11/21/2013 2:21:51 PM Name: GreeneColleen Title: Assistant County Attorney,County Attorney Date: 11/22/2013 11:39:57 AM Name: KlatzkowJeff Title: County Attorney Date: 11/22/2013 2:57:46 PM Name: PryorCheryl Title: Management/Budget Analyst, Senior,Office of Manag Date: 11/22/2013 4:08:41 PM Name: OchsLeo Title: County Manager Date: 11/25/2013 1:35:28 PM infrk Packet Page -2013- 12/10/2013 16.E.8. AGREEMENT 12-5846 for Contract Laborers THIS AGREEMENT, made and entered into on this X day of 're-b- 2012, by and between Balance Professional, Inc., authorized to do business in the State of Florida, whose business address- is 800 East Cypress Creek Road, Suite 300, Ft. Lauderdale, FL, 33334, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples,hereinafter called the "County": WITNESS ETH: 1. COMMENCEMENT. This Agreement shall be for an initial two (2) year period, commencing on March 1,2012, and terminating on February 28,2014. 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 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 Contract Labor Services as the Primary Contractor in accordance with the terms and conditions of Bid #12-5846 and the Contractor's proposal referred to herein and made an integral part of this agreement. 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 Contract Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement in accordance with Exhibit A, "Fee Schedule", attached herein and incorporated by reference, together with the cost of any other charges/fees submitted in the proposal. Any County agency may purchase products and services under this contract, provided sufficient funds are included in their budget(s). Payment will be made upon receipt of a proper invoice, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". Page 1 of 8 Packet Page-2014- 12/10/2013 16.E.8. 3.1 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 contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4. 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: Balance Professional, Inc. 800 East Cypress Creek Road,Suite 300 FL Lauderdale, FL, 33334 Attn: Robert Feinstein, President Telephone: 954-772-4888 Facsimile: 815-301-2884 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 3327 Tamiami Trail, East Naples,Florida 34112 Attention: Steve Cornell,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. Page 2 of 8 Packet Page -2015- 12/10/2013 16.E.8. 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. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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 $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 $500,000 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 of Florida Statutes,Chapter 440 and all Federal Government Statutory Limits and Requirements. Page 3 of 8 Packet Page-2016- 12/10/2013 16.E.8. The coverage must include Employers' Liability with a single limit of $1,000,000 per occurrence. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall ensure 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 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: Exhibit A, "Fee Schedule", Contractor's Proposal, Insurance Certificate, Bid #12-5846 Specifications/Scope of Services and Addendum # 1. Page 4 of 8 Packet Page-2017- 12/10/2013 16.E.8. 16. SUBTECT 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 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 in compliance with the Purchasing Policy.. 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 Page 5 of 8 Packet Page-2018- 12/10/2013 16.E.8. 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 obtain a court order requiring mediation under section 44.102,Fla. Stat. Arty 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. - 23. STAFFING: The Consultant's personnel and management to be utilized for this contract 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 contract. 24. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Bid and/or the Contractor's Proposal, the Contract Documents shall take precedence. In the event of any conflict between the terms of the Bid and the Contractor's Proposal, the language in the Bid would take precedence. 25. 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 w . 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 County all of the obligations and responsibilities that Contractor has assumed toward County. Page 6 of 8 Packet Page-2019- 12/10/2013 16.E.8. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST: , COLLIER COUNTY,FLORIDA Dwight E. Brock` 1erk of Courts By: O By: W Dated: pZ Fred W. Coyle, Chairman (S* 1a,. r X,• 1.* s Os' Balance Professional,Inc. Contractor By: First Wess Signature l Type/print witness namet 1d � 120 bz1L (6/75 k 71 1 ✓oy f- 4; Second Witness _ Typed signature and title Type/print witness namet Approved as to form and legal sufficiency: /2LL Deputy County Attorney S 4if 5-e Print Name Page 7 of 8 Packet Page-2020- 12/10/2013 16.E.8. Exhibit A Fee Schedule 12-5846 "Contract Laborers" Contractor shall provide laborers according to the following categories and employee hourly pay rates described below: Category 1: Unskilled Laborers (Employee Hourly Pay Rate: $8 -12 per hour) Category 2:Semi Skilled Laborers (Employee Hourly Pay Rate: $10 - 14 per hour) Category 3:Skilled Laborers (Employee Hourly Pay Rate: $14-20 per hour) - Category 4:Specialty Skilled Personnel (Employee Hourly Pay Rate: $14 -26 per hour) The Contractor will provide the County with a quote for each laborer assigned that includes a resume, brief description of assignment, the category selected,the employee hourly rate and the Contractor's mark-up of 0.3599 (35.99 % of respective wage). "Resume" shall be defined as follows: A short, descriptive summary of laborer's skill, expertise and/or knowledge which demonstrates the capacity to perform the work. Overtime: The Contractor will provide overtime payment for any hours worked in excess of forty (40) hours per week by the same employee at the request of the County. Hours worked on weekends will be treated as straight time unless they are in excess of a forty (40) hour work week. All hours worked in excess of a forty (40) hour work week that are considered overtime will be paid at one and a-half(1.5) times the agreed upon employee's hourly rate of pay. ANNAIN Page 8 of 8 Packet Page-2021- ;_.-1 12/10/2013 16.E.8. `ice- RO- CERTIFICATE OF LIABILITY INSURANCE °A�f121/1 '�' 02121/12 ITHIS 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 :EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 561-683-8383 -CONTACT aME SLATON INSURANCE 581-684.5995 N.Extt: INC, P.O.Box 220537 No): West Palm Beach,FL 33422 ADDRESS: Casey Gunnlff,CPCU PRODUCER BALAN-2 CUSTOMER ID It: INSURER(S)AFFORDING COVERAGE NAIC S INSURED Balance Professional Inc. INSURER A:National Union Insurance Co. d/b/a Balance Staffing Nam:ER B:Granite State Insurance Co. d/bla.Balance Hospitality INSURER C r Fireman's Fund ins Co. dba One Balance inc. '. 800 NE Cypress East Rd.#300 INSURER D ■ Fort Lauderdale,FL 33334 INSURERS` INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL��6 R POLICY EFF POLICYEXP LIMITS LTR TYPE OF INSURANCE INER I tVVr) POLICY NUMBER IMMIDD/YYYY) IMMIDD/YYYY) GENERALLIABILnY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X SSL4257775 01/09/11 D4/01/12 DAmMIES(Ee rice) $ INCLUDED _ CLAIMS-MADE X OCCUR MED EXP(Any one person) S 5,000 X Contractual Liab PERSONAL&ADV INJURY 5 4,000,000 X 0.0 111A Occ/2M Agg GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S INCLUDED POLICY IFC X LOC Emp Ben. S 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 _— ANY AUTO 02CA0190457510 01/09/11 04/01/12 (E.accident) BODILY INJURY(Per person) S ——_— ALL OWNED AUTOS BODILY INJURY(Per accident) S _ SCHEDULED AUTOS PROPERTY DAMAGE $ _X_ HIRED AUTOS (Per accident) LX NON-OWNED AUTOS S UMBRELLA L1AB X OCCUR EACH OCCURRENCE $ 5,000,000, EXCESS AGGREGATE S* 5,000,000 A H CLAIMS MADE 011060126 01/09/11 04/01/12 DEDUCTIBLE i S IJJ RETENTION S 10,000 I s I WORKERS COMPENSATION WCSTATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS 1 EP Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE , I N!A E.L EACH ACCIDENT S OFFICERIMEMBER EXCLUDED? I (Mandatory In NH) E.L DISEASE-EA-EMPLOYEE S It vas,describe under 9 DESCRIPTION OF OPERATIONS below E.L DISEASE-POUCY LIMIT I A Employee Theft _ 014679712 01/10/11 04/01/12 Blanket 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,It more apace is required) Re:Contracts 12-5846"Contract Laborers" • CERTIFICATE HOLDER CANCELLATION • COLLIER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE - THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County ACCORDANCE WITH THE POLICY PROVISIONS. Commissioners 3327 Tasmania Trail East AUTHORIZED REPRESENTATIVE Naples,FL 34112 . Arise__ ®1988-2009 ACORD CORPORATION. All rights reserved. - ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD Packet Page-2022- • 12/10/2013 16.E.8. NOTEPAD: HOLDER CODE COLLIER BALAN-2 PAGE DasuReD s paw Balance Professional inc. OP ID:JT DATE 0212712 2 I1 Collier County is named as Additional insured with respect to General Liability. Packet Page-2023- 12/10/2013 16.E.8. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES ENDORSEMENT It is agreed that this policy shall not be cancelled by the Insurance Carrier without first giving thirty (30) days prior written notice except for non-payment or if the insured elects to non-renew to: Collier County Board of County Commissioners All other terms and conditions remain the same. Packet Page-2024- 12/10/2013 16.E.8. Arm°RO® CERTIFICATE OF LIABILITY INSURANCE A01/25/2012 R 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(les) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: J.Smith Lanier&Company Na.. (770)476-1770 ate.Not (770)476-3651 11330 Lakefield Drive EMAIL Building 1;Suite 100 ADDRESS: Duluth,GA 30097 INSURER(S)AFFORDING COVERAGE NAIC S INSURER A': Zurich-American Insurance Company 16535 INSURED INSURER B:' Leasing Resources of America,inc.Alt.Emp:One Balance,Balance INSURER C • Professional 9280 Bay Plaza Boulevard Suite 715 INSURER n: Tampa,FL 33619 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:11FL109812912 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED-BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE NSRLIgWVD POLICY NUMBER POLICY EFF POLICY EXP I LIMITS rMMIDDIYYYYI fAAMIDDiYYYY1 GENERAL l:1AB11JT't' EACH OCCURRENCE $ -1 COMMERCIAL GENERAL LIABILI Y DAMAGE TO RENTED PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR -•MED EXP(My one parson) S PERSONAL&ADV INJURY S — GENERAL AGGREGATE S GENL AGGREGATE LIMIT APPLES PER: PRODUCTS-COMP/OP AGG S POLICY 1 PRa LOC I S AUTOMOBILE LIABILITY (FOM��EDDtSINGLE UNIT ANY AUTO BODILY INJURY(Per person) $ • ALL OWNED SCHEDULED BODILY INJURY(Per S _ AUTOS AUTOS accident) HIRED AUTOS AUTOSED PROP EtDAMAGE $) S UMBRELLA LIAR j OCCUR I EACH OCCURRENCE S • EXCESS LIAR �C:.AIMS-MADE - - AGGREGATE $ I DED I ' I RETENTIONS $ WORKERS COMPENSATION i X WC STAID- 0TH- AND EMPLOYERS'LIABILITY TORY I IMRS I FR ANYPROPUTB°E IPARTNER/EXECUTTVE Y/N N/A EL EACH ACCIDENT S 1,000.000 A OFFICER/MEMBER EXCLUDE'D7 WC 48-65-795-01 03/01/2011 03/01/2012 (Mandatory In NH) ! EL DISEASE-EA EMPLOY S 1,000,000 It yes,describe untie: DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT 5 1,000,000 Location Coverage Period: 03/01/2011 03/01/2012 Client# 64411 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD tat,Additional Remarks Schedule,if more apace is required) One Balance,Balance Professional Coverage is provided for 11921 Saraderienne Ln Ste 1 only those employees leased to but not Bonita Springs,FL 34135 subcontractors of: CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3327 Tasmania Trail East THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN - Naples,FL 34112 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORED REPRESENTATIVE I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name i ark Packet Page -2025- s of ACORD