Loading...
Backup Documents 06/12/2012 Item #16C 316C3 MEMORANDUM Date: June 20, 2012 To: Diana De Leon, Contract Technician Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Agreement #12 -5839 "Loan Grant Acquisition and Compliance Services" Contractor: Angie Brewer & Associates, Inc. Attached is an original copy of the referenced above (Agenda Item #16C3), which was approved by the Board on Tuesday, June 12, 2012. An original has been kept by the Minutes and Record's Department, and will be kept as part of the Board's Official Records. If you have any questions, please contact me at 252 -8411. Thank you Memorandum 16(;3 Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 Telephone: (239) 252 -8375 FAX: (239) 252-6597 Email: dianadeleon(a colliergov.net www.colliergov.neUpurchasing Subject: 12 -5839 "Loan Grant Acquisition and Compliance Services" Date: June 12, 2012 From: Diana DeLeon, CPPB, Contract Technician, Purchasing Dept. To: Ray Carter, Manager Risk Finance This Contract was approved by the BCC on June 12, 2012 Agenda Item 16.C.3. The County is in the process of executing this contract with Angie Brewer & Associates, LC. The contract cannot take place until verification is received from Risk that all the insurance requirements, per the contract, have been met. Please review the Insurance Certificate(s) for the referenced Contract. • If the insurance is not in order please contact the vendor /insurance company to obtain a proper certificate. Once you receive the proper certificate(s), please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. • If the insurance is in order please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. If you have any questions, please contact me at the above referenced information. Insu an e i :� r ed By: 4Date Man er ance Signature (Please route to County Attorney via attached Request for Legal Services) RECEIVED �31u}; ;x ,4,�,- ��...NT JUN 19 2012 G/ Acquisitions/ AgentFormsandLetters /RiskMgmtReviewofl nsurance4 /15/2010/16/09 Roard of County Commissioners AGREEMENT12 -5839 16C3� for Loan Grant Acquisition and Compliance Services THIS AGREEMENT, made and entered into on this 1 day of J ,cv, Q, , 20 l 21 , by and between Angie Brewer & Associates, L.C., authorized to do business in the State of Florida, whose business address is 9104 -58th Drive East, Bradenton, Florida 34202, hereinafter called the "Consultant" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County ": WITNESSETH: 1. COMMENCEMENT. The contract shall be for a five (5) year period, commencing on the date of award by the Board of County Commissioners. The County may, at its discretion and with the consent of the Consultant, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2) additional one (1) year periods. The County shall give the Consultant written notice of the County's intention to renew 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 Consultant shall provide Loan Grant Acquisition and Compliance Services ( "Services "), in accordance with the terms and conditions of RFP #12 -5839 and the Consultant's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Consultant and the County Project or Contract Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. ESTIMATES OF WORK. Services shall be mutually agreed upon in writing by the Consultant and County Department in the form proposals to be attached to, and made part of, subsequently issued Purchase Orders. The County shall pay the Consultant for the performance of this Agreement upon completion or partial completion of the tasks as accepted and approved by the Project Manager or his designee. Payments shall be made to the Consultant when requested as work progresses, but not more frequently than once per month. Prior to issuing a Purchase Order for any assignment pursuant to this Agreement, the County Department shall request that Consultant advise the County in writing of the estimated time allocation of Consultant's personnel and the estimated fees thereof for the proposed work to be specified in the assignment. Consultant shall supply such estimate to County, based on Consultant's good faith analysis, within ten (10) business days of the request. Page 1 of 8 16C- 4. COMPENSATION. The compensation (whether based upon a negotiated lump sum, time and materials, hourly with a cap or some other agreed -to format) contained in each separate proposal shall be based on the hourly rates as set forth and identified in Schedule A which is attached hereto, for the time reasonably expended by Consultant's personnel in performing the Services. The Rate Schedule may be updated by mutual agreement on renewal anniversary date of the contract if Consultant so requests in writing. Assignments shall be made by Purchase Order based on Consultant's proposal. 4.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 5. INVOICING. The purchase order number must be referenced on each invoice. If this number does not appear or is omitted, the invoice will be returned to the vendor by the Accounts Payable Department. Billing problems/ concerns should be directed to the Public Utilities Operations Department, Building H, 3339 Tamiami Trail East, Suite 305 Naples, Florida 34112. Payment will be made upon receipt of a proper invoice and in compliance with Section 218.70, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act ". Consultant will endeavor to invoice County every thirty (30) days for services performed against all purchases orders unless no service was provided by Consultant to County. Consultant may be subject to audit by the County, in the County's sole discretion. 6. NOTICES. All notices from the County to the Consultant shall be deemed duly served if mailed or faxed to the Consultant at the following Address: Angie Brewer & Associates, L.C. 9104 -58th Drive East Bradenton, FL 34202 Telephone: 941 -756 -5800; Fax: 941 - 756 -0804 E -mail: president @ang`ebrewer.com Attention: Mark A. Brewer, President All Notices from the Consultant to the County shall be deemed duly served if mailed or faxed to the County to: Board of County Commissioners Collier County Florida Purchasing Department, Purchasing Building 3327 Tamiami Trail East Page 2 of 8 16C3 Naples, FL 34112 Attention: Joanne Markiewicz, Interim Purchasing/ GS Director Telephone: 239 - 252 -8407; Fax: 239 - 732 -0844 The Consultant and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Consultant or to constitute the Consultant as an agent of the County. 8. NO IMPROPER USE. The Consultant 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 Consultant or if the County or its authorized representative shall deem any conduct on the part of the Consultant to be objectionable or improper, the County shall have the right to suspend the contract of the Consultant. Should the Consultant 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 Consultant further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 10. NO DISCRIMINATION. The Consultant agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE. The Consultant shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Consultants; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non - Ownership. Page 3 of 8 16C3 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 Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Consultant 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. Consultant shall insure that all subConsultants comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Consultant 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 Consultant or anyone employed or utilized by the Consultant 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. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Collier County Public Utilities Division. 14. CONFLICT OF INTEREST: Consultant represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Consultant further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Consultant's Proposal, Insurance Certificate, RFP #12 -5839, Scope of Services, Addendum, and Schedule A. Fee Schedule. Page 4 of 8 160- 16. 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. 17. VENUE. This agreement shall be construed in compliance with Florida Laws. Venue shall be in Collier County, Florida. 18. 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. 19. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Consultant 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 Consultant 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. 20. 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. 21. 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. 22. VOLUME OF REQUIRED SERVICES. It is mutually understood and agreed that the nature, amount and frequency of the Services shall be determined solely by County and that County does not represent or guarantee unto Consultant that any specific amount of Services will be requested or required of Consultant pursuant to this Agreement 23. ADDITIONAL ITEMS /SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Policy. 24. 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 Page 5 of 8 16C5 faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Consultant 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 Consultant with full decision - making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. KEY PERSONNEL/PROJECT STAFFING: The Consultant's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to insure that competent persons will be utilized in the performance of the contract. The Consultant shall assign as many people as necessary to complete the project on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. The Consultant shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Consultant shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. 26. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Request for Proposal and/or the Consultant's Proposal, the Contract Documents shall take precedence. In the event of any conflict between the terms of the RFP and the Consultant's Proposal, the language in the RFP would take precedence. 27. ASSIGNMENT: Consultant shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Consultant does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Consultant all of the obligations and responsibilities that Consultant has assumed toward the County. * * * * * * * * ** Page 6 of 8 16C3 IN WITNESS WHEREOF, the Consultant and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwi ht, . lerk of Court tel: rum ito*re PO J-1, First Witne s Seri n c� N • VU 1 sw'- — TType /print witness nameT Second Witness Mel \,SQ. r'r-199\cc.5� TType /print witness nameT Approved as to form and le efficiency: 1--4 -AssisteM County Attorney DEPUTY SCOTT R. TEACH Print Name Page 7 of 8 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Fred W. Coyle, Chairman ANGIE BREWER & ASSOCIATES. L.C. Consultant By: Signature Typed signature and title It^m # l b C3 nyemda Dsto, Da.- 16C3 SCHEDULE A Collier County Fee Schedule Contract 12 -5839 "Loan Grant Acquisition and Compliance Services" Title Rate Principal $155.00/hr Client/ Program Manager $130.00 / hr Senior Project/ Planning Manager $118.00/ hr Project/ Planning Manager II $71.00 /hr Project/ Planning Manager I $67.00 /hr Senior Project/ Planning Coordinator $53.00 /hr Project/ Planning Coordinator I $46.00 /hr Administrative Manager $49.00 /hr Accounting Clerk $46.00 /hr Administrative Assistance 11 $45.00 /hr Administrative Assistant I $35.00 /hr This list is not intended to be all- inclusive. Hourly rate fees for other categories of professional, support and other services shall be mutually negotiated by the County and firm on a project by project basis as needed. END OF SCHEDULE A Page 8 of 8 16G3 ACORD- CERTIFICATE OF LIABILITY INSURANCE DATE(MM1nDIYYYY) Agreement 912 -5839 Loan/Grant 05/30/2012 PRODUCER W. Heath Marston Insurance Agency Inc. 8784 E. State Road 70 Suite 101 Bradenton, FL 34202 OINSURERS THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POLICY EFFECTIVE POLICYEXPIRATION LIMITS AFFORDING COVERAGE NAIC # INSURED Angie Brewer and Associates LC INSURER A. State Farm FWridainsummeCompany 10734 _ 10739 INSURER R EACH OCCURRENGE 9104 58th Dr. E. INSURER C: $ 300 000.00 Bradenton, FL 34202 INSURER D: _ INSURER E' 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. INS Agreement 912 -5839 Loan/Grant DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN TYPE OF INSURANCE POLICYNUMBER POLICY EFFECTIVE POLICYEXPIRATION LIMITS A X OENERALUABHUTY X COMMERCIAL GENERAL LIABILITY 12!21/2011 1212112012 EACH OCCURRENGE $ 10000.00 PREMISES LFa ocruwcel $ 300 000.00 MED EXP (Any one person) $ 5,000.00 CLAIMS MADE OCCUR PERSONAL 8 ADV INJURY $ T7GEN'L GENERAL AGGREGATE $ 2,000,000.00 GREGA TE LIMIT APPLIES PER. ICY PRO- LOC PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accidenq $ ALL OWNED AUTOS SCHEDULEDAUTOS BODILY ., P—) $ HIRED HIRED AUTOS NONOWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIA &CITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ $ AUTO ONLY. AGG EXCES31UMBRELLA LIABILITY OCCUR 1-1 CLAIMS MADE EACHOCCURRENCE $ AGGREGATE $ DEDUCTIBLE s $ RETENTION $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'uAB1LITY E.L. EACH ACCIDENT $ ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yea, desaibe Im1er SPECIAL PROVISIONS bebw I E.L. DISEASE- EA EMPLOYEE $ E.L. DISEASE - POUCY LIMIT $ OTHER I T DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Agreement 912 -5839 Loan/Grant DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Acquisition & Compliance Service NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 3301 E Tamiami Trl IMPOSE NO OBLIGATION OR LIABLfIY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Naples, FL 34112 w r�en ne a. REPRESENTATIVES. A E REP NATIVE T" "' °vI © ACORD CORPORATION 1988 1603 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon. ACORD 25 (2007108) certificate of Insurance 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 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 endorsements(sl_ Named Insured(s): TriNet HR Corporation and all its affiliates and subsidiaries* Angie Brewer And Associates LC (Endorsed as alternate employer) 9000 Town Center Parkway Bradenton, FL 34202 Insurer Affording Coverage Chartis Casualty Company (A) Commerce & Industry Ins Company (B) Ins Co of the State of Pennsylvania (C) Nat Union Fire Ins Co of Pittsburgh PA (D) New Hampshire Insurance Company (E) 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 the 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. Type of Insurer Policy Effective Expiration Insurance Number State Limits Date Date O WC Statutory Limits Workers' (B) 046926592 FL 07 -01 -2011 07 -01 -2012 Employers Liability Compensation Bodily Injury By Accident $ 2,000,000 Each Accident Bodily Injury By Disease $ 2,000,000 Each Person Bodily Injury By Disease $ 2,000,000 Policy Limit Other: Client Number: 92D6 The above referenced workers' compensation policies provide statutory benefits only to the employees of the Named Insured(s) on such policies, not to the employees of any other employer. *TriNet HR V, Inc; TriNet HR Corporation Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the insurer affording coverage or its designee will endeavor to provide 30 days written or electronic mail notice to the certificate holder named herein, but failure to provide such notice shall impose no obligation or liability of any kind upon the insurer affording coverage, its agents or representatives. Certificate Holder: Angie Brewer And Associates LC 9104 58th Dr E Bradenton, FL 34202 -9187 002754 .SON Risk Services Northeast, Inc. AON Risk Services Northeast, Inc. (866) 443 -8489 07/01/2011 Phone Date Issued 1603 ACORD. CERTIFICATE OF LIABILITY ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR INSURANCE osisa20° 2 PRODUCER W. Heath Marston Insurance Agency Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8784 E. State Road 70 Suite 101 Bradenton, FL 34202 AINSURERS HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. AFFORDING COVERAGE NAIC # INSURED Angela R. and James Brewer 8738 53rd Terrace East INSURER A: Efate FarWn Mutual AutabHe Insurance Comluny 26178 25178 INSURER B' GENERAL LIABILITY INSURER C: Bradenton, FL 342113702 INSURER D: PREMISES (Ea o-u ence $ INSURER E' COMMERCIAL GENERAL LIABILITY 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 DI POLICYNUMBER POLICY EFFECTIVE POLICY EXPIilI770N LIMI.f9 GENERAL LIABILITY EACH OCCURRENCE $ PREMISES (Ea o-u ence $ COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ CLAIMS MADE 11 OCCUR PERSONAL& ADV INJURY $ GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG S POLICY PRO LOC A X AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO 984 0804- D15 -59 04 -15 -2012 10-15 -2012 (Ea wzfdent) BO INJURY ALL OWNED AUTOS X SCHEDULED AUTOS (Per P� ) $ 1,000,000.00 BODILY INJURY $ 1,000,000.00 HIREDAUTOS NON -OWNED AUTOS (Per accident) PROPERTYDAMAGE $ 1,0001000100 (Per ecddent) GARAOELIABIUTY AUTO ONLY - EA ACCIDENT $ CTHER THAN EA ACC S ANY AUTO S AUTO ONLY: AGG EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR E CLAIMS MADE AGGREGATE _ $ S $ DEDUCTIBLE $ RETENTION S WORKERS COMPENSATION AND WCSTATU- OTH- EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNERIEXECUTNE E.L. DISEASE - EA EMPLOYEE S OFFICERIMEMBER EXCLUDED? M yes, describe under E.L. DISEASE - POLICY LIMIT 1 r $ SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES f EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION Collier County Board of County CommissioneFS Agreement #12-6839 Loan /Grant Acquisition & Compliance Service 3301 E Tamiami Trl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAX. 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DG SO SHALL IMPOSE NO OBLIGATION OR UABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR Naples, FL 34112 REPRESENTATIVES. A QqO pE THE ACORD 25 (2001108) 0 ACORD CORPORATION 1988 16C3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policWes) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon.