Loading...
Backup Documents 05/14/2013 Item #16D 6ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TC a_ 6 T 06 HE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE . ISK :L;;:;,: Routed by Purchasing Department to Office Initials Date' *� the Following Addressee(s) (In routing order) May 14, 2013 (Initial) Applicable) 1. Risk Management Risk DD 22 Agenda Date Item was May 14, 2013 Agenda Item Number Ajlr3 2. County Attorney Office County Attorney Office 5I a� l3 3. BCC Office Board of County Number of Original 2 Attached Commissioners Documents Attached 4. Minutes and Records Clerk of Court's Office Solicitation / Contract I� 5. Return to Purchasing Department Purchasing NumberNendor Name Land Maintenance Contact: Diana DeLeon Office and all other parties except the BCC Chairman and the Clerk to the Board PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Evelyn Colon, Phone Number 252 -8375 Purchasing Staff May 14, 2013 (Initial) Applicable) Contact and Date Does the document require the chairman's original signature? DD Agenda Date Item was May 14, 2013 Agenda Item Number 16.D.6 Approved by the BCC provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. Type of Document Contract Number of Original 2 Attached signed by the Chairman, with the exception of most letters, must be reviewed and signed Documents Attached PO number or account N/A Solicitation / Contract 13 -6028 Commercial number if document is All handwritten strike - through and revisions have been initialed by the County Attorney's NumberNendor Name Land Maintenance to be recorded Office and all other parties except the BCC Chairman and the Clerk to the Board INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not' appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike - through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable 6. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's DD signature and initials are required. 7. In most cases (some contracts are an exception), an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney' Office has reviewed the changes, if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the IR BCC, all changes directed by the BCC have been made, and the document is ready for the @ Chairman's signature. •i MEMORANDUM Date: May 31, 2013 To: Diana DeLeon, Contract Technician Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #13 -6028: Lely golf Estates MSTU Roadway Grounds Maintenance Contractor: Florida Land Maintenance, Inc. d /b /a Commercial Land Maintenance Attached is an original copy of the contract referenced above, ( #16D6) approved by the Board of County Commissioners on Tuesday, May 14, 2013. The second original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please feel free to contact me at 252 -8411. Thank you. Attachment AGREE MEN T13 -6028 for Lely Golf Estates MSTU Roadway Grounds Maintenance THIS AGREEMENT is made and entered into this !L44-4day of , 2013, 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 Florida Land Maintenance, Inc., d /b /a Commercial Land Maintenance, authorized to do business in the State of Florida, whose business address is 3980 Exchange Avenue, FL 34104 (hereinafter referred to as the "Contractor "). WITNESSETH: COMMENCEMENT: The contract shall be for a one (1) year period, commencing on the date of the Notice to Proceed, with three (3) one (1) year renewal options. 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 Board of County Commissioners deemed one (1) firm to be qualified and awarded a Contract to one (1) firm. The Contractor will provide complete services for Lely Golf Estates MSTU Roadway Grounds Maintenance on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of Bid #13 -6028 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 eighty thousand two hundred forty two dollars and fifteen cents ($80,242.15) 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- 0 �J 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: Florida Land Maintenance, Inc. d /b /a Commercial Land Maintenance 3980 Exchange Avenue, Naples, FL 34104 239 - 643 -6205 Telephone 239 - 643 -5012 Fax Robert Kindelan, President 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 -8975 Fax: 239 - 252 -6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this 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, 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 Page -2- CA 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, $2,000,000 aggregate, for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non - Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $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 (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 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. 11. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Contractor/ shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to Page -3- `� 1606 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, 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 11 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 Application for Payment, 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 filing 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. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 13. SUBMITTALS AND SUBSTITUTIONS: Any substitution of products /materials from specifications shall be approved in writing by Owner in advance. 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. Page -4- �o 15. ADDITIONAL ITEMS /SERVICES: Additional items and /or services may be added to this contract in accordance with Purchasing Policy. 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. 18.ASSIGNMENT: Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 19. 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. 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. Page -5- 0 •1• 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 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 Change 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 Alternative Transportation Modes Department. 25. COMPONENT PARTS OF THIS CONTRACT: This Contract consists of the attached or referenced component parts, including Exhibits A through E, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate, Bid No. 13 -6028, 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 Page -6- CA 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. 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 Page -7- CA ow 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, Florida Statutes. 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- 9 1606 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: Dwi ht �h,�Brork, Clerk of CourtsC ' Dated: airman's �'tii y,��.�� r •�Iv Mt Witness i"�A2.v} �I6S1 Type/Print Witness Name Second Witness Type /Print Witness Name Approved as to form and legal sufficiency: r Assistant Co my Att rney BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA �•��i1'!F ter: . , .... . - -- - r Vl� IL Florida Land Maintenance, Inc., d /b /a Commercial Land Maintenance C By: / Ile V4 Signature 7- A Typed Signature Title Page -9- (±Cro# I Ulb6 f:Y nn.7 111 a 41�( PooF'ie�'d Proj. Mgr.: Darryl Richard Exhibit A Bid 13.6028 Lely Golf Estates MSTU Roadway Grounds Maintenance 1606 Florida land MainteMM'M 1f1c. d /bla Commercial Land Maintenance 3980 Exct e Bid Schedule 13 -6028 Naples FL 34104 Lely Golf Estates MSTU Roadway Grounds Maintenance 239- 643 -6205 (LANE CLOSURE - Maintenance of Traffic to be included in unit pricing) ALL LINE ITEMS MUST BE QUOTED TO CONSIDER BID RESPONSIVE DESCRIPTION QTY UNIT UNIT PRICE TOTAL SECTION I: BASIC MAINTENANCE FUNCTIONS - AREA 1 AND 2: 1 Weedinq 52 Ea $ 400.00 $20,800, 2 General Site Prunin 52 Ea - 200.00 $10.400.O 3 Weekly Irrigation Systems Re uirements 52 Ea $ 100.00 5 200. 4 Trash Removal 52 Ea $ 50.001 $2.600.00 5 Street Cleanin 52 Ea $ 50.00 $2 600.0 6 Mowing & EcIckinx Side of Right of Way 52 Ea 10.00 $520.00 7 Mowin & Ed in : Medians Only 52 Ea $ 25.00 $1 300.0 SECTION 11: SITE SPECIFIC MAINTENANCE FUNCTIONS FOR WORK AREA 1 AND 2: CANOPY TREE PRUNING Canopy Trees: •Aril - September) 8 Trees 95 Ea 0.01 $0.9 5 PALM PRUNING Palms: - June - October 9 Cabba a /Sebal Palms 95 Ea 15.00 $1.425.00 10 Washin ton Palms 341 Ea $ 18.00 $612.0 FERTILIZATION (County will supply granular fertilizer ) Turf, Groundcover, Shrubs & Trees 10 8- 2.12.180 Three times a r.; Unit Price per bag) 84 Ea 5.00 $420.0 0 11 0-0-22 SPM S Po-Maq. one time a yr. Unit Price per bag) 12 Ea 5.00 $60.00 12 14- 14 -14 -90 Three times a r.• Unit price per bag) 18 Ea $ 5.00 $90.00 13 20 -20 -20 Two times a r.• Unit Price per lb.) 216 Ea 1.D0 $216.00 ORNAMENTAL SPRAYING 14 Groundcover, Shrubs & Trees: Insecticides 12 Es $ 500.00 DC 15 Groundcover. Shrubs & Trees: Fungicides 12 Ea 25.00 16 Groundcover and Shrub Beds and Mulched Areas: Herbicides 2 Ea $ 25.00 E$200.00 17 Turf: insecticides 6 Ea 100.00 18 Turf: Fungicides 4 Ea 50.00 19 Ferromec AC 15 -0-0 plus 6% Iron 3% sulfur 6 Ea $ 25.00 $150.00 MULCHING 20 Organic Application Calculated 44,639 SF coverage, 2" mulch 2 cu. ft. bas 3.7201 Ea I $ 0.50 $1,860.00 21 Pressure Cleaning Brick Pavers 2,435 S.F.) 1 Ea _ $ 25.00 $25.00 TOTAL BASE 81 AA !Plantin Services These servioss shall be activated in the event that damaged or dead plant material requires replacement and /or landscape areas require minor renovations. Quotes reque for items, under this Section generally shall be for small; quantities. The Contractor shall bid Installed Unit. prices which shall include materials and labor required for the installation, MOT, initial watering and establishment hand watering (provided the irrigation system is not providing proper coverage), mulch, removal and disposal fee (if applicable)of existing plant material and a one year warranty on all new materials. Two bubblers per tree / palm shall be included in price. All plant material provided shall b Florida #1 or better as specified by the Department of Agriculture's "Grades and Standards for Nursery Plants" Volumes 1 & II latest edition." Plants 1 Gallon Container 22 Plumbackc, 1 Ea $ 13.00 8.00 23 Coontie 1 Ea 8.00 $ 8.00 24 Crown of thorn 1 Ea $ 8.00 $ 8.00 25 Juni er'Parsonil' 1 Ea $ 8.00 $ 8.00 26 Bou ainvilleo'Helen Johnson' 1 Ea $ 8.00 8.00 27 Green island ficus 1 Ea $ 8.00 $ 8.00 28 Lirio e'Evergreen giant' 1 Ea $ 8.00 $ 8.00 29 Muhly press 1 Ea $ 8.00 $ 8.D0 30 Ground Orchids 1 Ea 8.00 8.00 31 Crown of Thorn 1 1 Ea $ 8.001 $ 8.00 32 Asianjasmine'Minima' 1 Ea $ 8.001 $ 6.00 33 Bou ainvillea'Silhouelle' 1 Ea $ 8.001 $ 8.00 34 113iq Rose 1 Ea $ 8.00 $ 8.00 35 1 Ilex 'Scheilin s dwarf 1 Es $ 8.00 $ 8.00 13 Gallon Container 36 1 Dwarf Firebush 1 Ea $ 15.00 $ 15.00 37 jThry.Ifis 1 Ea $ 15.00 $ 15.00 37 Bou ainvillea'silhouette' 1 Ea $ 15.00 5. 0 Page 1 of 5 11Ce Inc. Florida Lan a dlbla Commercial Lae A enu te nance X80 E r--.9 Company N Nap es 230- 643 -6205 CA0 Proj. Mgr.: Darryl Richard Bid 13 -6028 Lely Golf Estates MSTU Roadway Grounds Maintenance Florida Land Mail, 13 6 d /b /a Commercial Land Maintenance .M0 Fxchanoe Avenue Bid Schedule 13.6028 Naples FL 3410 Lely Golf Estates MSTU Roadway Grounds Maintenance 239 - 643 -6205 (LANE CLOSURE - Maintenance of Traffic to be included in unit pricing) Allamanda Hendersonii Dwarf 1 Ea $ 15.00 $ 15.00 Bou ainvillea'Helen Johnson' 1 Ea $ 15.00 $ 15.00 r38 Ixora'Nora Grant' 1 Ea 15.00 15.00 Indian Hawthorne 1 Ea $ 15.00 15.00 Juni er'Parsone 1 Ea $ 15.00 $ 15.00 Varie ated arboricola'Trine(le' 1 Ea $ 15.00 $ 15.00 41 Dwarf bou ainvillea 1 Ea 15.00 15.00 41 Ground orchids 1 Ea $ 25.00 $ 25.00 42 Plumbs o 1 Ea $ 15.00 $ 15.00 42 Saw Palmetto 1 Ea $ 25.00 $ 25.00 43 Ilex'Schellin s dwarf 1 Ea 15.00 15.00 43 Indian hawthorne'Alba' while 1 Ea $ 15.00 $ 15.00 44 Crown of Thorn 1 Ea $ 15.00 $ 15.00 44 Dwarf Ixora 1 Ea $ 15.001 $ 15.00 45 Zanadu 1 Ea $ 15.00 $ 15.00 10 Gallon Container 46 113.ttlebu.h 'Red cluster 1 Ea $ 50.00 $ 50.00 47 Cardboard Palm 1 Ea 50.00 50.00 48 1C.ttl.v Guava 1 Ea $ 50.00 $ 50.00 49 1 Crinum Lit, Ea $ 50.00 50.00 50 I Crepe Myrtle 1 Ea $ 50.00 $ 50.00 51 lHibiacus Standard 1 Ea 50.00 $ 50.00 52 Jamaican Caper 1 Ea $ 50.00 $ 50.00 53 Li uslrum 1 Ea 50.00 50.00 54 M rsine 1 Ea $ 50.00 50.00 55 Silver Buttonwood 1 Ea $ 50.00 $ 50.00 56 Simpson or Spanish Stopper 1 Ea 50600 $ 50.00 57 Saba[ mionor 1 Ea $ 50.00 50.00 58 Varie aced Pi(los ovum 1 Ea $ 50.00 $ 50.00 15 Gallon Container 59 Red Ma le 1 Ea $ 60.00 $ 60.00 60 Black Olive 'Shady Lad 1 Ea $ 60.00 $ 60.00 61 Floss Silk Tree 1 Ea $ 60.00 $ 60.00 62 lY.Ilo. Poinciana 1 Ea 60.00 60.00 63 Bald Cypress 1 Ea $ 60.00 60.00 64 Hong Kong Orchid 1 Ea $ 60.00 $ 60.00 25 Gallon Container i 65 Bottlebrush'Red Cluster 1 Ea 110.00 110.00 66 Silver Buttonwood 1 Ea $ 110.00 110.00 67 Crepe M rite 1 Ea $ 110.00 $ 110.00 68 Dahoon Holly 1 Ea 110.00 110.00 69 Holy 'East Palatka 1 Ea $ 110.00 $ 110.00 70 Foxtail Palm 1 Ea 110.001 $ 110.00 71 Li ustrum 1 Ea 110.00 S 110.00 72 Live Oak 1 Ea $ 110.00 $ 110.00 73 Magnolia 1 Ea $ 110.00 $ 110.00 74 Red Maple 1 Ea $ 110600 $ 110.00 75 Tabebuia'I e' 1 Ea 110.00 $ 110.00 76 lWax Myrtle 1 Ea 110.00 $ 110.00 77 Orchid Tree While 1 Ea $ 110.00 $ 110.00 45 Gallon Container 78 Silver Buttonwood 1 Ea $ 140.00 $ 140.00 79 Crepe Myrtle 1 Ea 140.00 $ 140.00 80 Dahoon Holly 1 Ea $ 140.00 $ 140.00 81 Holly' ast Palatka' 1 Ea 140.00 140.00 62 1 Foxtail Palm 1 Ea $ 140.00 140.00 83 Li ustrum 1 Ea 140.00 $ 140.00 84 Live Oak 1 Ea $ 140.00 $ 140.00 85 Ma nolia 1 Ea $ 140.00 $ 140.00 86 Red Ma le 1 Ea $ 140.00 $ 140.00 87 Tabebula'I e' 1 Ea $ 140.00 $ 140.00 88 89 Wax Myrtle Orchid Tree (White) 1 1 Ea Ea $ 14000 $ 140.00 $ 140.00 $ 140.00 66 Gallon Container Page 2 of 5 Florida Lan alntenance, Inc. d /b /a Commercial Land Maintenance 3980 Exchange Avenue Company Name! _N a*5 F6 34 W4 ��239 -643 -6205 Cq�� Proj. Mgr.: Darryl Richard Bid 13 -6028 16 �DAI�fIM p3 Lely Golf Estates MSTU Roadway Grounds Maintenance Bid Schedule 13 -6028 Lely Golf Estates MSTU Roadway Grounds Maintenance (LANE CLOSURE • Maintenance of Traffic to be included in unit pricing) 90 Silver Buttonwood 1 Ea $ 175.00 $ 175.00 91 Crepe M rile 1 Ea $ 325.00 $ 325.00 92 Dahoon Holl 1 Ea $ 325.00 $ 325.00 93 Holl 'East Palatka' 1 Ea $ 325.00 $ 325.00 94 Foxtail Palm 1 Ea $ 175.00 $ 175.00 95 Li strum 1 Ea $ 325.00 $ 325.00 96 Live Oak 1 1 Ea 175.00 1 $ 175.00 97 Ma nolie'DD Blanchard 1 Ea 175.00 175.00 98 Ma nolia'Lillle Gem' 1 Ea $ 175.00 $ 175.00 99 Shady ady Black Olive 1 Ea $ 175.00 $ 175.00 100 Rain Tree 1 Ea 175.00 175.00 101 Tabebuia'I e' 1 Ea 325.00 $ 325.00 102 Wax Myrtle 1 Ea 75.00 $ 75.00 103 Bald Cypress 1 Ea $ 175.00 175.00 104 Hong Kong Orchid 1 Ea $ 175.001 $ 175.00 105 Orchid Tree While 1 Ea $ 175.00 $ 175.00 Various Sizes i 106 Live Oak 100 gat. 1 Ea 450.00 $ 450.00 107 Live Oak 200 nal. 1 Ea $ 500.00 $ 500.00 108 1 Live Oak 300 gal. 1 Ea $ 600.00 $ 600.00 109 Hon Kon Orchid / 10 -12' 1 Ea $ 125.00 125.00 110 Hon Kona Orchid / 14' -20' OA i Ea $ 200.00 $ 200.00 111 Hon Kona Orchid 116-36 OA 1 Ea $ 250.00 250.00 112 Alexander Palm / B' -10' OA 1 Ea $ 125.00 125.00 113 Alexander Palm 110' -16' OA 1 Ea 400.00 400.00 114 Coconut Palm / 10' -15' GW 1 Ea $ 250.00 250.00 115 Coconut Palm ! Larger sizes cost per foot of wood 1 Ea $ 100,001s 100.00 116 JFcxt.il Palm / FG 8' -10' 1 Ea 125.00 125.00 117 Foxtail Palm / FG 10' -15 OA 1 Ea 450.00 $ 450.00 118 Foxtail Palm / Larger sizes cost per foot of wood 1 Ea $ 50.00 $ 50.00 119 Royal Palm / 7' -10' GW 1 Ea 400.00 $ 400.00 120 Royal Palm / 12' -16' GW 1 Ea $ 1300.00 $ 800.00 121 Royal Palm / Larger sizes cost per foot of wood 1 Ea $ 75.00 $ 75.00 122 Sabal Palm IF 10' -18' oA 1 Ea $ 300.001 $ 300.00 123 Thatch Palm / 6' • 8' oA 1 Ea $ 350.001 $ 350.00 124 Thatch Palm / Larger sizes cost per fool of wood 1 Ea $ 50.001 $ 50.00 125 Wax Myrtle / 10' OA I 1 Ea $ 50.00 50.00 126 Wax M rile / 12' OA 1 Ea 65.00 $ 65.00 127 Wax Myrtle / 14' OA 1 Ea $ 70.00 $ 70.00 128 Crepe Myrtle 'Musko ee' 1 8'- 10' OA 1 Ea $ 125.00 $ 125.00 129 Crepe Myrtle 'Musko ee' 1 10' - 14' OA 1 Ea 400.00 400.00 130 Cra e Myrtle 'Natchez' / 8' -10' OA 1 Ea $ 125.00 $ 125.00 131 1Cr.P. Myrtle 'Nalchez' ! 10'- 14' OA 1 Ea $ 400.00 400.00 132 Cra e M rtle'Tuscarora' /8' -10' OA 1 Ea $ 125.00 $ 125.00 133 Crepe Myrtle 'Tuscarora' 1 10' - 14' OA 1 Ea 400.00 400.00 134 Ma nolla'DD Blanchard' / 100 gal, 1 Ea $ 400.00 400.00 135 Ma nolie'Liltle Gem'/ 100 al. 1 Ea $ 400.00 $ 400.00 136 Shady Lady Black Olive 110'- 18'OA 1 Ea $ 200.00 200.00 137 Shadv Lady Black Olive 116 -20'OA 1 Ea $ 300.00 $ 300.00 138 Bald Cypress / 100 al. 1 Ea $ 400.00 $ 400.00 Tree Sizes • Specifications to match existing 139 Qercus vir iniana: Live Oak' 100 gal., 14' -18' hl. 6' s r. 4" cal. 1 Ea $ 450.00 $ 450.00 140 Bucida buceras; 'Shad Lady' Black Olive: 100 gal., 14' -18' hl. ; 3.5" cal. 1 Ea $ 30D.00 $ 300.00 141 Tabebuia ch sanlha; Yellow Trumpet Tree%45 gal. 10' -12' 5' s r. 3,5" cal. 1 Ea $ 400.00 $ 400.00 142 Tabebuia caraiba•Silver Trumpet Tree; 45 al.lU -12' 5' s r. 3.5" cal. 1 Ea 400.00 400,00 143 Tibouchine ranulose�Pur le Glory Bush 25 al.8' oa. ht. 1 Ea $ 300.00 $ 300.00 144 hatroph. intererrima'Jatro ha25 al. 7' hl. 5' s r. multi -trunk 1 Ea $ 300.00 $ 300,00 145 Tabebuiaim ati inosajabebuja'i e';65 a1.712' -14' 5's r. 3.5" cal. 1 Ea I $ 400.00 $ 400.00 146 Lagers romia s eciosa;Queens' Cra e M le: 45 al. •12' -14' ht. 5' s r. 3" cal. 1 Ea $ 400.00 147 Ilex cassine;Dahoon Holl 45 al. 12' -14' ht. 4' s r. 3" cal. 1 Ea 325.00 148 Calo h llum brasiliense'Brazil- Beaut leaf' 45 al.12' -14' ht. 4' s r. 3" cal. 1 Ea 325.00 149 Ro stonea elata; Florida Ro al Palm; 10' ra Wd. 1 Ea $ 600.00 U$400.00 150 Pl chos erma ele an% Alexander Palm: 10' c.t. hl. 1 Ea $ 400.00 151 Sabal almetW Cabba a Palm' 15'- 18' c.t. ht. 1 Ea 300.00 Page 3 of 5 Florida Land Maintenance, Inc. dlbla Commercial La A venue Maintenance CompanyIAQ Exchange Naples 239 =643 =6205 Prof. Mgr.. Dartyl Richard Bid 13 -6026 16 D 6--u. #3 Lely Golf Estates MSTU Roadway Grounds Maintenance Bid Schedule 13.6028 Lely Golf Estates MSTU Roadway Grounds Maintenance (LANE CLOSURE - Maintenance of Traffic to be Included in unit pricing) 152 Acoelorrhaphe wri hliL Paurotis� F.G 12'x 12' ht. / s r. 1 Ea $ 400.00 $ 400.00 153 Wod etia bifurrale; Foxlail Palm; F.G. 14 -16' oa. ht. 1 Ea $ 450.00 $ 450.00 154 Thrinax radiate; Florida Thatch Palm; F. G. 5' oa. hl. 1 Ea $ 350.00 350.00 155 Phoenix roebelenii; Pygmy Date; F.G. 5'- 6' hl. triple 1 Ea $ 150.00 $ 150.00 SUBTOTAL $23,282.0 General Services 156 Irrigation Supervisor (per man hour): 1 Hr. $ 65.00 $ 65.00 157 Irrigation Technician (per man hour): 1 Hr. $ 65.00 $ 65.00 158 Laborer/Helper (per man hour): 1 Hr. $ 55.00 $ 55.00 159 Irri ation System Review* Unit Per hour 1 Hr. 25.00 IS 25.00 160 Staking of Small Palm 4 "-&" Cali er 1 Ea 70.00 $ 70.00 161 Stakinq Ler a Palms (Caliper greater than 6" 1 Ea $ 90.00 $ 90.00 162 opy Tree 2x2 posts and guy wire 4 "-6" caliper) 1 Ea $ 70.00 $ 70.00 163 Staking Large Canopy Tree 2x4 posts, greater than 6" caliper) 1 Ea $ 90.00 $ 90.00 164 Restanding and Stakino Small Palm 4 " -6" Caliper) 1 Ea $ 200.00 $ 200.00 165 Restanding and Staking Large Palms (Caliper greater than 6" 1 Ea $ 225.00 $ 225.00 166 Restanding and Staking Small Canopy Tree 2x2 posts and guy wire 4 "-6" tali er 1 Ea 200.00 200.00 167 Restakino Large Canopy Tree 2x4 posts, greater than 6" tali er 1 Ea $ 90.001 $ 90.00 168 1 Mowino and Ed in 7 Unit S . Ft. 1 Ea $ 0.10 $ 0.10 169 Weedin Hand removal and handsprayed herbicide • Unit S . Ft. 1 Ea 0.10 0.10 170 Pruning Removal and delivery of debris to landfill site): Unit per Hr. 1 Hr. 65.00 $ 65.00 171 Fertilization Labor for broadcasting 50 lb. Beg): Unit per bag 1 Ea $ 5.00 $ 5.00 172 Mulch Application Labor for applying 2 cu.ft. bags); Unit per bag 1 Ea $ 1.00 1.00 173 Trash Pick-up and Removal (Sagging and disposal to a landfill of trash from - $ 174 landscape areas and on -site containers); Unit Per Hr. 1 Hr. $ 65.00 $ 65.00 175 ITruck Operator Class B or higher current State of Florida Driver License): Unit per hr. 1 Hr. 50.00 $ 50.00 176 Stump Grinder and Operator; Unit per Hr. 1 Hr. $ 50.00 50.00 177 Bobcat and Operator, Unit per Hr. 1 Hr. $ 50.00 $ 50.00 SUBTOTAL $1531.20 0 w w ,N. t € = = TOTAL BI►SE BID 3,1{LTERNA 1 t 584:2921.. 178 MATERIALS COST PLUS; Materials cost plus mark -up cannot exceed twenty -five percent (25 %). The percentage does not affect the bid but will not be awarded to the bidder who omits or exceeds the allowable limit. ENTER % PERCENT IN BOX - _25-% 179 Estimated Total Man -Hours to Perform Required Services . a Ai TOTAL MEN Crew Size TO PERFORM SERVICES (Minimum one 6person crew required per week) Per Week 6 Annual (52) 312 180 ESTIMATED TOTAL MAN- HOURS TO PERFORM REQUIRED SERVICES (The contractor shall submit the amount of man -hours that they intend to provide to this Contract on a weekly basis) Hours per wee - - 7 Crew size (Personnel on Site ^6 Man Hour -42 ualtficatlons Yes No 1 The successful bidder must have a minimum of ten (10) years experience In right orway median landscal and Irrigation maintenance. This experience must include projects of like size and complexity for each service listed. e es - 2 The successful bidder must have a minimum of five (5) years specific experience with Motorola Initiation Control Systems maintenance. Contractor is to provide a list of projects with Motorola Control Systems maintained within the last five (5) years with bid submittal. es 3 The successful bidder must have a minimum of five (5) years experience with providing Maintenance of Traffic (MOT). Contractor is to provide a copy of MOT Training Certificate and list of projects whereby M was provided within the last five (5) years with bid submittal. T es 4 The successful bidder must provide a copy of Landscape Contractor's and Irrigation Contractor's Licens or Unlimited Landscape Contractor's License in Collier County with bid submittal. es - 6 The successful bidder must provide a list of equipment to be used by the company as per this bid. This Ii of equipment must be submitted with the bid submittal t es Florida Land Maintenance, Inc. dfbla Commercial Land Maintenance 3980 Exchang e Avenue Page 4 of 5 company je5Cl 34104 239- 643 -6205 �Dr 1606 P. q, MV, Darryl Richard Bid 13-6028 ADDENDUM #3 Lely Golf Estates MSTU Roadway Grounds Maintenance Bid Schedule 13-6028 Lely Golf Estates MSTU Roadway Grounds Maintenance (LANE CLOSURE . Maintenance of Traffic to be Included in unit pricing) — - - — — __ - ___ - - The successful bidder must provide documentation of minimum ten (10) years prior experience In Media and Right of Way roadway landscape grounds maintenance within the South Florida roadways (to be defined as the following Counties: Collier, Lee, Broward, Miami-Dade and West Palm Beach). Such documentation shall be submitted With bid submittal and Include but not limited to: a. Project description and work specifications b. Time of performance c. Names and telephone numbers of individual references familiar with Bidder's project performance and area Included In scope of work, d. Dollar amount of contract or project. I es . . .. . ........................ .. ......... . .. . . . . ........ ...... ...... . . ................ . . . . .. ... .. .......... . — ----------- --------------- # ............. ... . Vl(pda Lcatid Lail A"O"Li Hance offi e la 39 0 F, ,(changc VU 34104 Page 5 of 5 1-606 -.' 1 ACi RO CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) E5/21/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brown & Brown Of Florida, Inc. 999 Vanderbilt Beach Road Naples FL 34108 CONTACT NAME: PHONE FAX - IC N xt 262-5143 A/C No E-MAIL ADOREss: r n I INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:ECCI Ins rance QQmpany 11257 Y INSURED COMME -2 INSURER B:F CI Commercial Insurance Comp /1/2012 INSURER C:N io I Trust Insurance EACH OCCURRENCE Florida Land Maintenance dba INSURERD:North River Ins. Co. Commercial Land Maintenance wsuRER E : 3980 Exchange Avenue Naples FL 34104 INSURER F : T!=!r ATC h11111ARFLJ• h G -A A(1GA RCVIJIVIV IYUIVI -N. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED. NOTWITHSTANDING ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CERTIFICATE MAY BE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM /DD /YYYY POLICY EXP MM /DD /YYYY LIMITS B GENERAL LIABILITY Y Y L00074085 /1/2012 /1/2013 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $300,000 MED EXP (Any one person) $10,000 CLAIMS -MADE a OCCUR PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $2,000,000 $ POLICY PRO LOC JECT C AUTOMOBILE LIABILITY CA00112225 /1/2012 /1/2013 MBINED SINGLE LIMIT Ea accident $1,000,00_0_ BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS NON -OWNED I PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS _Per acndeM _ _ ) - $ (f D X UMBRELLA LIAR X OCCUR 5811006078 7/112012 7/1/2013 EACH OCCURRENCE 55,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $10,000,000 DID X RETENTION$0 $ A WORKERS COMPENSATION Y 001WC13A63317 1/1/2013 /1/2014 X STATU OR E.L. EACH ACCIDENT $1,000,000 AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR /PARTNER /EXECUTIVE E.L. DISEASE - EA EMPLOYEE $1,000,000 OFFICER /MEMBER EXCLUDED? ❑ NIA (Mandatory in NH) E.L. DISEASE - POLICY LIMIT $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION Or OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Landscaping Contractor General Liability: Additional Insured status per form # CGL026 (11 -08) - Additional Insured - Owners,Lessees, or Contractors - Automatic Stateus when required under a written agreement with you. Waiver of Subrogation applies when required under written contract per form # CGL004 (11 -08) General Liability Advantage Endorsement. Workers Compensation includes Blanket Waiver of Subrogation per form #WC000313. Contract — #13 -6028 Lei Golf Estates MSTU Roadway Grounds Maintenance r`C0TICIr`ATC Uni nr=D Collier County Board of County Commissioners 3327 Tamiami Trail East Naples FL 34112 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE U 1988 -2U1 U AUUKU LuKF0KAT ION. All rlgnLs reserve ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD .1s COMMERCIAL GENERAL LIABILITY CGL 026 (11 08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - LIABILITY FOR ACTIONS OF NAMED INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. Section II - Who is an Insured is amended to include as an insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an insured but only with respect to your negligent actions, which cause liability to be imposed on such person or organization without fault on the part of said person or organization, caused by "your work" performed for that insured. All policy exclusions relating to you in the Commercial General Liability Coverage Form, including any exclusions added by endorsement, shall apply to any additional insureds herein. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities This endorsement does not apply to any Additional Insureds scheduled on the CG 20 10, CG 20 37, CGL 005 or CGL 021 endorsements, when any of those endorsements are also attached to the Commercial General Liability Coverage Form. CGL 026 (11 08) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2008 FCCI Insurance Group.