Loading...
Agenda 12/11/2012 Item #16A2312/11/2012 Item 16.A.23. EXECUTIVE SUMMARY Recommendation to award Bid #13 -5995 for "SR 951 from the Mc Llevane Bridge to Jolley Bridge Landscape Maintenance" to Affordable Landscaping Service & Design, LLC. in the amount of $59,183.42. OBJECTIVE: To maintain approximately 2.85 miles of median landscaping and irrigation on SR 951 from the Mc Llevane Bridge to the Jolley Bridge. CONSIDERATIONS: On October 18, 2012, the Purchasing Department sent notices to 809 vendors for Bid #13 -5995. On November 2, 2012, six (6) bids were received and one was deemed non - responsive. The results of the bid tabulation are as follows: Vendor Base Bid Alternates Total Base + Alternates Affordable Landscaping Service & Design, LLC $47,148.12 $12,035.30 $59,183.42 Superior Landscaping & Lawn Service, Inc $57,637.80 $24,514.60 $82,152.40 Hannula Landscaping & Irrigation $73,204.07 $17,703.25 $90,907.32 Florida Land Maintenance, Inc $78,850.70 $15,344.01 $94,194.71 Ground Zero Landscaping $105,993.25 $44,004.00 $149,997.25 Leo Jr. Lawn & Irrigation Services, Inc. Non - Responsive Staff recommends awarding the base bid in the amount of $47,148.12 plus alternates in the amount of $12,035.30, to Affordable Landscaping Service and Design, LLC – the lowest qualified and responsive bidder. The base bid for SR 951 (Mc Llevane Bridge to Jolley Bridge) includes basic monthly services such as mowing, edging, weeding, trash removal, street cleaning, fertilizer and herbicide application. The alternates section of the bid addresses incidental shrub, tree, and palm plantings, staking of trees, irrigation services, and other additional services. Staff reviewed the response and determined that Affordable Landscaping Service & Design, LLC is the lowest, responsive, and qualified bidder. FISCAL IMPACT: The cost to obtain these contractual services is $59,183.42. A portion of the funds are available in the Landscape Fund (I 11) Cost Center 163803 for the maintenance of SR 951. A budget amendment is required from Fund (111) Cost Center 163855 in the amount of $20,000. 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. Packet Page -2361- 12/11/2012 Item 16.A.23. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: That the Board of Collier County Commissioners award Bid #13-5995 "SR 951 from the Mc Llevane Bridge to Jolley Bridge" to Affordable Landscaping Service & Design, LLC, authorize the Chairman to execute the attached contract after final review by the County Attorney and to approve all necessary budget amendments. All work under this contract will be performed through the use of standard County purchase orders. Prepared By: Liz Soriano Project Manager, Road Maintenance Department Attachment: 1) Purchasing Bid Tabulation and 2) Contract Packet Page -2362- 12/11/2012 Item 16.A.23. COLLIER COUNTY Board of County Commissioners Item Number: 16.A.23. Item Summary: Recommendation to award Bid #13 -5995 for "SR 951 from the Mc Llevane Bridge to Jolley Bridge Landscape Maintenance" to Affordable Landscaping Service & Design, LLC. in the amount of $59,183.42. Meeting Date: 12/11/2012 Prepared By Name: LulichPamela Title: Manager - Landscape Operations,Alternative Transpo 11/8/2012 2:49:43 PM Submitted by Title: Project Manager Name: SorianoLiz 11/8/2012 2:49:45 PM Approved By Name: LynchDiane Title: Administrative Assistant Date: 11/13/2012 1:13:46 PM Name: GossardTravis Title: Superintedent - Roads & Bridges,Transportation Eng Date: 11/13/2012 1:40:31 PM Name: BrilhartBrenda Title: Purchasing Agent,Purchasing & General Services Date: 11/13/2012 3:45:15 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 11/13/2012 3:58:26 PM Packet Page -2363- 12/11/2012 Item 16.A.23. Name: HerreraGloria Title: Management/Budget Analyst,Transportation Administr Date: 11/13/2012 4:05:57 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 11/14/2012 7:24:53 AM Name: ShueGene Date: 11/15/2012 9:03:55 AM Name: LynchDiane Title: Administrative Assistant Date: 11/19/2012 11:12:41 AM Name: LynchDiane Title: Administrative Assistant Date: 11/19/2012 11:13:11 AM Name: LulichPamela Title: Manager - Landscape Operations,Alternative Transpo Date: 11/21/2012 6:49:56 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 11/26/2012 9:52:05 AM Name: LynchDiane Title: Administrative Assistant Date: 11/26/2012 11:09:15 AM Name: KlatzkowJeff Title: County Attorney Date: 11 /26/2012 4:07:40 PM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 11/28/2012 10:35:21 AM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 11/28/2012 4:55:33 PM Packet Page -2364- 12/11/2012 Item 16.A.23. Packet Page -2365- N � 4 N 01 go z A 0 W � W b a 3 s 9 0 0 nF oZ mmaa" Z w° * *37; N p V N N t Y N+ W W V W D A W N+ W A W M b .. "� r ■ 'Z o 3 AF200 O o d N'°�y N d d T m: mn.iln G' o 0 N:.m n f)nmC1A 0 0 o d d ,ADCI C � W m A Nti.n 4� W T' �Na S W d m C A o y d �; m C oz? R �_o' 'o 3s0 g 3c d �b °am2� °�mmb�'.. Ab W �2JL',w .fin m a m333� :G'Q S m n 6 m.im Sr d vm m �m aC ? d c' ° ° N Z 0jmm Z W m m m a c C13 m m is A o N a�x = S d1 + N N + W N O1 A A+ W N+ N W O W N N N ONi NNN m m. MM55 mmmm mMM mmmmmmm�n -�f �F�� i a W AA sit p�m W W N N NN W tNI,N N W N tNI,NOO W W {p_5 p� N U O O S O O S O O 0 0 O 0 0 0 O U N m O r m m m N N N. N. N N NNNM M N N N '.N N N N N N N S ti N U + ++ W O O N O N N N O S S S O . W S S � N W O W O S S N N S S S: S O O O O O O S 0 O V 0 0 V 0 C W a R Niou, M 9O W m V 8 a fv N GGGG 0 0 co l.GGvv v O vv v000 ,+moo W o 1 °o vv8 �n N N N. N N M N M N N N : N N N M N M N N :.N N N N N N N V + 0 m N N W W N W A tm O lJ N A at O B O N O W W 0 0 S O 0 0 W W O O O O S N D O S NON S O . 0 O O 0 O O 0 0.89889 N O O G W O O O O W G 8 0 0 O O G O 0 0 A O C O 0 0 S O 0 r U U O O W + O m NN A S W+ W A � C Y 8'' w 8880° 8888 .888 8 °o °oe8888 8$8$$8 °° m M uYp it M M + NNNM N N N. N N N. N N N M N M N N N N N N N N. O y N W+ W N W + N 0 O MO.., A W U A A W W W W N N P WA N P O N N O N N 1Nm S N N W W U U O U 0 0 0 0 0 0 0 n 4;O z'xv o °v °v °o °o 0 °000v GGG . GOO o o +v GGGC °088 °°° O °° MMM MNNN MNNN MN 3 u S OO O O + W 0 ��O 0 iG r II S j N S S S S 80 0 0 N G G 0 0 G G 0 0 0 0 G 0 �, aNNO Its- NN C !O ,.'. M y U.'�. M �p O 0000 SSOS 8885 O OSS U OSS00800 NNNNN OOONOOU - .88S888S 000 .S '� m 6 A N N N M N N N. N N N M - M a � 6 OOH 88 0 0 0 0 0 G 88 � i, { _ tm O COOS 0 0 0 OSS O SLO O O 00000:00 0 0 0 0 0 CO m p M FjrM '% N MMMN NNN. N NNN ::NNN NNNNN - MMMNNNM '8N8W8, °000 oS °o °°886 r Packet Page -2365- N � 4 N 01 go z A 0 W � W b a 3 s 9 0 0 nF oZ mmaa" Z w° 12/11/2012 Item 16.A.23. �O Oc vWi p O D o'N c F• N £ coo° °o o � n c N A o x � �3 o ad =u SiC Ofa T »> � m m '� i y^ y^ W P °� =. 3 0 A .. v_i 3 � u 3 ;•°, b P w S y C W -O 3� m o ^ _ � ^ 6 R - � :. .. � T .. c c j _ _ d R? C: i �3 c ?m '- c m v =n n '" d 3 n 3 w` F m .'fD" 9° a °=a? m = a.` <n v - w w v b=_ c� >3 d n u b oo:v3= SL • m °°, y u p' b — b N N < -N� = - y u0i m 9 S x b b O y �^ e c O— IN x C _? b W b �_ o ° °i I^ - m = > �' <n.. > - v m °. ^ o a pa c ': '- ' v d ct m d m n °-° w 3" c c v O cl ., c �, A T > > d a M F > b P ° -' Fi d o 3 6 m 3 N 3 aW" =g„c �.o� O 2 y 2 N yy� W W tNn N W A N 76' iu L4 � 0 0 o D W N e W W W W r 2 N M M N N C z W N H R u W r N r V A_ a. O 0 0 0 N {7 W r O N O m M N M 3 n ° W N r D r N r O 0 G o O O W o N N IV IV o 0 W t 0 O O F M OrAi N C 2 -1 � = r N N N N N N N N N 1 O ° w t OI r r yyD � O O t O S S N O O r O a C 3 S N -7 fi W N r S S O S m N M M N N N M N i r a g M M M M M N N N C O S O O O O S S S m 6 N 0 W O N y o O O N♦ O fffy T. r N r tk N ] n8 u oo Packet Page -2366- N � m r V q. R. D m go 1 A O s m n a 3 H � m m a a 3 R b 2 x � O 8maz ft • W 'N m 12/11/2012 Item 16.A.23. Packet Page -2367- N � m r m F' m �o A O s 3 m m Wm W O 3 v 2 O Z O N m o zH G n ° u v? S m'Sw w m u p R F000 T� N A e'er °o'3� n y n0 -= =`` -•off A d d y9 nG1 °� =90� d d 3 ti °v n.mc$: o? 90 d 5'•a' m �N'O „ 3� 9' C R V R =� d -� w w Oo N y w N p = d S. d 6? 9 d y S y 6 9 S -. • a d W u 3 3 3 m m '^ _ 3 m !° N 2 m n 3 n n N< v A' 3 p •o< < x 3 '° ?? o 0 -^n $ = 3 d m` l ^ -�' E -<.�^, Q,. . �. d - ° K A; m' �' >>' v< m o < o n -» >S S~ •Z s o' A - - so' - v 9 v, 3 m° o_° R. O v d ry 3 F* v O N n m= O 3 O m m w ax�i L1 •� o' =� Gf m <On °• w 3 =w od d'� � 3 �-< W° .2 am =m 3 = v °? m =m` 3 � m Gt 3 ° - �. o _� nso d -dad - ' ='- 'vd3a;,'33`�0- =.333 dad- ;33 -' = 3 n SD n n _ v nwm ° N _ N< -ay =na o - _ - T N C N '=' o� E G1 < c n •w° w w :° a m � a° u m 3� u? O' � 3 j v 0� L1 w a O� -_ a W A' N C o° w sa cni v n a .42 'm - a m M < o- 3 m m f x w m h S E? m m j-, H n° w o o c P v_ ° `•° o N o P 3 N o m O x a o 3 a __ FD. 3 O C y C 2 w N �n w •a n P m o r o S O O S N m N N N N M a n y � ry A m y W O O S O S O 74 O C 2 y 0 0 0 G fA"1 N a a 3. a M M M N M N N y _ O _ 0 0 0 0 O O O O C 2 x Nc ° w 1 � r °o m M N M M N N y O � DI S O O O O O r y N iVli c ? S w 'OO N o W n m N M M 3 N W D S - N N M M N C O S O O S S S S O m N a M N M M M N N N O O O O 1D O O O N D O C 2 o Sao 0 o W N n m� M ....._....___._. -- .0 I Packet Page -2367- N � m r m F' m �o A O s 3 m m Wm W O 3 v 2 O Z O N m o zH 12/11/2012 Item 16.A.23. Packet Page -2368- N � m r m' A' d N �o a ir W 8 A y S W QW n 47 6 3 's 9 O n n<° 6pO ° ~~ ~00° _'� o > c�� d.d 333�3�� v_om'u ° S•c 'a ° ° o1°i au •• f EW Eo => � � v'm 3— °u °o°i ry n <e a Y v �i •-. '.`am Y 'W° 3 '<" ° ° p2. \^ m m ^ p °p me m m ry A m m � 3 �� oEn 3 3 �� RL c d d 3 a oo ti -I Si p 3 v v - Y a w W W N O O C O N .. o „o '•�° to C °� G 3 Im m m ^' m o$ 000- a W G1 L1 e y\„ f O D> D p AY o m_ N 3 O .•-_ nPp O DDOD G c O : a W gip% N F.'. ° O °' s F O �i " M � °o C v. °oo E p 2 o' � ° o G ry2 E : C me m — O y _ O� w _ 1[dJ]- - - Q ' • +ti m w m u m u m Y m Y m om n m m m v m m m m d w u m um om w m u m Y m om m v m Y m w m m w u m � m � m u m m m mw Y mm m m m m m w m ry m m w m w m u m C 2 M N«YO 4 . N N V y� �Y N YY�O N N N N O'�f�SO$..�� #�.':OSS O V• O O SO000 W W W m oo 000000 W W W CG W N GC O W SSOS !. N O OSSN000 N N �O,uu N pOSONtWliOA$ONONO + + + ++ O+ V W N N+ $N O OoG N N o8om tO� W^ N W T r RY MM ..MMM NNN NMMM„ N N N w„ NN MMNM N N NCO NMN «N N w„„MMMNNM mq � 0 �Q V- N 1 W N N O V N NW A N W+ N W NO.O 01 ONO W m tWl� N N ��OO ��OO OO N O W a) W A N+ N+ W W W N OO��O W► P+ W+ N N ++ A+ W N N ~ b S S W C o o C N O C G G O N N N o 0 O 0 0 C C G Np O o 0 0 0 O N C o C C O O C C C - S S S S S O O o O S S 0 0 0 S O S S O O S S O O O O O O O O O N S S O O O O S O 0 0 0 q w M yO S o O MM yy�� 0 0 m 0 O V ro N m O O v m OJ N N Nb A O ' 0 0 0� G O 0 0 0 0 0 0 O �O O O O 0 0 tbl� 0 S 0 0 0 0 0 0 0 0 t 0 0 0 0 0 0 O O O O N O O N 0 0 0 0 0 �" N N N „„„ « N N N w„„ N w M „ N N N w w„ M N N„„ N N N„„ N M N 3• $ Q n S N W O O O O m ro m m V Nb N N m 012, 0 0 0 0 0 0 0 0 0 0 0 0 0 `". G C °°°o O o C C G o0 O °oo S S O G o °0 O o G O O o G O o S O O S O S O 000000 o o C o 8888 0 0 p °0000 0 w A •� � N YSa M M M V tp N V N V V N „« z _ Y O )• O h �. $ b 0 000$goccc$g8S$$ 0 N 0 N W P oOi 0000 O N b N O W N tOi O 088000mo�oWO�BNooNB$HSoo8o8o8m N O W W N O _ ' 'r lY M N M „ „„ N w„ N O O' yy1O O W V N V N N V N V V W W N W A N W -+ O N O W (li O A O A b a W N O N OD W V O O N W N O S A N °i ppWW r. 3 O O O N .88 S E E N 8 8 8 8 8 8 N S E E S N S C GO S O S O S O S W S O S W SO $ W S O S N E O S N S o OO $ N S O 0 o G G O N S 0 o y >i N ^"s `t C T ' st M N N N M YO f�O f I$J N N „« N MMM N N N > t„J S N N 7 C V O ON 8 O O O ! ^• O ? +�+., N O 00 O N O G NJ o o N S G G S O IT C S O C L H O O G 4Wi N G O G VNi S O o 0+ 0 0 0 0 W O O G U O S N O o 0 '� r 0 cc 0 O O O S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o W 0 W V N O 0 0 V W 0 V 0 b G N O N V C N O C C 0 0 S O m MN;M M " -3uNMN MMMMMMMN MMM MNMM „«w w„N. N w w N w„ «„«w w„„ Y .688. 9891. N O U N °°o O N S S G O O S 8 8 8 °a 8 N °o °0 N O °0 O O °o N O O N O N N O O N S S o 0 0 8 8 8 °o °o °o °o °0 °0 °o MN« «NNN «N NN«N„N N w„„N NNMMMNNN C �wwMM rz N N O VNi °i W N O O N V• O N N ut S N N A N N W S S O O O O O O O O O O O O O+ O O N S S O O O O W N O N A N W N N N tWO� N N N O O 2 Q a 8 °O °a °O °o °0 °0 °0 °0$ 888 9 SEE. 88.5 °OS °oo °o °0$ °0899. ° °o °o °0 °08$$$ °0 °o m n MiY -MMN tM1iz,E� {:. NM M wM M MNMN ...... NNN ................ NM NM MM NN r O ySfi}) O 0 0 0 0 0 0 (� O O O O N N O N N m N N N N t U N W W O 0 0 O O 0 0 O O 0 N O O O O A N O S W O O b N O H OO��O O O O N N UWi N O N a 0 0 y~y r fYl ° O'O 4c $$ �,u��. 8 „��, $ O$ 88 81. S O 0 0 0 0 O S S O O O O O O S S S 8 Op 8 0 O O S S O O S S O Op 8 0 8 S o S S 8 8 S S S C -- A T O O N N N O O 0 0 8p N O N 9 C N O N O o N N O O tp V 0 0 bib �O 0 0 O N N O o N b o O O 0 N O 0 A A 0 0 N W N N W C O S O O O p fl 0 0 0 0 0 0 S 0 0 0 0 0 0 O 0 0 0 0 0 0 W. 0 0 W W 0 0 V p 0 N N O N W O O O O O O O N S N V O N 0 O G 0 0 G O 0 0 m r , „„ N « w N „ N N« N w „ M N MMM N N M M M M M N N M MNMM M M N N M M M MNMM a p , ° c� S O °o N N O oc O VNi o 0,'00' O N N N S O S O N N N N W �. N W La O O W W W+ N+ 0 0 0 0 0 W W 0 O O 0 0 O N 0 0 N N 0 N V N S 0 S O 0 0 O O "OO °o �'- -•t,,. 9.9.99 oao °o °o °oS °0° 99999 °o °o °o °o °o °0O °o °o °0 °0 °08 °0 0000 °o °o °O °O °o °o °o Packet Page -2368- N � m r m' A' d N �o a ir W 8 A y S W QW n 47 6 3 's 9 O n 12/11/2012 Item 16.A.23. Packet Page -2369- m3 mr m r+ s� a m 3 �m m� O 3 a z O So Zaa R o o m o m m S r a x 3 3 3 °1f mm a Ra m 2n si °� s I �nm a c 22 3 m m - Y a 5 ^ O z a y S O 01 y Q aa� m > > M Y C H A n pm m or a +� M 0 n n ra N O N C 2 y y a A S' n m mr � a w y °w e or O1 e r C 2 y a A A m = — y a' C 2 � a A n m 0 a r- i # A O r 3 a - 2 � a n m O ° a N M M y ° r 6 ♦ V O la q a iu O N r °a y, r C z 1 v A n m � a p °D Q r ° Packet Page -2369- m3 mr m r+ s� a m 3 �m m� O 3 a z O So Zaa 12/11/2012 Item 16.A.23. A G R E E M E N T 13-5995 for Jolley Bridge Landscape Maintenance THIS AGREEMENT is made and entered into this day of , 20—, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner') and Affordable Landscaping Service and Design, LLC authorized to do business in the State of Florida, whose business address is 658 Bald Eagle Drive, Marco Island, Florida 34145 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT: The contract shall be for a one (1) year period starting from the date of the Notice to Proceed. This contract shall have three (3) one (1) year renewals, renewable annually. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term 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 Landscape Grounds Maintenance for Collier County Government Alternative Transportation Modes Department in accordance with the terms and conditions of Bid #13 -5995 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 forty seven thousand one hundred forty eight dollars and twelve cents ($47,148.12) for base bid maintenance plus any additional services requested per unit prices set forth in Exhibit A — Bid Schedule attached hereto and incorporated herein by reference, subject to changes as approved in advance, in writing by the County. Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act ". 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. Page -1- Packet Page -2370- 12/11/2012 Item 16.A.23. 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e- mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Albert Benarroch Affordable Landscaping Services and Design LLC 658 Bald Eagle Drive Marco Island, FL 34145 Phone: (239) 389 -1468 Fax: (239) 389 -1434 All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Joanne Markiewicz Interim Purchasing /General Services Director Phone: 239 - 252 -8407 Fax: 239 - 252 -6480 The Contractor and the County may change the above mailing address at any time upon giving the other parry written notification. All notices under this Service Agreement must be in writing. 5. NO PARTNERSHIP: Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 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. 7. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, Page -2- Packet Page -2371- 12/11/2012 Item 16.A.23. or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty -four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 8. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE: The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, 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 $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 $1,000,000 for each accident. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification 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. 11. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and ally, liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees., ..,= Page -3- Packet Page -2372- 12/11/2012 Item 16.A.23. and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 11.1 The duty to defend under this Article 11 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, the Owner 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 8 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 12. PAYMENTS WITHHELD. Owner may decline to approve any invoice, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the 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, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. 13. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products /materials from specifications shall be approved in writing by Owner in advance. 14. CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 15. ADDITIONAL ITEMSISERVICES. Additional items and /or services may be added to this contract in accordance with the Purchasing Policy. Page -4- Packet Page -2373- 12/11/2012 Item 16.A.23. 16. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' ' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. 17. CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. MASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 19. WARRANTY. Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Aw Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 20.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. 21, TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full Page -5- Packet Page -2374- 12/11/2012 Item 16.A.23. responsibility therefore, pay all costs in connection therewith and furnish to the Owner the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Owner. 22. PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re- establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 23. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty -eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a written Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 24. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road and Bridge Maintenance Department. 25. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate, ITB No. 13 -5995 solicitation, Exhibit A — Bid Schedule and any addenda, etc, made or issued pursuant to this Agreement. 26. 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 Page -6- Packet Page -2375- 12/11/2012 Item 16.A.23. 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. 27. 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. 28. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. 29. 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. 30. 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. 31.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. 32. 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. 33. SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department 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 34. 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 Page -7- Packet Page -2376- 12/11/2012 Item 16.A.23. 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. 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. 35. 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 and /or the Contractor's Proposal, the Contract Documents shall take precedence. In the event of any conflict between the terms of the ITB and the Contractor's Proposal, the language in the ITB would take precedence. **** * * * **** * ******* *******Remainder of page intentionally left blank *** ********************** Page -8- Packet Page -2377- 12/11/2012 Item 16.A.23. 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. ATTEST: Dwight E. Brock, Clerk of Courts By: Dated: (Seal) Contractor First Witness Type /Print Witness Name Second Witness Type /Print Witness Name Approved as to form and legal sufficiency: Deputy County Attorney BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Fred W. Coyle, Chairman Affordable Landscaping Service and Design LLC By: Signature Typed Signature Title Page -9- Packet Page -2378- 12/11/2012 Item 16.A.23. EXHIBIT A — BID SCHEDULE Page -10- Packet Page -2379- m 0 t C to O [0 CA C J CO CL o. 12/11/2012 Item 16.A.23. Packet Page -2380- n O m N a id 0008880 t q q .q S q . ON 0008 !. .j ^ r.- O NSS . O O- . MOqNSSS 0MN M +00 —I Nf0V LO 0 O t0 m Q M r 10 Cl) r N M CO O 0 LO t` o M T H to fA f!i fppA ffp! ff! 64 ipR fR fPr fR fA Vp! ipN to ffl Ni EA ok !A ffl fa w 60 W tppo "l, W n n O O S 0 0 O S O S O O$ O 0$ 0$ N N Op N 88 O 8 8 aN%p. r a d�4 N Vl fNAW WiNA 1N9� �W�� � fA N � MfR ( pY to d N is N u9 w N w N_ N 4N fR M z Z Y 32 Y Y .L.. Y Y M w M w M W M W M W M W M w M W r M W M W M W M W M W M w M W CCf w Z z M W M W M W 3 O N N N NO CO N N r N It•J N 0 • CO M CQ l CO r C�{ r LO (14 M r, r O �t Cp M CO r e- Crn r C O M m � � Co . o Z p o N O a c LL C O LL 0 M 7 C l� N C� 06 N to C _ m Cm M b y E� v m Mm.c mQ c y Co W G y c a tM E 8_ > E MY �dMao a ^o! =� L6 c E c c E >� /5 M 0!J M u oCY CM c UO M E m NL <6 M o 7 MCV O`r U. u- CL 'E E LLZ = CO E Mom v > 3 zo = y �' Ci �•�� Co �` 0 tz °t Cz coo �o L �M'LE 0 N; d tiU• CAM L g v ac>S CT • c U2- ca pJ c a d f- o�2�w� tCp L d EM�O t� U' ''8 d d 11 fn CO C 2 E pp3�gLL20E ��► >, Cl 14 E�ywd � w CL -2Z 01'VM cva ocoo'311, � � >y'�trc5 —C •° ?j Y_ 05 EM 41 CD — C f O C E C '� fA =yc O— m M y C O Z Y M p 02 O Ch s O D lU G) r Q C Q O `c -��d�t a� a oV �M����ao a�°$E E�EgN W =-2z � M d v��cn�mC9F y :O d y y' S -cn «, mt�QC7UUm000 r 7 M W 7 0 0 0 �p N QU�Um fL6 0 0 !!� Cy �►-�aN 7 f0 Q1 O 41 O O 3 L r N M V 0 O P M OrN M ITuj CO rOr NNN NN IJ CO N ti N CO N Packet Page -2380- n O m N a id 8 C m C a V c 3 E Co c� d C m m C O 0 m m p c m m 0 m O C O m N � N `1 J M CL a 12/11/2012 Item 16.A.23. Packet Page -2381- O N a1 N 0. to, N gg0 tiN NON G OD aD tC cq cC tC J H � O d' F•' V4 W 19 d! N fR di fR 69 fA to � N N O N W U fV o 0& � to W3. fD fJ4 'C 69- 0: a z W W W W W W ri e••1 ei a-1 rl v ::. O Y m �I)• �. m C C M fa my o Ems:; L- E a v = •C C O C = r YJ ; yyC���OVOOO ¢ N M Vl _N O J } f9 N N° W Cr O 2 N a U d O fa f0 .�, tic d C C N 7 ° CL v O N m o 0 a c c c" Co 0 m 02 ai D `� v dC `m d 5 7 c t0 m ci m Cl «° L^ A w r��" uE m ��m� M M +- 7 >m m 'A E O W o m c iV m ~ V �j o` art T E> C C> c C ;n c c ra N 7 c ' w >~ o c c �• 0. tlD E A la 19 A m d m O w m 0 + r..._. a m m a m m v+ m ro d O OC w am d A e N m U w c: 2 'c° M „ « E? d m my C m v_i ro c� c t a aQ' � 10a o ? V V c w mod. m a �'QE A o �^g' o v o w �± sf- > - u c A ro= C7 l7 0" = rn > Z E S m m ar c >> c CA c ca ?' 3 c a a O a N y n A >ovii rais M 3 V. G u N c = W io 'n E o C h c -a 'd tiW O C C m 'C C ai m _rL° ; Ty o 10 'D m O O �•C i,; L N g G ii '> a� A 0 c c 1 5 r J E m W c W c c •� Q: r ui_ � E l9 w O ,N O c � y LL E p @ ` M o ~ O o L C t}��; L E u y E c c c ai a p 0 c ap c 0 •� 7 LL m d b r o o� n O O U C 1n a a U U C !j C V1 y !^ E N a0i 3 -Z d£ t L w E L 7 �' U U O N vi N p O d m m C 0 C 0 U O C �i L N A 3" O O r V al O) m m ro y CO oo m to y c A N d o, a, a, c c a o- ai c 'C l7 l7 Z (�d' W >dNO a � �c aT u �o 2_—. -- _ ._ ._. _. Wes-+Z > a >e1m �-1 N M et to M M i M M C L N 4) Q Packet Page -2381- O N a1 N 0. C g C N 79 0 O (7 of O) V m C cc N J V 0 OI m 0 3 01 V- 0 t AD OCO `0 10 � c N `1 J m 0 as Packet Page -2382- 12/11/2012 Item 16.A.23. O C7 0 C a N ti N F W N Ln N i°o a C z E- _. W W m W Q O M Ito M 0 c O u w ai. c@ d m x m .. m E in ;A 'O 2 V G al `-> i d E t0 u L e�°o O 3 CL 0 o a E a M O 00 �[ C ja m I E .i ° L C O �n O 'm M a LL o O m vmi '^ c« tko ° c u m vii A q m m> o w� vi d F- c c> a c a0, a A at, E d a A �4 E 2 M m 0 0 o C L y m c > m d 15 c C > a a) V1' �, al — .o � «. m ai is 0 i in xO a1 0 a v v 00 o-0 ►i v ° E- '° N t u v m v> o U c J > E a Z 2 m a > O U O E V a s fUA W �m ego " E m> d of U m t m m ai c c v m L > +r v m p o' CL a 2 ai ° to u> d o ra ._ —_ a Ln a v c u m T m m -j m o v v 0) > N 0 a d ++ m y a co = l �- F- m S u U 'Ma >- c F m m a l7 a u vi a c_o ai a ai M r- C9 L, A > — m 'a CU Ln a c d o C j E a v m; E 10 a° ai .' m c E m} m o N '' L Cu c U m a m y O m m E mm o > CL c c a O" c a u, a a c :. o ° d> v E M o° - R c d C �-c « o m C7 Cu c 2 E> c aa, ai 0 m 3 0 — as oa c "1u�> >a M a °v> >CL01L -�a�a° m0ac m m 00 M Packet Page -2382- 12/11/2012 Item 16.A.23. O C7 0 C a 0 M C C g N C C 7 41 QI C m c a U O w v m d 0 t m o Lm m (0 2 J m N CL a 12/11/2012 Item 16.A.23. Packet Page -2383- O IT m rn w CL N r LO LO � H V r N a 0. N z Z W W W Q 'O J — :: C vi O E O •H Y +m+ — C 1�0 C u gu fl E w c c N o o o E '^ V) c v ,,, 3 Y m w as .� to a a O U- O W awi m E > > it a .' m o CL m > `° O "m ? : o m = o ego m .° a _ awi _ C . 0 >. w O N> t`o v, �~ CL _U > �' m CSC O O O E� �- Y� J w � 3 -J 0J m G w Z l7 a O m— :. a o m J w ai .+ 3 E c M a E c m >. C9 w ,n 0 u a E m m u �o 3 ° 3 E w w c a t- v .0.°n C o P- ° O oo m E w 3 w t M U, E Y c ?? ;n n '�, w m w E w m No" `` a V. C om° j� u M� Z I (7 o 0 ' a U ¢� m m vi o c 3 > c. 2 E w d CL 30 .N w E d E d? C d M d _ aci m z ; a o w> eu C w Q! 61 '_^ > r R C V > �> M V > L M d ' d 07 O — a m E o .a m C; > c — 3 o d —@ �o m a m c — a m c a CA M -a ►- F- M m ., > to L c >, y, w M w c v �; d w w C CO A> A V 5 a } v a d a a v a > ? V CL 3 C7 W w ` C O m _3 w O> U -C m° F- a C m w E C L H W d O �-�� Q 'D >° �' H w p~ m i `�° c E 3> c O ° u w '0 E' � v> Y m 3o w° c > O u° om > a > 3 0 Cl) ai a a> > a s i'n tVO ?' v r °° c E° w o. d m ai '� `° ai > oco m c— R t r J ai 3 C m iy 2 •� 3 m m y awi a m y> c � M d m O a c v y `-° > a 3 H e l7 0 .°o T u ,� M V) a •a m r- E a d m c 0 v w m E w a� z c E o Y E> o z ,-c, E �w p> o �° c 1= ti 'ate m u w c+ �0 3 u a aci a ° tae m— m.a a c .. CC V) °.' c E �'o-0 —° v t o o'D in C a y N v U ai T of E v w m c u =° U ." >-± = 0 c m° G= p' N o c °�° c `' a w '�° e`o °� _ p p O °' c .�01. o 3— L; o d c. c eo u a c s y> m w w d E c m ;. E E D a m —° M o L' m c (D a a A m O �? a> a .E m u O Y> a (D u0i o ?? ro oco .ow_o m� N O a > a s n�i v m v a° M Packet Page -2383- O IT m rn w CL 8 C m G tll C C O m Of •O CG C > v w W rn m` m 0 0) rn N m m O L C to C w N N � 00 a. a. 12/11/2012 Item 16.A.23. Packet Page -2384- O W m a o g S 88 0 V-, U-I g Co � gS � a z •Z• W m W m W m W m W Q Y — d = m Y C OF Y O— C N 7 vNi Y L aL+ 3 �n N coo N p E '_' y L ILI U. O '� aWi 'N 3 �+- ° 'S W 01 E a > — N m = C j, S Y Y W L C = C >= Y aL+ W i M m f0 — m C: > f0 C ?' ° o y i j a v t� ?' . N O w V a l07 o c X C i J j T` > b0 Ol E O J m> > .N W' C ui ami aci « �. Y LL i a a E m ° a t? to E c m >a -� c7 S° m ar o• w oo Y m E l07 nc,su >a c WLu m N> ai m off op :^ � d c a c :^ _ 'N W E c c > .r ae S W� m a C U o a n d N u; p i w o tic a .O ,a o o o d � M o c to A CL > `� co ro E v E a ?'n m y m E y E U> a Z O u> m 'C - W C -p > m d 7 J O W— d0 E f0 ai C 2_ a m O 'O m Oi — C. m O W L CO �., a m .J J .3 m a n > > -° �' > A« i a 'C C Li 61 `vti > a « E v m C .G W E W '° W W 0 vl E W E W m W W 0 y tC 'u >= W E (7 CL — W O L W >• — '° '` ' C7 U 3 W a O m> S W m h- C. 3 M ` E 0> m > H° a 0 ;? N y o Lo u E v m a Gl d 0 "M T+ N W p~ �o W a U D t' 0. Oi 0 fi � m W m 3 — °; 00' V m y > W E a Cr. s = p00 m .I >' 3 a+ C > C W `1 — Y pm, > -J 3 W W C > C >W„ W V1 m r0 .0 - = - COO m m E O> a \ 1>O O C m m L X>- m W 3 y X = m m Y L 6 C O C M F- M 2— to U' LL U' u. m o l7 a >. '^ ai t7 a m >- >= ai L a 0 u 0 a ra H W L F- U '° '^ `m o 'co c a bq tc cd w u W vi C 'WO F- c C W '-° W o Z 0. v 'a Lm = 00 g 8 E 0 am+ W C +1 m 3 o w C "' a 3 0 o C ) e`o a 3 s °' v°i o ff o o C o a p U' fV0 o 0 p c a W 2 L a �o - N M-0 o m d u d 0. L N W C +-� O d L aa' W C"m+ t0 V N Y W Cl i• U >' w O. 'Q 000 l0 m a ° O L vi «+ d ° L O t vi W ~o 0 .� >. a+ W W aa`,�U, N O O 07 Z tooaw � ;a C, op A 2uoaa M °EE o M o W m �La a 0 a f0 F- o to O °_' M co N to L O O. > N F C7C ffap� a O y> a m V t7 t7 rl Vf V1 H > N � R Packet Page -2384- O W m a C L: N O O T CT m a) c A J V O CU CA L Co m O V- 0 O ca N c N J m Cn CL a- 12/11/2012 Item 16.A.23. Packet Page -2385- M O CD 0) CA l0 a 8C,8 gq. LO 0 6 In ID In o a0 to CV C3 10 CD 0 to t- M 0 M 0 r O t0 v O to 0) O M O O) O N O CD O N pp 8 gp to 00 O O Co O N C N N M �0 N CO - JQ N n N 0 N 0 N r r r R r in Co tp �- r r N M r N r r r r r N N M M Co M F Upp� Uilflffl Kb! dl H4H?VfW N�dlfA4H tRH fA<AE9 EF} VlfA KplAVM �W tM R KtN lS A IpO A VCo � S S S S °0 1 n S ° o LO to OON O O M pQOdO► Cq Co 04 M O CV M N Ml to M F- z Z 10 W to W W m W m W co W m W ro W 10 W Io W r0 W W Io W la W Ia W r0 W m W M W Ia W 10 W M W a W m W l0 W m W M W o W WA W /0 W W W Ia W 5 M W M W W ri e-1 ri e-1 rl ri e-1 ri ri ri a-# '.4 e-1 ri ri eH ri a-I eH r'1 e-1 ri ri rl ri r•I rl N ri e-1 H e-1 rl 1-1 Q Lo � a CrJ a LL\ LL U- LL Z 13 o 0 U- 0 0 (7 a Lfy l7 a O 3 3 00 3 oac�a���a �Oa o 3 0 \0I= LL (D WO \ a2' \�. CC: O O p O - �+ O t�1. O Q' O V' LL 40 ti O Q' O C7 LL LL Q l7 tL (9 Q a s °LO ,� lit Q Q Oay LL nab,, a �,0oQ � _ o ^�� 3 Q. �tO, uOOLL \C7 W. (D "- u\ - u� \c \u�aao0-1 o'� b00 OS 4 - +°0oi0'� b M E M E c \ (7 Q -W Q Q0�3 ai00 N W .�(7'� G u LL N\�` \ \boH\ \\$.- R \ V4 \ al W c I0 �- O O Q O O lD N • v1 CU N . N Q O Q N in O LL O Ll. :7 W al Ci0 Cu 00 N N A •. O O a. CCI \ a) d �' �.. E m CD O ry i-1 o to al ri l7 -Z •V' oo O �- y a Q¢ O O u d1 u u t 0 0 �o a Ce�•1 N N 00 \ r 4 \ _� O 16 J _ 00 o 0) ap A O O O ,Y„ N > u 3 7 r — (U L7 Y u Y u p O ri N 0i „o u M \\\ �••� E E r4 \\ l7 u- (7 L6 Jm '"'� -' _, N m - O ID -j O A tV rq cY r4 L Z Z r r m a! la fa \ d s N a O m 10 E E \ \�.,n .� r4 \\ \ \\ y a w d v a O= m m aui E E E a, Ioaa e0ia E E E \�. E E \\ E E E E m a, °J�r��- T 0� 'o-o "Ins c ~= c J-1C a a '' >'06� a ~..,aaa s m ,a ,o �o Raa 10 >> T T> 22i2•o Io A o...IJ m l0 a �' ` ° o ` °n `m �L o E c c c c m i0 m a a a a a a ar a s o ro `° O E E E c x x o u o u +� x �' x % } > 100 OM x 10 x ns x x l0 C1 0 R o 10 a '- a ro m la aco 10 oco e0 ra t t a+ 7 ( D• D mCoMaauuU- '^ a O d O O O O LLu- o O �oc�toF- O O i s t-333. M -0 In CD t uuuuuu n O O� O r 1 N tr1 of u1 CD mO n -- O 01 O n d o& N N M W eh N In to n o0 u1 OS In O O ri tD N CD tD CD C0 CD W CD W n n n n n n n n n n 00 Packet Page -2385- M O CD 0) CA l0 a r m O L l,CO CG O N Co C .d m N J 2 In as Packet Page -2386- 12/11/2012 Item 16.A.23. h O h a O 8 8 S S O S a O N O N O O O O O I li � JQ C 0 0 m m 6 6 Co Co O O ui G an 0 to to m u1 f" t0 N M N v N v N v n m N in O r.. IMO F� P N O1 O a ei in 44 6} to 49 44 41. 6-J, 44 44 to V! 68 fA 4g w 49 wlli&lvb. %a w 8 888�8p88 880° 888 8 8 8 (OG N M N R N R (Q N 1p CD ti N CCn Co Q. f9 H d! W f!i w Y1 es es Na N W /A t: z Co z W W W W W W W W W W W W W W W W (� rl -4 .-4 rl .i r1 rI r1 rl .-I rl r1 r1 r{ N a a Lv1 C L d M h N to o o to n o'o M 3 :: a, °gym Q o .� E ,� LL � ,� c '� c= E to a Ia Y a CL L a C a A L aI o o o N a O z Co 0 N e CL E a, v p x 0 0 0 0 E a iD m 61 a y 00 o 'C .O !C a f0 V O t M m v h ,�,, A m IC0 u1Of O x ya C a C 0 r► m C L Ol Q O OL C X° C C o C v > > m a ro M -i -t m ICV y 12 p E e=a a, = L y LA 1 C _ C ., ZD CL aw w %�� f0 m— E.o uv M U to C 0o C 00 L CL ai w D W °; t! C iN C 3 to O CL R 7� U u p L C C O C OC i0 E 0 0 0 fY0 IYO C c V m ar v a, Cu E d r. C h v► u c C d L V � �aUU C C C m°."0.,,° e100� u M u Q H0 0 `J° u E �' 7 00 m C oo C v a C 'p a` C p O .�.I to W C v v o 00 L L F- `` f- y f0 ` a1 a/ Q E Q �• C C C C IMO ICO ICO A Y d d to dp Y Y Y M Y y�j 1�/1 a I N N u 7 M M .a d E E O A fd E aJ — �' ` to to to +O+ NI a! CL a! 0= M cc u W Co L U Y In 'a V1 cc L IO J ti. r1 00 N 00 M 00 d' DD L/1 00 I LO 00 h 00 00 00 01 00 O M rl 01 N 01 M Ch V Ol to 01 t0 01 1� Q1 Packet Page -2386- 12/11/2012 Item 16.A.23. h O h a