Loading...
Backup Documents 06/11/2013 Item #16D 7 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 D 7 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Routed by Purchasing Department to ,4 the Following Addressee(s) (In routing order) Office Initials S ,1t`e,: 1 P 1. Risk Management Risk b li+l`7r 2. County Attorney Office County Attorney Office 3. BCC Office Board of County Commissioners (/ 4 (,t { d247/3 4. Minutes and Records Clerk of Court's Office 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Brenda Brilhart, Phone Number 252-8375 Purchasing Staff June 11,2013 7cJ,rcolo Contact and Date Agenda Date Item was June 11,2013 Agenda Item Number 16.D.7 Approved by the BCC Type of Document Contract Number of Original Attached Documents Attached PO number or account N/A Solicitation/Contract 13-6090 Affordable number if document is Number/Vendor Name Landscaping to be recorded 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 co t& 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's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 1607 MEMORANDUM Date: July 5, 2013 To: Diana De Leon, Contract Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #13-6090 "Radio Road East MSTU Roadway Landscape Maintenance" Contractor: Affordable Landscaping Service & Design, LLC Attached is an original copy of the contract referenced above, (Item #16D7) approved by the Board of County Commissioners on June 11, 2013. The second original contract will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment t67 AGREEMENTI3-6090 for •• Radio Road East MSTU Roadway Landscape Maintenance THIS AGREEMENT is made and entered into this ( (+4day of ,L_.o 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 Affordable Landscaping Service & 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, commencing on the date of Notice to Proceed, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed. This contract shall have three (3) additional, 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 Alternative Transportation Modes Department in accordance with the terms and conditions of Bid #13-6090 and the Contractor's proposal referred to herein and made an integral part of this agreement. The scope of work is limited to the maintenance of the medians only on Radio Road between Santa Barbara Blvd. and Davis Blvd. More specifically the work involves maintenance of medians #31 through #39 only excluding median #40. Median #40 is the median between the entrance to the CAT Facility at 8300 Radio Road and the intersection of Davis Blvd. and Radio Road. 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 Work pursuant to the bid prices offered by the Contractor in his response to ITB 13-6090 per Bid Schedule (Attachment A) or subsequent quotes. Any County Agency may utilize the services offered under this contract, provided sufficient funds are included in the budget(s). Contract will be purchase order driven. Page -1- 1607 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 Service & Design 658 Bald Eagle Drive, Marco Island, FL 34145 (239) 389-1468 (239) 389-1434 Fax 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 Purchasing/General Services Director Phone: 239-252-8371 Fax: 239-252-6584 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this 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 Page -2- cA 1607 '4! 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 $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$1,000,000 for each accident. 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 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 Page -3- cA 160 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, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 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 ITEMS/SERVICES. Additional items and/or services may be added to this contract in accordance with the Purchasing Policy. Page -4- 1601 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. Vendor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. 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 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 Page -5- €) 1607 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. 13-6090 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 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. Page -6- cA 1607 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 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. Statute. Page -7- ca 1607 ti 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. ********************************* Remainder of page intentionally left blank ******************************** Page -8- �9 1607 IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. BOARD • COUNTY C'MMISSIONERS ATTEST: COLLIE' Co NTY, F ORIDA Dwight E. Brock, Clerk of Courts By: S...... -*. ,,� -( • By: ®a `;' ` Geora A.' iller, Esq., Chairwoman Dated: .. -` •A(') (Sep - Attest as tb nairman's signature giity.' Affordable Landscaping Service & Design, LLC Contr for AL1 ( YU By: First Witness Signature 5A or! lit b� it MeC:d 8knarima Type/P • t Witness N. ••e , Typed Signature lif 0 waa--- Second Witness Title AJ o_ a. ;/2�,f Type/Print Witness Name z Approved as to Form and Legality: 1 Assistant County Attorney Item#�5.�►1� 1 Agenda!„.4 v9= Date 1 Date 1— 3 Rec d I. ,.. ., i iepu� i w_.................' ,....„ Page -9- 1607 1 ATTACHMENT A— BID SCHEDULE Page -10- c� .... 1607 ___ _ 0000 00 co U) O 0 co O O O " 1 0 0 0 0 0 0 N N O O O O 0 U) 000 � N O O O N H \ -.I t: .4- a0N 0 CO F Cr) O u7 t[ N � r N N O N N. ..- 0,1 e--- ce) [� 0 - ■ EA 69-ER 69 69 ER 69 ER 69- EA Eft ER 69 EA Ili 0000 00 (0 U) CD CD CD O O U 0 0 0 0 0 0 N N 0 0 0 O O cri tri CV tZ 1` 00) co N - N N 1". - CD Q. C) N 'a' u) co M r7 H Z EA EA EA 69- 69 69. EA 69 69 64 EA 64 69 I C6 C6 C6 @ CO C6 CO C6 C6 It O (6 Z W W W W W W W W W W W W W 0 CD CD CD N N 1:1- V N N %- }} N N N N - 0 c c O E !6 W 0 O _ C CU U C .0 w T .� L m C W a 0 U ..� a. 1 c E •E - y m a M F- 9. to F- m . a) o = C .c In 0 N > (.) o E o C)ai J 0) ) N 0. i1 C4 w CO 0) c 0.. A U _ G N C a aT CO D 0 Ch E M �, •�a ` a) I` o O U . *t ° e y U)) m o c o o c as U c � W E m 2 N U O - as 0 E 0 N -- m C C c co - e-,C O O- .. N Cb co U 0 . t.-.), 3 0 CC ..,'0 C O 'O . N Q .0 O• C �o o m m E a) 0 m m d Ta' m 2 Q m' c E U m 7, V U C O f6 'V 11 M- m a) c O O LA o W fL y 3 CS) c 0 C = _ f6 c ri 0 C o m LL w o o) 0_ C •0 0 o U L L.L. C C ,n ' = • UQ .. a) a) C) r U C Q Cl) 0 C C) c a_`� > > t6 CZ t)1 mil O '$j _ > y Q O O O O s- m -0 c a >:s y E w o I- U U m @, 0. 0 �• E v '- m !1� 51" m U `) O U p .N .0 c 7 N O 7 c o..2 m O O L d '= N W . Cn y 06 .. .. _C ° 0 .0 On iii O O C6 U Z O C N U C C Cl) ; O M CA O � m E �_ O . o c c m 0 0 :c co U o a -0 C y C?) 0 i- m - c n Cl i U) 0 U E- 16 I m Q) c Z N CT f6 c = 0 - 'L3 U o " la C C . rn > . m 2 E ) a, E . . ,_ ? .0 : D E CO O t- .0 h Z ::O c c CL u- N p, rn co co `O O` 0) 0 0 O o 1— �' sc ±>, >, O W E- IL = ° M vi vi C7 C7 0 a a) �i0 m c T ai C c v Z Q Q �' .9 o m c c c ? O c O Z O a) > (``6 O CC Q Qj '3 CL CL 0 U Cm) c6 t6 0- O N C 0 to U.. m N a c c CO W > 2 w'C fn 'W- Q Q - .0 U) r2 U c mL CC o = ()) • F- Z aoi o0 ?, d u, E E.>` U E as L .� Z c cn _ oogle 6 a a) U) o `� a) u_ Z c V cj .= +L.. r w 2 3 3 ..i e- C!1 V) n. CL vi (I U a) w Z c J W O " a) 0 0 0 0 0 c c Z CV N J y Vj c C C E C ce o ` -';Z 0 = 2 22 u- Q4IE� ola- 0E0EoNC0QN N m /� 1 1 I f♦ .- -- Q I 1 0 y .0 V Q 2. co W Q a) ra m mmm wmmN coOuiI— mI� mQ .. Q1_.uo. .. J a s U ��_c N a°i 0.. J ` U IIll 0 - 0 j r' N01V IIN. 0 ! CA O� r Q 10 Q .__. 16fl7 OOOOOOOOOOOO •- NOcna00000000 O 01 000 OOOOOOOOOOOOOOONetuyCOCD00o O N 00O 6 66 06 6 66 co co' co' co' 000 Ni 6 6 0006 c; O6 cp (D Ci ,J �YMNCQN � N VNNtN V et 'c I' erC• C' CD N ti CD I— �_ o •` 69 ��� e4�69�64 �69 63 V4 63 64 69 �69�69 Q4 VI 04 69 Eft VI 69 \ - w OOOOOOOOOOO C D O60 c000OOOGD O O o00 v a OOOOOOOOOOOOOOCV 'c- 41 000 ooO o tn6666ui OCcJ66 cc; 66666Nt000� � � d, COD N N: ni6D R' of MNON � N � N Q NQ q- N � a F- z wwww ' w ww www a IIIIIIIIIIIII1111111111111111111 •t" ,". 1" iiiiiIIlllIllIlIIIIllIlIIII!! as C a a a a c w d a .c a•c .a 3 J :' c N 0 lit N W C m 0 0 aa) D a N re cn c OS m C W C n co c a c 'o a o a w a. 3 c a E) U a u> M a -Q > ZO ° T" rt a o Cl) N E M m = N c b z R Ca 2 Q c - 6 o t N a) .0 3 i it rn 0 w E .J a a) m -a .r= R >m moo o CO - L c 'a n 14 () Z cm a D iv ( = • O t F- c E O , = c ° c m ° a) id c 0 6"CI yo y = .0 C •=1- Ea � u, cc II ate »= a'o � •� t0 '`' o 0 R 0 L7 C � O .`- a) C 5, D o w CO> L a•co o 3 � a) °' Na`) 2 `` pa2v� y ° 3C d ca E 6. N a C = ° F) CO CD M. N 0 N CD Cn tII Co 0 - co o a 'C3 C ` a O -' E CC "17 L CO o L _ac _ - 01- y cIIN � � p N mZ ,o .a Lii re p O L a M a) ° o. co a z C C U U m u> ` L = a .rooEEcv 11,- •-• m Ly ■° a ' •a 3 „ to m Ca co x C ,� w V c ay •c c .fl ,. t` L L .. N N X X 0. O U P 1i ° c c m O ‘a-) tNC O o • c0 4.O c C = U N N c . a a oc's 2 N V L . y co o `� w .: a c6 a, D c - . a N E L E C > 7, C) 7 fa L 8 • 0 c ,- f; t it o icy ._ co F- l6 a ' a > u� o E EL a c � - f0N ai Z L L c 3 'a tII Fa- F` • . • a'c ca ay 3 o c o m N j N a v C a a a a U C C C ° n > L N ° .0 ca O L C� En 0 a3 C O • E > E Y �C Y C O C O O U -a N Z O L c a E O o cII m CCC c0 E CQ " c a tII O U . 1. CA N • a [r E C= C C!) C!) CA U •C N O C C C III U c ,- > 0 C Cfl N p a r d U — cC ro cII ay . > -c O o cII 0 OS C:= ` 0 a O a r O � L c Zc�i �vaiEm � �' � mmcawmE � � c`6i ; � � � ao0i 'A h � Eo i.v m y c co w c0 E ca • C C C7y O Q U a E :� C O c .aC J _ O J Cn .J .- a w a cII F-- x co +.. '_° C c ■ c >o 'a '5 c C 'El' <C Q tL CO p 5 U) ° c CO C C N U lII a) 0 O O m s' a s to cIII ` N C C G C w w w co .0 N C _ U U CC N > U E O o +' W E a a co tr- EM O m a C C. .-•CO as as N a a a a OL a E- L .. o lS L • 2 c 0 ( ( UWCL Ct CL 25a. u_ 22F- f° 1- F- com� n` t- C � � a a v Q F- WII In ti ertC> COf� a60> Oe- N Metcn0I,- 0CAOr- NMCCC7c01� 00 Z CAor- h O . NNNNNNNNN Nc7MMt? MMMM M < M � .J Uv,3 _ 1607 00000 000000 J00000 U) EAOO ,.., ) O 0O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 NN O O N?f'± 0 0 O O O Nh. Q0 NNO-, O� UON rn0000O V Ni CA O) V () d0' COri0 0) J d N N co N N e O 11, ti CO F N r N O r EA EA 69 69-EA 69 69 69 69 EA EA- EA EA EA 69 69 EA 69 EA 69 69- E/} EA EA EA 69 '-\ 11.1 00000 000000 00000 LC) L) 00 () O o U O O O O 0 000000 0 0 0 0 0 N N O O N 0 0 0 12 00 It) OO etef 60000N co O) U C) C) nP d' 0) 0) 4 O 00 rNI- rr NNe- err W ED tl' EC) O) d N N M N N H Z m EA-EA 64 64 EA 69 CA EA EA 69 EA EA 69 69 EA CA EA 69-EA EA EA EA 69-69 . -- I- C6 CO CO C6 C6 N ca E6 C6 CO 06 CO CO C6 CO E6 CO 06 C6 CQ OS C6 M Z Ill WWW WWWWWW WWW Ill W WWWWW W WW M 'Cr r CO r�,�/ r r r r . . . . . . t- r r r r r r r— r r V C Z z at Z a) re I.— 3 >. -1 0 J C CT . d m !d m ct 3 Z 'C in j LU CA to C) M C OS d °) m O o W C I' ET 7) N Q' Ea 2 L Z ca m J 0 0 8O J u� ES) 1 0. c c U. o rM.. 5' J N a) L W m 41 C! 3 Q E E o _I- I- R 0 N w T /�/� C W L O O E < Y N Z i U) U U a) a) ,. 0 C C O CO W ~ Y W d C C U 0 fl. 2 0) o V H H C O N 00. W I `IP CD c o u. a 2 Q � H -C .0 a■) U U Q r.-O C C O K in .4 Co 0 as L in - X W 0 rn Ch a� U L 03'15 Pi � r - X rk7 V 0) CV H `1 E .0 F- C 4? CO X lC ic a,Of X M X r LC) EQ X . a H H _ r CV Z O O N w, CDN,N' t6 r '- � _ T- p) '� Rf N x X �- d' r " W .S0 sa U) L - . O _Qy E6 0' _U) W r in - X W E E E Ts N,f6 Ef) a C l6 X C�_6 m 0't4 C: ` N X a1[0 J J J N ''t tT City 0' C M e- Q th N oi N • M M ` _ E 2 RS M O ~ E7) O O � r a) Q Jo .0 N a fflih1 o� -� •3rm o E ci � t7 C9 cr co 02 mL Na °�;� o EEEam �6C� �QEacO moC`') 20 0 0 CIS ja.` � � 020 ° rny,� a oV Ec �; E F- .. .. .., i m E y � .- L co m mm 4) iLm E!) oL E g8 m U c — a) a d C C C t6 N t6.l6 H h LL m 0 N Z ° -J c -) W N m N IT,• a rA a ca — iu 071) -- E6--- i6 — O aim N cn crs a c s � � cz E E E P-) L as H a W a� c6 0 cr n 'C 2 ;v U a, c .) .. .. R y U c CD 2 co Si c rt co Y a) a`> C CO 7 C6 1- N N E6 °m Q ,0; ii 00 mcam = , i_ x 3c . ? occ oya . m >- E 2 Er t vi G. 65 op m u- Q O ii = u) O U) 151 a. m 65 u..'t9 0 on co co Q a H H I- a a 2 I N C) V C o ms. VC CO h. CO C C D O r- N }I- E') '7 Y> F Q V• V• �' V' �' V' V E1) LL Cn EC) to EC) CC) O (C) Cn Cfl Co Co = Co CO EO �10) ,,,„,. ,,,... -, 1 4,,,„,.:, 16 0 7 N N O O ItJ P y ; i q£.. r 1-. c"i c7 m' to t 1 I p,7 1,,,, L u x IF ^t V aj" a 1 tA a ; ,4 �� U v, o m 0 0 0. c7i 4'.--C-'($ E. w w z w uu a co -- w co I-- z a w W o N' d .. �, high+ 11.1 3 Z Z A Z Z w < a) C M IX Ce U) Z if N 0 N N p N C J C J W _I 1- c = '_ C 'F = r 2 a, c 0 Q U Q _,.--1 -0 . t 1-• � O O O O O O a. cu 0 O Q Z o i y � �d o - = - m a r m a ke� O N v _c a) J o Q C3 a p v N I Q - U m > cn y W °� Ill W W p R in' ) E.. U LLJ N >. f4 d a3`! y d d i Qr. .0 to N = +, O 7^ t -a fl. 3 m 0- g o3 ID 2 m = m a, O t c ?^ NO O •Q eU O o we M R c U O 0 Q 3 O c o .V ca O ° t m 30 0 •� _ � re 1'- co � 2co = Z � o � � Ts N 'a 2 `E 0_ O0 a) -6 m o = •• CO ci u? Q ca x a am `. U)i Z n C < O . O o 1 cu co CO 0di 0 to CO 0tii y c 3 m 0 0 to c a► O m J a c> c - to a w E = J m .4 D m . (l) • t J W 0 -s rn w : U v s F c0 3 i "ca is o c ct7 '� N RI n3 re W ccs0i � m m � a V � J Q lo m O eP a ❑ m Q D CO o c a! N Q v Q H ' �` wp o 3 00 E a) •:(Q E °' -re z a 0 Z N COs' t 3 ° aa, 't° F.? C to w z a) - O d w W Ln CO o n a Q o N J > w c� ti N Z �" !_ f_ N U O 0 C Q 0. O 'O 0 v = c O .7-,,0 m 0 Y D a) S C O at O , 1- 2_ z .0 C G = C Q�' Z m f- O O vOi co tOn Q W O �_ 2 a`) 2 m U _ F co C V J •C = +5 C' f0 0 a N m :6_ olc in`� CO O.0 ID CO E h c FO- c Z -1 :t ca. en ten w a, m E E E � E m O U = w to 1- c:: 3 r •E c C o m g 5 cn CC 92 Q co ° H c N cn r� v � (n as E am w2,w .. w a n. z r re W o co co ti r- 1- Q ._._ 1607 Cl)_ _ � co co co co � Z >- >- >- >- >- >- O N I— > U 2 ' a z r z D a a) 2 O :5 m F, o R c w = 0 0 a y 0 m m � t) a> m � m C TS CD 03 ■mm :.J 2 .a _ ! � A 2 1 >,a A m ai c y V R a) cw co c cs o a O 003 E c. ash � 3 s � � o �v C.) a�i m O Ts m m C -a 0 I a E a U E g c m m a m C E c 0 cwa V N k 6. 07 w 0 o w c ca m m E m A o13 o>� 7. �_p -c o ...0 $j a c CD .0 m m ` y i a to a° g 'C .1'1 yo mac t E my E1 i .'a ; o el A c of r ca .c u m 7 f .a i ca m 3c 3m c m >, oC CO 3 0 use w• U cm> ° as .0 (0 R c; ill 1 ci > O O O c m .ca 0km a 0. c v 0 w Er4E it 1 3 '•° x > x c° Z a m ^ m E m m c O 0 ' ?: E O E a L U ° c c 0 z ' %- ' ' • a >. 0 >. E W _ : m W � •' V O m 3 i.O at G � m C O t m m a E C ' g a > a a > .O L > � ww c — coo C O cp w Em E 2 0 3 d O w O >. M. c 0 m e (t , _ .0 O E c E E o E o, o ' at 1/) o m s o a, y o m ac) c • 7• E = .o o -0 oc ,p m Em E = Ee h CLm ' E c = CI m 0 m . w e 0 co o ! 0 S' E o. E 'g E •o �. > n m :� m m c.V ! j :o 'm O CO m ca F. ca O r ,t/ CD a 'a ca o i a o m > ' o > O It d ut o� > a m c 0. ° «m• sF- .cg w ac C. a � � n o E o ; Ec co mai co a> w — f. m H = V O V O 7 ` a 7 c 7 7 >`C) t • V) c w O E c E c E2 o E o E E w c m o a c.. 0 ` u ` 0Z a ` VCC °' `5S o 0 d m a . a � a c .0) 0. = ' ao'c -a 7r a = = = E 0. . 0 . o a V " cam ' o v a . m ' � 5. E C4 3 .gc E aa j ' � c ma 0. t 1c 2 w w ; v o' o L L O y O d y n >' m " of N J W i . ; Q c m!y O c i BI N E - 2 c � m 0 ca 0m R y . Q a V V U '' ra M 1 -' p 1 0 �'a V t .01 .. c c m CO d V o m > 3 V V m m m m V o o 0 ! r2 m 7E, •O E a>E C m N V N C c. Y . Q ca E y C.) m m y c m — .' m w m m W 'C = Vi O. - Z ' O O Z C m c a w c e m .c 0 .c .= c m O i c b M ca y i- E es F- F- 3 i- D ►- t- co v as xi ci 10 a as W — = _ > > > H Y OF' m,,JA T Y ,5 10S/21/2013 rTHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ICON C NL Y AND CONFERS NO RIGHTS UPO HE CERTIFICATE MOLDER-IT iS G CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND t ND OR AI._I ER THE COVERAGE AFFORDED ORDE BY THE POt.IC1sS BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONS i€ ==TI--A (CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED E REPRESENTATIVE OR PRODUCER,AND"ERIE C;"I,TIFICA F-.HOL.DER. i IMPORTANT: If the certificate holder is an ADDITIONAL INSURED the pc.l! y(ies)Deist be endorsed. if SUBROGATION IS WAIVED,s Ojt E t to.__ the terms and conditions of the policy,certain policies may require.ara endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsem ent(s). i Icc(e U 1 ee I° . lEVEPOOLl I r H )tC 549-0',21 FAX. 3 4c 1 gas l;> dt Associates Insurance,Inc. 1€�c No, xil.x.� � — cA'C. tc,l (233)54_.-€%093 1 P 0 Box 100783 I rL rt s steno c€car1oc:Ico a aursr ue,com I Cape Coral,FL 3391 0-0 7 83 �,.) r OWNER'S - Ir U E;,uE i = ° ( 3 c i LD E 1, 1(4SUFANCE COMPANY I xsereLe.. i AFFORDABLE LAND LANnsCAPING SERVICE:e C i '-:ti i:, # 658 BALD EAGLE DRIVE i MARCO ISLAND;FL. 34145,-2544"; -c. 1 Ij 1 _� � COVERAGES CERTIFICATE f ? „�" t REVISION NUMBER: i li . .L? ..i_ ., .. Y „ i -%ili SUR a.-u t '1 T'..ti-6-.. . .. _.. RED iv i2/UO` F Iii . iE P _. ' .1 ��, FL ( IL>LL �.zJ .hE, . I I A.LIDIDAT LL. NO1 zvi EIS I1 l . NG ANY REQUIREMEN EPM OR CONDITION 1 c. r_ DOCUMENT b tt€ ' , T' r Il TE MAY s cS LED O MAY r'E1 THE: i! L f I r I DESCRIBED HEREIN I_ SUBJECT ED=,L L. IIII1 1 ERIALL I �` ELa 1 I" �c LAND CONDITIONS CF SUCH �1_I_ 1..-.I 1 S >I ^-€.I, SF ._ - :-�. IE,CLAIMS a = AD DL.Sys r> rt �; If i no--.F INSURANCE ," POTiCY NUFFEEPI ;f.i i L f 'JC GE.NERAL I+DFATT E P .,,E, L1;000,000 I I Ia. X i cOMMERCIAL 4,.'.fit LI_rDtLiT•i : FRELLSES,'O moEs:LNEiN .j 50,00 L': X X )95E0,.<1- 08/01/12 1 01 1 _r,-i':A' $5.0001 1 I I pERsoNAL s Noy •L 1,000,000 . 1 r:rt, --r -2,000,000 i ,-ELI i;EGA is LIMIT APPOSE Ira, r= _ ;.2.000,000 Y u- I ' AUTf�,-..6iLCL.,3LTY - ,al 1E i Ni. :NNE FN I X i,P BR iL1 A I-3 0,:,,-::,,,,,, I: °,2;000,000 EXCESS 1 'sL VEttSL.F �; 2 �, 11 cr_..,,. 0 _ ... f'.2 2,000, X ,..1,,;;10,001$% J i 1 - ‘,':'CNN-:..RS COMPENSATION AND EMPLOYERS` l f.;._n f�L...... G . I 1 DESCRIPTION OF OPERATIONS/LOCATIONS i VEHICLES tR!f.;:_eccee 901,Addizionai iN,Pnarks 5. -,..-.e t tv;e,spac,c,is ,uirci.I COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS IS LISTED AS AN ADDITIONAL INSURED WITH RESPECT TO THE I GENERAL LIABILITY POLICY. THIS COMMERCIAL UMERFI._LA POLICY APPLIES 10 GENERAL.LIABILITY'Y'ONL.'Y AND IT IS W7I T s EE ON A"101..10W-FORM"BASIS. 1 i GERTIOICATE HOLDER CANCELLATION P n o..t, r H f ISI i POLICIES BE CANCELLED, BEFORE_ COLLIER COUNTY BOARD OF CO.'N Ii 'THE E PA'HON DATE THEREOF, NOTICE U.- E.IE DELIVERED c.2 t.D It's COMMISSIONERS (BOCC) i AEISOPOIX■XCE WITH X HE POLICY S ROVIEiONS. 3327 TA 11AMI TRAIL E 1 NAPLES,FL34112-4901 Phone( (239)252$375 €ax( 230)252-6619 DI— _ tLL 1980-2010 AC ORD CORPORA;ION. All rights reserved. ,,,,,-'-' '.9e 4nt13 Atnr.o 16 lj CERTIFICATE OF LIABILITY INSURANCE DATE IIAMCOIY-r,Y1 11;411 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(SI, AUTHORIZED REPRESENTATNE 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. subirict 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 cnivracT NA MF I P-aNE 239-793-8500 4439-793-8524 ANEW INSURANCE/ALLSTATE INSURANCE VOL r EMAIL 3940 Radio Rd Suite 108 i..LoRsss_Ft Naples, FL 34104 CUSTONER ID INSURS,l,FORDING CO eERAGE NAIC INSURED INAIREP a Allstate Insurance Company AFFORDABLE LANDSCAPING SERVICE& INSURER E DESIGN L LC C 658 RAW EAGLE DR INSURER C MARCO ISLAND FL 34145-2541 INSURER E INa/RE-R F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INJRED NAMED ABOVE FOR THE POLICY PERIOD ND:GATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OF CONDITION CF ANY CONTRAGT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES cESCRIBEC HEREIN Is suEUECT TO ALL IRE JERKS, EXCWSIONS AND CONDITIONS OF SUCH POucIES.LIMITS SHOIAN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR --ABISEMBW- LTR TYPE OF INSURANCE INSR "IVO P OLJ CY 1.4J114,13FP. iti.F.F4'4.14SYPrY.. PCICDPY ?NUTS GENERAL Laoary ; _ L, I f WI i -,74%."-rf::-!,1-1-I I r 00 00 i*,,0 , 0 AUTOMOBILE LIABILITY 648534780 - '"lt•Fr A X - - .iPfT UMBRELLA UAD j - EXCESS UM B - H Till T vamrsPF.Ls IMNIPENSAT)ON - H AND EMPLOYERS'LIABILITY Y N 'ii F :Ns A (Maratetary in NI --It, I Z DESCRIPTION CF OPERATIONS/LOCATIONS I VEI+10._ES(Attach ACORD 101.Addiheree Remarks Schedule if more s ace.7,,.ds.ured, CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners SHOULD ANY Of THE ABOVE DESCRIBED POLICIES BE caNca.Lat)BEFORE THE EXPIRATION DATE THETretr, NOTICE MALL BE DEuvERED PurchasIng Dept ACCOROANcE WITH THE POLICY PROVISIONS IN 3327 E. Taman Trail Naples, Florida 34112 A'JTHORSZED REP RE SENTA T Fax: 239-252-6584 • 198S-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109!: The ACORD name and logo are registered marks of ACORD DATE 1613 ? ACCMCO CERTIFICATE OF LIABILITY INSURANCE 05/22/2013 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 CONTACT NAME: ANEW INSURANCE/ALLSTATE INSURANCE PHONE (A/C No.Ext).239-793-8500 FAX (A/C,N X39-793-8524 E-MAIL 3940 Radio Rd Suite 108 ADDRESS_ _ _- PRODUCER Naples, FL 34104 CUSTOMER ID#: INSURER(S)AFFORDING COVERAGE NAIC,#_ INSURED INSURER A: Allstate Insurance Company AFFORDABLE LANDSCAPING SERVICE& INSURER B: DESIGN LLC INSURER C: 658 BALD EAGLE DR INSURER D: MARCO ISLAND FL 34145-2541 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MMIDD/YYYY) (MMIDDIYYYY) GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED $ COMMERCIAL GENERAL LIABILITY PREMISES fEa occurrence) CLAIMS-MADE )r OCCUR MED EXP(Any one person) _ $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE I$ _ GEN'L AGGREGATE LIMIT APPLIES PER: _PRODUCTS-COMP/OP AGG $ POLICY JE LOC $ AUTOMOBILE LIABILITY 648534780 09/25/2012 09/25/2013 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED AUTOS BODILY INJURY(Per accident) $ A X SCHEDULED AUTOS I PROPERTY DAMAGE HIRED AUTOS (Peracodent) $ 7 NON-OWNED AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ __ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DEDUCTIBLE $RETENTION $ WORKERS COMPENSATION I WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Purchasing Dept. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 9 P ACCORDANCE WITH THE POLICY PROVISIONS. 3327 E.Tamiami Trail Naples, Florida 34112 AUTHORIZED REPRESENTATIVE Fax: 239-252-6584 Denise Thoman ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD 16 D 7 t ACORD CERTIFICATE OF LIABILITY INSURANCE DATE rm PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Garlock&Associates Insurance,Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P 0 Box 100788 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Cape Coral,FL 33910-0788 INSURERS AFFORDING COVERAGE NAIC# INSURED AFFORDABLE LANDSCAPING SERVICE INSURER A: AUTO OWNERS INSURANCE COMPANY AND DESIGN LLC INSURER B: 658 BALD EAGLE DRIVE INSURER C. MARCO ISLAND,FL 34145-2541 INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADM POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSRD TYPF OF INSURANCE DATFAMM/DD/YY) DATE IMM/DDNYI GENERAL LIABILITY EACH OCCURRENCE $1,000,000 A X X COMMERCIAL GENERAL LIABILITY 20550645 08/01/12 08/01/13 P PREMISES(Ea RENTED $50,000 CLAIMS MADE I X OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE _ $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 X I POLICY JFCT- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ _ $ DEDUCTIBLE _$ RETENTION $ I$ WORKERS COMPENSATION AND TORY I IAMITS OFR EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ If yes, cribe under SPECIAL des PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER A CONTRACTOR'S EQUIPMENT 20570277 12/14/12 12/14/13 EQUIPMENT $42,984 DEDUCTIBLE $500 DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT!SPECIAL PROVISIONS COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS ARE LISTED AS ADDITIONAL INSURED AS TO OPERATIONS OF VENDOR UNDER THIS SOLICITATION AND SHALL CONTAIN A SEVERABILITY OF INTERESTS PROVISION CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 3327 TAMIAMI TRAIL E NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR NAPLES,FL 34112-4901 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) ©ACORD CORPORATION 1988 16D7 4 'r l 0 DATE(MM/DD/YYYY) ARn' CERTIFICATE OF LIABILITY INSURANCE 05/22/2013 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 CONTACT NAME: Bouchard Insurance for WBS PHONE 866 293 3600 ext.623 FAx P.O.Box 6090 EA AIL O Extl: ( ) (A/C,No): Clearwater,FL 33758-6090 ADDRESS_ INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: American Zurich Insurance Company 40142 INSURED INSURER B: _..._ Workforce Business Services,Inc Alt.Emp:Affordable Landscaping Service INSURER &Design LLC 1401 Manatee Ave.West Ste 600 INSURER D: Bradenton,FL 34205-6708 INSURER E: _ INSURER F: COVERAGES CERTIFICATE NUMBER:12FL079834072 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MMIDD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY I$ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY IFRO7 LOC COMBINED SINGLE LIMIT $ AUTOMOBILE LIABILITY (Ea accident) $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) _ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE 1$ DED RETENTION$ !$ WORKERS COMPENSATION y WC STATU- i OTH AND EMPLOYERS'LIABILITY TORY LIMITS, ER _. ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? N I A WC 90-00-618-02 12/31/2012 12/31/2013 (Mandatory In NH) E-L.DISEASE-EA EMPLOYEE $ 1,000,000 DESCRIPT ON OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 Location Coverage Period: 12/31/2012 12/31/2013 Client# 053889 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Affordable Landscaping Service&Design LLC Coverage is provided for 658 Bald Eagle Dr only those employees leased to but not Marco Island,FL 34145 subcontractors of: Endorsements:30 days written cancel notice(10 days for non payment of premium) CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners Purchasing Dept SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3327 Tamiami Trail East THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Naples,FL 34112 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD