Loading...
Backup Documents 10/22/2013 Item #16B 1ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 6 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE fir.. •, Routed by Purchasing Department to Office Initials Date the Following Addressees (In routing order) October 22, 2013 Initial) Applicable) 1. Risk Management Risk DD Agenda Date Item was October 22, 2013V Agenda Item Number a � 2. Couniy Attorney Office County Attorney Office )j Type of Document Contract Number of Original 2 lb Y 3. BCC Office Board of County PO number or account N/A Solicitation / Contract Commissioners number if document is All handwritten strike - through and revisions have been initialed by the County Attorney's 4. Minutes and Records Clerk of Court's Office to be recorded 1 5. Return to Purchasing Department Purchasing 5. The Chairman's signature line date has been entered as the date of BCC approval of the Contact: Diana DeLeon N/A document or the final negotiated contract date whichever is applicable PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Brenda Brilhart, Phone Number 252 -8375 Purchasing Staff October 22, 2013 Initial) Applicable) Contact and Date Does the document require the chairman's original signature? DD Agenda Date Item was October 22, 2013V Agenda Item Number 16.13.1 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 -6022R A &M number if document is All handwritten strike - through and revisions have been initialed by the County Attorney's NumberNendor Name Property Maint 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's Office has reviewed the changes, if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the it BCC, all changes directed by the BCC have been made, and the document is ready for e Chairman's signature. 16B 140 MEMORANDUM Date: November 1, 2013 To: Diana De Leon, Contract Technician Purchasing Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Agreement #13 -6022R "Immokalee MSTU Roadway Landscape Maintenance" Contractor: A & M Property Maintenance Attached is an original of the document referenced above (Agenda Item #16131), approved by the Board of County Commissioners on Tuesday, October 22, 2013. The original will be held on file with the Minutes and Record's Department in the Board's Official Records. If you have any questions, please contact me at 252 -7240. Thank you. Attachment 168 1 A G R E E M E N T 13-6022R for Immokalee MSTU Roadway Landscape Maintenance THIS AGREEMENT is made and entered into this day of a 2013, by and between the Community Redevelopment Agency ( "CRA ") for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner ") and A &M Property Maintenance LLC authorized to do business in the State of Florida, whose business address is 3240 Everglades Blvd. North, Naples, Florida 34120 (hereinafter referred to as the "Contractor "). WITNESSETH: COMMENCEMENT: The contract shall be for a one (1) year period, commencing on the date of Board approval, and terminating one year later, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed. This contract may be renewed for three (3) additional one (1) year periods, 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 Community Redevelopment Agency deemed one (1) firm to be qualified and awarded a Contract. The Contractor will provide complete services for Immokalee MSTU Roadway Landscape Maintenance on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of ITB #13 -6022R and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. 3. THE CONTRACT SUM: The Owner shall pay the Contractor for the performance of the Work pursuant to the prices offered by the Contractor in attached Exhibit B or subsequent quotes. Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). 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: Sylvia B. Yzaguirre, Owner A &M Property Maintenance, LLC 3240 Everglades Blvd. North Naples, Florida 34120 Phone: (239) 455 -1598 Fax: (239) 455 -1598 aandmtotal(u-yahoo.com Page -1- 166 1 -1 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. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty -four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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 Page -2- 16B 1 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 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 11 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 Page -3- 16B 1 I 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. A Purchase Order Modification shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Purchase Order Modifications. 15. ADDITIONAL ITEMS /SERVICES. Additional items and /or services may be added to this contract in accordance with the Purchasing Policy. 16. COMPLIANCE WITH LAWS. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), ,and the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2)(a) -(d) and (3))). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. 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. 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 Page -4- y 168 1`4 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. 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, see Exhibit A hereto attached, 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 any application, installation, connections, materials, equipment, and /or anything erected Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 20. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well - groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 21. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full 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. v Page -5- 16B I 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, RFP #13 -6022R 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. 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. 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. 30. 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. 31. 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. Page -6- v 166 1 32. 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 33. 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. ** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Remainder of page intentionally left blank Page -7- 16B 1`" IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwight E. Brock,. Clerk of Courts By; Dated: j (--Seal,= Afton as to Cha'trrnan'S r Ti 9' First Witness VY�tAvt Z�" W ✓" Type /Print Witness N me Sec itness NNOO r' so I SCW1d,PX S Type /Print Witness Name ved as to r and egalit ,Assists t-County Attorney COMMUNITY REDEVELOPMENT AGENCY COLLIER COUNTY, FLORIDA By: drmu, Art �- �iLl"� Tim Nance, Chair A &M Property Maintenance, LLC Con actor By: Signatu Typed Signature OLuNEa- Page -8- Title 0 EXHIBIT A WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and /or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or a guaranty for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: v Page -9- s: EXHIBIT B - Contractor Pricing 13 -6022R Immokalee MSTU Roadway Landscape Maintenance ! 'DESCRIPTION', QTY I UNIT I UNIT'PRICE TOTAL MOWING & EDGING Work Area I: Main Street (HWY 29 between Hancock Street and 13th Street Street Cleaning (All Areas) 52 Ea. $ 190.00 1 Side ROW Mowing (44,947 S (Bi- weekly) 26 Ea $ 235.00 S 6.110.00 2 Median Mowing 6,101 SF (1st to 9th Street) 44 Ea $ 1.00 $ .00 3 Median Mowing (27,214 SF (1st to 13th Street) 44 Ea $ 100.DO S 4.400.00 4 Turf Mowing and Edging 2 foot maintenance strip (1st to 9th street) (3,268 SF sod area) (every 4 weeks) 13 Ea $ 105.00 $ 1,365.00 5 Weeding 52 Ea $ 45.00 $ 2,340.00 6 General Site Pruning (every 4 weeks) 13 Ea $ 125.00 $ 1,625.00 7 Irrigation Systems (Week) Funcions 52 Ea $ 145.00 $ 7,540.00 103 Work Area mmokalee: 1st treat (Hwy 29 to Carver Street) the"Triangle" (intersection of Hwy 29 and New Market Street) 8 Side ROW Mowing Bahia (67,504 SF ) (Bi -weekly) 26 Ea $ 1.00 $ 26.00 9 Side ROW Mowing St. Augustine (13.169 SF) 44 Ea $ 143.00 $ 6,292.00 10 Median Mowing St. Augustine (16,465 SF) 44 Ea $ 1.00 $ 44.00 11 Weeding 52 Ea $ 45.00 $ 2,340.00 12 General Site Pruning (every 4 weeks) 13 Ea S 125.00 S 1,625.00 13 Irrigation Systems (Weekly Functions) 52 Ea $ 145.00 $ 7,540.00 LANDSCAPE CARE WORK AREAS 18 II: CANOPY TREE AND PALM PRUNING Street Cleaning (All Areas) 52 Ea. $ 190.00 (Canopy Trees - April - September) 28 Trash Removal 52 I 14 !Live Oak (Area I has 3 ) (Area II has 25) 29 Ea $ 15.00 1 $ 435.00 15 '!Crape Myrtles (Area I has 51) (Area II has 25) 76 Ea S 0.01 S 0.76 16 1 Hong Kong Orchid (Area II ) 8 Ea $ 1.00 S 8.00 17 IPine Tree (Area II) 3 Ea $ 0.33 $ 0.99 Palms - (June) S 225.00 32 Bulbout and Gutter Channel Drain Cleaning 1 18 Saba] Palm (Area I has 21) (Area 11 has 491 70 Ea $ 8.00 $ 560.00 19 Foxtail Palm (Area I has 55) (Area II has 48) 103 Ea $ 6.00 $ 618.00 Ea ORNAMENTAL SPRAYING (All Areas) $ 275.00 35 Concrete Sidewalk Steam Cleaning. (36,222 SF concrete area ) owl 9th & 1st Street 13 20 Groundcover, Shrubs. & Trees: Insecticides & Fungicides 1 Ea $ 500.00 $ 500.00 21 Herbicides 1 Ea S 500.00 $ 500.00 Ea FERTILIZATION (All Areas) S 1,450.00 37 Street Sweeping (Vacuum Truck ) 1 22 FERTILIZATION (County will supply granular fertilizer)Groundcover, Shrubs. Trees and Palms 37 Bags S 10.00 S 370.00 23 Perform Sequestrene Iron Drench Application 1 Ea $ 25.00 S 25.00 24 20 -20 -20 with Ferromec AC 13 -0 -0 plus 6% Iron (Optional) 1 Ea $ 25.00 S 25.00 Ea MULCHING 1 $ 2,900.00 TOTAL" BASE--BIQ 25 Mulching - Organic Application (Calc 14,139 SF coverage (2" mulch. 2 cu. Ft. bags, 87.3 CY) Area 1 1178 Ba s $ 0.75 S 883.50 26 Mulching: Organic Application (Galt using 26,331 SF coverage (2" mulch, 2 cu. Ft. bags, 162.5 CY) Area 2 2194 Bags $ 0.75 S 1,645.50 CLEANING & SWEEPING 27 Street Cleaning (All Areas) 52 Ea. $ 190.00 S 9,880.00 28 Trash Removal 52 Ea $ 190.00 $ 9.880.00 29 Air Blow 62 Ea $ 100.00 $ 5,200.00 SITE SPECIFIC MAINTENANCE FUNCTIONS FOR WORK AREA 1: 30 Pressure Cleaning (39,939 SF pavers . includes stamped concrete at bulbouts) 1 Ea $ 3,870.00 $ 3,870.00 31 Street Sweeping (Vacuum Truck) 1 Ea $ 225.00 S 225.00 32 Bulbout and Gutter Channel Drain Cleaning 1 Ea S 2,900.00 $ 2,900.00 33 Pressure Water Flush (Bi- weekly) 26 Ea S 25.00 $ 650.00 34 Tree Grate MaintenanceiWaterin (only for Foxtail within Tree Grates) Area 1 55 Ea S 5.00 $ 275.00 35 Concrete Sidewalk Steam Cleaning. (36,222 SF concrete area ) owl 9th & 1st Street 13 Ea S 50.00 $ 650.00 i SITE SPECIFIC MAINTENANCE FUNCTIONS FOR WORK AREA 2: 36 Pressure Cleaning Brick Pavers (2,642 SF) t Ea S 1.450.00 S 1,450.00 37 Street Sweeping (Vacuum Truck ) 1 Ea 225 S 225.00 38 jTree Grate Maintenance/Watering (only for Foxtail within Tree Grates) Area 11 49 Ea S 5.00 $ 245.00 Sign Maintenance Ea 39 Banner Installation (removal and installation for 48 banners) twice a year 2 Ea $ 1,450.00 1 $ 2,900.00 TOTAL" BASE--BIQ $ 85,212.75 TOTAL MEN (Crew Size) TO PERFORM SERVICES (Minimum two 5 person crews required per week) Per Week: 10 Annual (52) 52D 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 an a weekly basis) Hours per week 60 Crew size (Personnel on Site) 10 Man Hours 600 Alternate /Additional Planting Services 40 6" Pot Crown of Thorns all varieties, annuals, and herbaceous perennials 1 Es $6.80 S 6.80 41 8" Pot: Crown of Thorns all varieties, annuals. and herbaceous perennials 1 Ea 510.20 S 10.20 42 1 Gallon Container: African Iris, Cordgrass all varieties, Plumbago, Lily of the Nile, Coontie, Florida Game Grass, Juniper 'pa rsonii, Lantana, Pentas. Llnope all varieties, Spider Lily, Muhly Grass, Asian Jasmine all varieties, Firebush all varieties, Powderpuff, Blueberry Flax Lily, and all varieties of Ornamental Grasses 1 ! Ea $6.80 S 6.80 Iof3 Page -10- � 166 lz'l EXHIBIT R - Contractnr Pricinn 13 -6022R Immokalee MSTU Roadway Landscape Maintenance 43 1 Gallon Container: Ground Orchid. and Cast iron plant all varieties 1 Ea $10.20 $ 10.20 44 3 Gallon Container: Cocoplum. Thryallis, allemande al: varieties. Bougainvillea all varieties, Ixora all varieties, Indian $13.60 $ 13.60 Hawthorne all varieties, Juniper'Parsonii' and all other varieties. Coontie, Ornamental Grasses all varieties. Florida Privet. Ilex 'Schellings dvrarf Wax Myrtle, Sea Oats, Arboricula all vaneties, Silver Buttonwood Green Buttonwood. Stoppers all varieties, Viburnum all varieties, , firebush all varieties, powderpuff. Blueberry Flax Lily, Green Island Ficus, myrsine, Pittisporum 1 Ea 45 3 Gallon Container Saw Palmetto. Sabal Minor, Ground Orchids, Wild Coffee, podocarpus all varieties. Bird of $21.25 S 21.25 Paradise, Philodendron xanadu 11 Ea 46 10 Gallon Container: Guava, Crape Myrtle all varieties, Crinum Lily, Hibiscus Standard, Jamaican Caper, Ligustrum, 1 Ea S42.50 $ 4250 Myrsine, Silver Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive 'Shady Lady' Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Cassia, Live Oak, Foxtail Palm, Thatch Palm. Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia. Holly all varieties, Saw Palmetto. Sabal Minor. , Bird of Paradise, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, , Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, and Golden Raintree. 47 15 Gallon Container. Guava, Crape Myrtle all varieties, Crinum Lily, Jamacian Caper, Ligustrum. Myrsine, Silver 1 Ea $55.25 $ 55.25 Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive 'Shady Lady' Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder. Magnolia all varieties, Holly all varieties, Saw Palmetto, Sabal Minor, Bird of Paradise. Lignum Vitae, Caesalipina all varieties. Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree. Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, Golden Raintree, and Tibuchina. 45 i 25 Gallon Container. Guava, Crape Myrtle all varieties, Crinum Lily, Jamaican Caper, Ligustrum, Myrsine, Silver or t Ea $127.50 $ 127.50 Green Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple. Black. Olive 'Shady Lady' Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm. Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Saw Palmetto, Sabal Minor, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum. Paradise Tree, Purple Glary Tree, Kenda Palm, Powderpuff, Slash Pine, Golden Raintree, and Tibuchina 49 1 Ea $ 212.50 $ 212.50 45 Gallon Container: Guava, Crape Myrtle all varieties, Crinum Lily, Jamaican Caper, Ligustrum, Myrsine. Silver or Green Buttonwood, Stopper all varieties, Wax Myrtle, Red Maple, Black Olive 'Shady Lady Floss silk Tree, Royal Poinciana. Yellow Poinciana. Bald Cypress. Pond Cypress, Hong Kong Orchid, Orchid tree all varieties. Tabebuia all varieties. Cassia, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Saw Palmetto, Sabal Minor, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, Golden Raintree, and Tibuchina 50 1 Ea $297.50 S 297.501 65 Gallon Container. Guava, Crape Myrtle all varieties, Crinum Lily, Hibiscus Standard, Jamaican Caper, Ligustrum, Myrsine, Silver or Green Buttonwood . Stopper all varieties, Wax Myrtle, Red Maple, Black Olive'Shady Lady Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress. Pond Cypress. Hong Kong Orchid, Orchid tree all varieties, Tabebuia all varieties, Cassia, Live Oak. Foxtail Palm, Thatch Palm, Solitaire Palm. Veitchia Palm all varieties ,Geiger i tree all varieties, Yellow Eider, Magnolia, Holly all varieties, Saw Palmetto, Sabal Minor, Lignum Vitae, Caesalipina all varieties. Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, and Golden Raintree 51 100 Gallon Container, Guava, Crape Myrtle all varieties, Crinum Lily. Hibiscus Standard, Jamaican Caper, Ligustrum, 1 Ea $680.00 $ 680.00 Myrsine, Silver or Green Buttonwood. Stopper all varieties, Wax Myrtle, Red Maple, Black Olive 'Shady Lady' Floss silk Tree, Royal Poinciana. Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid. Orchid tree all varieties, Tabebuia all varieties, Cassia, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties ,Gelber tree all varieties, Yellow Eider, Magnolia. Holly all varieties. Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo. Pigeon Plum. Paradise Tree, , Purple Glory Tree, Kentia Palm, Powderpuff, Slash Pine, Golden Raintree, 52 200 Gallon Container. Guava, Crape Myrtle all varieties, Crinum Lily, Hibiscus Standard. Jamaican Caper, Ligustrum, 1 Ea $ 850.00 $ 850. o0 Myrsine, Silver or Green Buttonwood, Stepper all varieties, Wax Myrtle, Red Maple, Black Olive 'Shady Lady Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid. Orchid tree all varieties, Tabebuia all varieties, Cassia. Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all vaneties ,Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum Paradise Tree. , Purple Glory Tree, Kentia Palm, Powderpuff,61ash Pine, and Golden Raintree 53 Guava, Crape Myrtle all varieties, Jamaican Caper, Ligustrum, Myrsine, Silver or Green Buttonwood, Stopper all 1 Ea $0.01 $ 001 varieties, Wax Myrtle, Red Maple, Black Olive 'Shady Lady Floss silk Tree, Royal Poinciana, Yellow Poinciana, Bald Cypress, Pond Cypress, Hong Kong Orchid. Orchid tree all varieties, Tabebuia all varieties. Cassia, Live Oak, Foxtail Palm, Thatch Palm, Solitaire Palm, Veitchia Palm all varieties .Geiger tree all varieties, Yellow Elder, Magnolia, Holly all varieties, Lignum Vitae, Caesalipina all varieties, Podocarpus all varieties Gumbo Limbo, Pigeon Plum, Paradise Tree, , Purple Glory Tree, Kentia Palm. Powderpuff, Slash Pine, and Golden Raintree. 54 Various Sizes 55 Live Oak 100 gal, FG / RPG 1 Ea S680.00 $ 680.00 56 Live Oak 200 gal., FG / RPG 1 Ea $850.00 $ 850.00 57 Live Oak 300 al -. FG / RPG 1 Ea $1,020.00 $ 1,020.00 58 Hong Kong Orchid 1 10' -12', FG / RPG 1 Ea $340.00 $ 340,00 59 Hong Kong Orchid f 14' -20' OA, FG / RPG 1 Es $510.00 S 510.00 60 Hong Kong Orchid ! 15'•35' OA, FG / RPG 1 Ea $595.00 S 595.00 61 Alexander Palm / 8' -10' OA FG / RPG 1 I Ea $170.00 $ 170.00 2of3 Page -11- TS EXHIBIT B - Contractor Pricinc 13 -6022R Immokalee MSTU Roadway Landscape Maintenance 62 Alexander Palm / 17-160A, FG I RPG 1 Es $255.00 $ 255 00 63 Coconut Palm/ 10' -15' GW. FG / RPG 1 Ea $425.00 $ 425 00 64 Coconut Palm / Larger sizes, cost per foot of wood. FG / RPG 1 Ea $170.00 $ 170.00 65 Foxtail Palm / FG 8' -10'. FG / RPG 1 Ea $170.00 $ 170.D0 66 Foxtail Palm / FG 10' -15' OA, FG / RPG 1 Ea $510.00 $ 510.00 67 Foxtail Palm /.Larger sizes, cost per foot of wood, FG / RPG 1 Ea S127.50 $ 127.50 68 Royal Palm 1 7' -10' GW,FG / RPG 1 Es 5510.00 $ 510.00 69 (Royal Palm / 12' -16' GW, FG / RPG 1 Ea 5765.00 $ 765.00 70 Royal Palm I Larger sizes, cost per foot of wood. FG / RPG 1 Ea 5127.50 $ 127.50 71 Sabal Palm / 10' -18' OA 1 Ea $255.00 $ 255.00 72 Thatch Palm / 6'- 8' OA, FG / RPG 1 Es 5297.50 S 297.50 73 Thatch Palm / Larger sizes, cost per foot of wood, FG ! RPG 1 Ea $170.00 S 170.OD 74 Wax Myrtle 1 10' OA, FG / RPG 1 Ea $63.75 $ 63.-- 75 Wax Myrtle / 12' OA,FG i RPG 1 Ea $7225 S 72.25 76 Wax Myrtle 114' OA, FG /R PG 1 Ea $72.25 S 72.25 77 Crape Myrtle 'Muskogee'/ 8'- 170A, FG / RPG 1 j Ea $297.5C S 297.50 78 Crepe Myrtle 'Muskogee'/ 10'- 14' OA, FG / RPG 1 Es I $340.00 S 340.00 79 Crape Myrtle 'Natchez'/ 8'- 10' OA, FG / RPG 1 Ea $297.50 S 297.50 80 Cra e M rtle 'Natchez' l 10'- 14' OA, FG / RPG 1 Ea $340.00 S 340.00 81 Crepe Myrtle 'Tuscarora' / &'-10' OA, FG ,1 RPG 1 Ea $297.50 $ 297.50 62 Crape Myrtle 'Tuscarora' / 10'- 14' OA, FG /RPG 1 Ea $340.00 $ 340.00 83 Magnolia'DD Blanchard' / 100 gal., FG / RPG j 1 Ea $510.00 S 510.00 84 Ma nolia 'Little Gem'/ 100 gal., FG / RPG 1 Ea $510.00 $ 510.00 85 Shady Lady Black Olive / 10'- 18'OA, FG / RPG 1 Ea $297.50 S 297.50 86 Shady Lady Black Olive,' 16' - 20'OA, FG / RPG 1 Ea $340.00 S 340.00 87 Bald Cypress / 100 gal., FG / RPG 1 Ea $29750 s 297.50 General Services 84 Irrigation Supervisor (per man hour): 1 Ea $55.25 s 55.25 85 Irrigation Technician (per man hour): 1 Ea $55.25 $ 55.25 86 Laborer /Helper per man hour); 1 Ea $46.75 $ 46.75 87 Irrigation System Review: Unit per hour 1 Ea $21.25 $ 21.25 88 Staking of Small Palm (4"-6" Cali er 1 Ea $76.50 $ 76.50 89 Staking Large Palms (Caliper greater than 6 ") 1 Ea $106.25 $ 106.25 90 Staking Small Canopy Tree (2x2 posts and guy wire. 4"-6" caliper) 1 Ea $76.50 $ 76.5C 91 .Slaking Large Canopy Tree (2x4 posts, greater than 6" caliper) 1 Ea $106.25 $ 106.25 92 jRestanding and Staking Small Palm (4 " -6" Caliper) 1 Ea $170.00 $ 170.00 93 Restanding and Staking Large Palms (Caliper greater than 6 ") 1 Ea $212.50 $ 212.50 94 Restanding and Staking Small Canopy Tree (2x2 posts and guy wire 4 "-6" caliper) 1 Ea S 170.00 $ 170.DO 95 Restaking Large Canopy Tree (2x4 posts, greater than 6" caliper) 1 Ea $212.50 S 21250 The following are for removal, disposal and disposal fee if applicable) only: 96 Live Oak 65 gal. 1 Ea $42.50 $ 42.50 97 Live Oak 10D gal. 1 Ea $212.50 S 212.50 98 Alexander Palm / 8' -10' OA 1 Ea $42.50 $ 42.50 99 Alexander Palm / 12'OA or larger 1 Ea $42.50 $ 42.50 100 Saba[ Palm 18' -10' OA 1 Ea 5212.50 $ 212.50 101 Sabal Palm / 12'OA or larger 1 Ea $255.00 i $ 255, 00 102 Macno[ie'little gem' 65 gal. 1 Ea $42.50 $ 42.50 103 Foxtail Palm / 8' - 10' OA 1 Ea $170.00 $ 170.00 104 Foxtail Palm 112' or larger 1 Ea 5212.50 $ 212.50 105 Thatch Palm / 6' - 8' OA 1 Ea $42.50 S 42.50 106 Insert Material Markup Percentage x $5000 (e.g., 20% x $5000 51000 in unit price.) Markup not to exceed 25 %) In the unit place your percentage (e.g. 20 as .20) 5000 LS 0.25 $ 1.250.00 3of3 Page -12- 16 6 i -4 A&MPR -1 OP ID: MIC CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DDNYYY) 10/1512013 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 Phone: 239 - 354 -4053 Harbour Risk Management/Naples 801 Anchor Rode Dr, Suite 103 Fax: 239 - 354 -4058 Naples, FL 34103 Scott Leamon CONTACT NAME: N FAX PHONE Ext : No o A DRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Travelers INSURED A&M Property Maintenance, LLC 3240 Everglades Blvd. N Naples, FL 34120 INSURER B: 10/11/2013 INSURER C EACH OCCURRENCE INSURER D: DAMAGE TO RENTED PREMISES Ea occurrence INSURER E: MED EXP (Any one person) INSURER F PERSONAL &ADV INJURY rnvconr_ce !`coTlrlf`ATC NI IMRCG• RFVISiInN NI IURFR- 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 LTR TYPE OF INSURANCE ADDL POLICY NUMBER MM DDIYYYY MMIDD //YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FxI OCCUR GL6607D407141 10/11/2013 10/11/2014 EACH OCCURRENCE $ 1,000,00 DAMAGE TO RENTED PREMISES Ea occurrence $ 300 +00 MED EXP (Any one person) $ 10,00( PERSONAL &ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO LOC PRODUCTS - COMP /OP AGG $ 2,000,00 $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ A X UMBRELLALIAB EXCESS LIAB HCLAIMS-MADE OCCUR BINDER 10/14/2013 10114/2014 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 DED I X I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR /PARTNER/EXECUTIVE OFFICER /MEMBER EXCLUDED? F7 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC STATU- OTH- T DRY LIMIT ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, N more space is required) Certificate is listed as an additional insured. c:tK 11rl(:A I t HULUtK Collier County Board of Commissioners 3327Tamiami Trail Naples, FL 34103 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 Scott Leamon ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Progressive P.O. Box 94739 Cleveland, OH 44101 1- 800 - 895 -2886 Certificate of Insurance 16B I PHOGREJINE' Policy number. 06508598 -5 Underwritten by: Progressive Express Ins Company October 3, 2013 Page 1 of 1 Certificate Holder Insured Agent .................................................................................................................................................................... ............................... Additional Insured A & M PROPERTY PR0G COMMERCIAL COLLIER COUNTY MAINTENANCE LLC PO BOX 94739 3327 TAMIAMI TR 3240 EVERGLADES BLVD CLEVELAND, OH 44101 NAPLES, FL 34112 NAPLES, FL 34120 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s) indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations, endorsements, and conditions of these policies. .............................................................................................................................................. ............................... Policy Effective Date: Jul 14, 2013 Policy Expiration Date: Jul 14, 2014 Insurance coverage(s) Limits .............................................................................................................................................. ............................... Bodily Injury /Property Damage $2,000,000 Combined Single Limit Description of Location/Vehicles/Special Items Scheduled autos only .............................................................................................................................................. ............................... 2008 TOYOTA TUNDRA DOUBLE C 5TFRU54188XO17112 .............................................................................................................................................. ............................... 2008 TOYOTA TUNDRA DOUBLE C 5TFRV54178XO56951 Certificate number 27613TDR598 Please be advised that additional insureds and loss payees will be notified in the event of a mid -tern cancellation. Pr,-.t- Form 5241 (10102) DDnDGoTv ennoccc. wnw 16 B SIGNAGE I IMCS I t44 KEY CODE: LOCKBOX: LOCATION: Utilities On? Gas: Yes / No Electric: Yes / No Water: Yes / No Exterior Shed? Personals? Yes / No INTERIOR Size /SF Bid Amt Location Size /SF Bid Amt Location Major Appliances, etc. Fridge Stove Dishwasher Microwave A/C Handler Breaker Box Mold Y Roof Ceiling Walls Floor Sinks Other Other Items Y Missing Fixtures Exposed Wires Carpet Graffiti EXTERIOR Structural Damage Y Y Size /SF Bid Amt Location Y Size /SF Bid Amt Location Door Window Screen A/C Unit Well System Fence OTHER ITEMS (LIST) Garage Door Fascia Soffit Roof Graffiti Y OTHER ITEMS (LIST) Y BID ITEMS Grass Cut Trim Shrubs Trim Trees Remove Vines Y Height Debris in the way of grass cut? Y Est CY: Bid Amount 13 -24 / 25 -36 /37-48 Y Height Total LF Total Units Location /Description /Other Bid Amount $ $ $ Pool Size Size: Treat Only: $ Pump and Treat: $ (if it cannot be pumped) Other Bid items not listed: 16B DATE (MM /DDLYYYY) 9/1012013 1 AAMPROP -02 MOSA '46,- CO R164 � CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DDLYYYY) 9/1012013 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 Automatic Data Processing Insurance Agency, Inc 1 ADP Boulevard Roseland, NJ 07068 A NAME: PONE FNC No E -MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL N INSURER A: BCIC - B_rldgefield _Casualty In t INSURED A&M Property Maintenance, LLC 3240 Everglades Blvd. N Naples, FL 34120- INSURER B.' _ ------ INSURER C: INSURER D: $ 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 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF MPOOLIICDY EXP LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE I—J OCCUR EACH OCCURRENCE $ rEG PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY S GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY 71 PRO LOC PRODUCTS - COMP /OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS H AUTOS (Ea SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ UMBRELLA LIAR EXCESS UAB OCCUR CLAIMS -MADE 1 EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ _ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE Y/ N j OFFICER/MEMBER EXCLUDED? ❑ (Mandatory In NH) If yes, descnbe under DESCRIPTION OF OPERATIONS belay N / A '0198-30341 2127/2013 2/27/2014 X W RY LIMITS OTR E.L. EACH ACCIDENT IDE $ 1,000,00 , ( -- - — E.L. DISEASE - EA EMPLOYEO -- - - - - -- - $ 1,000,00 - — E.L. DISEASE - POLICY LIMIT 1 --------------- $ 1,000,00 I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, K more space Is required) Collier County Board of Commissioners 3327 Tamiami Trail E Naples, FL 34112- t:A1Vl,tLLA 1 IUIY 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 ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD PROPERTY ADDRESS: WO# 16B 1 SIGNAGE ❑MCS n44 KEY CODE: LOCKBOX: LOCATION: Utilities On? Gas: Yes / No Electric: Yes / No Water: Yes / No Exterior Shed? Personals? Yes / No INTERIOR Size /SF Bid Amt Location Size /SF Bid Amt Location Major Appliances, etc. Y Fridge Stove Dishwasher Microwave A/C Handler Breaker Box Mold Y Roof Ceiling Walls Floor Sinks Other Other Items Y Missing Fixtures Exposed Wires Carpet Graffiti EXTERIOR Y Size /SF Bid Amt Location Y Size /SF Bid Amt Location Door Window Screen A/C Unit Well System Fence OTHER ITEMS (LIST) Garage Door Fascia Soffit Roof Graffiti Y OTHER ITEMS (LIST) Y BID ITEMS Grass Cut Trim Shrubs Trim Trees Remove Vines Y Height Debris in the way of grass 13 -24 / 25 -36 /37-48 cut? Y Est CY: Bid Amount Y Height Total LF Total Units Location /Description /Other Bid Amount $ $ $ Pool Size Size: Treat Only: $ Pump and Treat: $ (if it cannot be pumped) Other Bid items not listed: