Loading...
Backup Documents 12/11-12/2012 Item #16A23 m s 16A23 ORIGINAL DOCUMENTS CHECKLIST&ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper.Attach to original document.Original documents should be hand delivered to the Board Office.The completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines#1 through#4 as appropriate for additional signatures,dates,and/or information needed.If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#4,complete the checklist,and forward to Ian Mitchell(line#5). ' Route to Addressee(s) Office Initials Date (List in routing order) 2. 3. 4. Emily R. Pepin,Esq. County Attorney Office 5. BCC Office Board of County Commissioners %\s‘‘.3, 6. Minutes and Records Clerk of Court's Office l (313 PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval.Normally the primary contact is the person who created/prepared the executive summary.Primary contact information is needed in the event one of the addressees above,including Ian Mitchell,need to contact staff for additional or missing information.All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item.) Name of Primary Staff Diana DeLeon Phone Number 252-8375 Contact Agenda Date Item was December 11,2012 Agenda Item Number I 6.A.2 ✓ Approved by the BCC Type of Document #13-5995—Jolley Bridge Landscape Maint. Number of Original 2 Attached Affordable Landscaping Service&Design Documents Attached 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. 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.This includes signature pages from ordinances, resolutions,etc. signed by the County Attorney's Office and signature pages from contracts,agreements, etc.that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike-through and revisions have been initialed by the County Attorney's Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. 4. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 5. In most cases(some contracts are an exception),the original document and this routing slip should be provided to Ian Mitchell in the BCC office within 24 hours of BCC approval. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 6. The document was approved by the BCC on 12/4202 (enter date)and all cha � made during the meeting have been incorporated in the attached document.T e County Attorney's Office has reviewed the changes,if applicable. 16 A23 MEMORANDUM Date: January 4, 2013 To: Diana De Leon, Contracts Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #13-5995: "SR 951 Jolley Bridge to the Mc Llevane Bridge Landscape Maintenance" Contractor: Affordable Landscaping Service & Design, LLC Attached is an executed original copy of the contract referenced above, (Item #16A23) approved by the Board of County Commissioners on Tuesday, December 11, 2012. The second original contract will be held on file in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16A23 Purchasing Department Ca ier County C F = 3327 Tamiami Trail East t-i '°''°# Naples, Florida 34112 Administrative Services is Telephone: (239)252-8446 Purchasing OED, + 2 2012 FAX: (239)252-6697 Email: BrendaBrilhart(a,colliercov.net RISK V'.ANI°.G EM EN.' www.colliergov.net/purchasinq Memorandum Subject: Contract# 13-5995 "Jolley Bridge Landscape Maintenance" Date: December 11, 2012 From: Diana DeLeon for Brenda Brilhart, CPPB, Procurement Strategist To: Ray Carter, Manager Risk Finance This Contract was approved by the BCC on December 11, 2012 agenda item 16.A.23. The County is in the process of executing this contract with Affordable Landscaping Service & Design, LLC. 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 •uesti• s, please contact •- e - .ove referenced information. Ins ir •pp ►i ed By: / Manager R.: Finance Signature Date (Please route to County Attorney via attached Request for Legal Services) G/Acquisitions/AgentFon nsand Letters/RiskMgmtReviewofl nsurance4/15/2010/16/09 rl 6‘, Ar rt„, „ AGREEMENT 13-5995 DEC I ? 2012 for RISK My.4N,:\.a 11Ei Jolley Bridge Landscape Maintenance THIS AGREEMENT is made and entered into this 11*day of D_ "(,,t— , 2o La, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and Affordable Landscaping Service and Design, LLC authorized to do business in the State of Florida, whose business address is 658 Bald Eagle Drive, Marco Island, Florida 34145 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT: The contract shall be for a one (1) year period starting from the date of the Notice to Proceed. This contract shall have three (3) one (1) year renewals, renewable annually. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK: The Contractor shall provide Landscape Grounds Maintenance for Collier County Government Alternative Transportation Modes Department in accordance with the terms and conditions of Bid #13-5995 and the Contractor's proposal referred to herein and made an integral part of this agreement. Additional landscaping projects or new installations outside of the routine maintenance may be required. These new landscape projects may be quoted as a portion of this contract, or, a separate solicitation may be issued. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM: The County shall pay the Contractor for the performance of this Agreement an estimated annual amount of forty seven thousand one hundred forty eight dollars and twelve cents ($47,148.12) for base bid maintenance plus any additional services requested per unit prices set forth in Exhibit A – Bid Schedule attached hereto and incorporated herein by reference, subject to changes as approved in advance, in writing by the County. Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 3.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. Page -1- 16A23 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e- mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Albert Benarroch Affordable Landscaping Services and Design LLC 658 Bald Eagle Drive Marco Island, FL 34145 Phone: (239) 389-1468 Fax: (239) 389-1434 All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Joanne Markiewicz Interim Purchasing/General Services Director Phone: 239-252-8407 Fax: 239-252-6480 The Contractor and the County may change the above mailing address at any time upon giving the other 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, Page -2- 16A23 or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 8. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE: The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$1,000,000 for each accident. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees Page -3- 16 � ? kles�ris or intentionally paralegals' fees, to the extent caused by the negligence, rec y wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 11.1 The duty to defend under this Article 11 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, the Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 8 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 12. PAYMENTS WITHHELD. Owner may decline to approve any invoice, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. 13.SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 14.CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 15.ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in accordance with the Purchasing Policy. Page -4- 16A23 16.COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. 17.CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 18.ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 19.WARRANTY. Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 20.STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 21.TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full Page -5- therefore, pay all costs in connection therewith and furn `Cb t'h� air the responsibility t p y required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Owner. 22.PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 23.EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a written Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 24.CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road and Bridge Maintenance Department. 25.COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate, ITB No. 13-5995 solicitation, Exhibit A — Bid Schedule and any addenda, etc, made or issued pursuant to this Agreement. 26.PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the Page -6- 16A23 individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 27.SUBJECT TO APPROPRIATION. It is further understood and agreed, by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 28. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. 29. IMMIGRATION LAW COMPLIANCE: By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 30. VENUE: Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 31.OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 32.AGREEMENT TERMS: If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 33.SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years 34.DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State Page -7- of Florida. The mediation shall be attended by representatives of ColroorAit�fLdecision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 35. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB and/or the Contractor's Proposal, the Contract Documents shall take precedence. In the event of any conflict between the terms of the ITB and the Contractor's Proposal, the language in the ITB would take precedence. **************************Remainder of page intentionally left blank************************* Page -8- 16A23 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 OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E Brock,'Clerk of Courts B °11 „`_ -C . B `..mss/ �►. Y�� � Y: ' Fred W. Coyle, Chairman Dat+ d 13 sior OPitai 00. Affordable Landscaping Service and Design LLC Con 4.r s i.�...� By: First Witness Sig - 1Q1)\01A '■i ,\s,k-fL • • NL-ii te_sr-A-- Lksmac,r0d- Type/Pr'' t Witness Name Typed Signature 64) r C 1 )Se;ond Witne . Title ��h f��►�D�i Type/Print Witness Name Approved as to form and le•al sufficiency: Ss I4tKii : Page -9- EXHIBIT A — BID SCHEDULE 16 A 23 I Page -10- 4 6 A23 ., 0 0 0 0 0 0 O M: 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LO 0 0 0 0 N U) to OOOO O 00000000 0000; C) U) ON 0 0 00. r N-: n 0 0 0 0 0` O N N O M O CO N‹ O") O N 6, CO u') Cfl C : 0 0 Cfl ci; M J to to co N 000` 0rM1 t) NN1' CO CO — N-. C') C`) Or 0 LO to CO N- CO CO CO ;. r r r Co CO C*) <• Ln 1C') r- to Ch r r a; r N M • co tg fA 69 69 ER ER ER 69. EH ER 64 ER ER(A}lF?ER ER 69 EH 691 69 ER 69 ER ER EA ER ER! ER- ., 8 LC) 0000001, 0 0 0 0 0 0 0 0 ' 0000' t0 LL) O to 0 0 0 0 (0 W N N 0 0 0 O O " O O O O O O O O;j poop N N O N 0000- 1- O M_ co O O to tC) to'j C+) N N Ili C�) N N N' C) N C C) •7 v CO V tt) O CO CO O re to N n 69 N,:, ER 69 ER ER 69 69 ER ER 69 ER 69 fH N- N ER 63 a 69 N N N N EA 69;', ER ER 69.s { LL 69 ER 59 ER EA ER ER F z • , 3 c >+ > as I— a T >, a >, T >, N p 2 Y 2 L 2 Y CO O CO O CO CO O O C CO O CO O CO O CO .c .c CO CO CO 2 wwwwwwww wwww wwww .- � ww w 1 CD O N CO N N CO O CO r Co CO r r co torN r Tr V M CC r m r O Nk c 01 > _ g O c O CO a) CT N cis- vi N N e CO o O it; en C _c C "O N Q c LoL 2 Z w O _ N N c 2 C an O ; s' o r N o o CA in d N L O o w (-.1 v) 3 CO 75 c O 1 LL a) 3 C CO aO C� to U fl U O m o »v m C6 O N 3 V C V > Q• a) a a`)= y` M 0 N LU CI E cC cQc °) C•c o ` J J a) 0 a`) -c <0 - N 0 U u' LL o. , to 0 F- p, > ,_ O CO - o j m N N o Q F- °� c C O „ F. LL m 03 o E N (A N c > L O 1, C 72 ` w C. a 0 0) Pi ate) a Z o U) m t EO .c 0 -N c o >' -U1I E 3 c w O)to c E • — 0 E a t4 >y O O vJ _,•- 1 CO „a1r) ,_ V ..u) c o c II o C ,►. I- c ■- > W 7 O Cl- c L L V O Ea a) as C O a� o c V) aO) >,w '• O y En c ap O Z c CU C Q C3 o LL E ca ' ` o E E . o b w d m , CO •.o�• c co u) 3 c >o o) Q c 0 O Y N N c >, c 0 • 05 O p m s ' _ 42 .E Z U 1 N O` , N a) O N ,_ c o r o c O S N N CJ > O a m c • O s- p EU co eO m o v) 03 0 ur € , E c E5 O 0 t 'c _c - m 't3 >> a) L N 47 D U l0 N o O :O O 0—0 w O E = E O N a 7 0 0 m c .. d a) 13 N . 0 'E .O`-• `. d co v- o 1 COO m O O O f6 N N O O !!) o n CO N O E a) O O •o@ N2cn m0E- cnImvQ0aUm000 —) QUwUm LLF- a. a. N 002cC 2O us c N OrNMd' to CDN- (00) Or NM t() CD ti CO J p] r N M N CO h co 0) r r r r N N N N N N N N 1 N Cn CL Q. 16 A 23 sip N .; 0 0 0 0 10 LO 0 IC) z n.• Z•NA 0 0 ec r-.. cv N 0 CV .1 N(j . co cn 6 It) CO 0 _1 Co,%,,,, Tr .:.!4 4a. 4:z 1.." It I-- t..- '~ -.: il ,),z, , 69- Ea- 69. fiD. ED ItNT, 69.' 10D 'PP,ED 6D 6D' asis _t• LOU) up 0 LO -•N' N- CV CLJ 00.) , tn tri 66 (.6 co c) c,, 69 Efl, EA 69. R (ft ±- a) . C) C 13) co it CO 03 (O u, C i 1 CD LLJ LIJ U..1 UJ LU z ,ol - It w-P .....-- ,--1 t-1 <-1 <-1 <-1 to '''.% = .1.4.). (9 a 13' '..•.:..•',1' r---. c . ..t.:... :.-. c c -. to — o3 — TO -r w 4:1.). '5 c -- 0 CO,T, a) a) a) "6 E' .1.-.. 0 c T c in 1 E a., -a 0) c zz ,.. co co c 2c.) c . a. z .'75 Z.. g 2m '42- c3"2 L." a OC ,e ai 0 a) cn To Tz —I CU -. . C 0.. ,_ 0. w LB 0 0 .01 A a) 5 E 2 (4) g cc ---. vri It 4-, x, x . o) i 1-1!„, 72 . g cum ..,°' 2 s-CL) Cr C tl) r0 CO o 0 E/2 -J 01 0., .o ,., .- >.•-0 >„ 0 0 0 00 (1) ■- tr_ oi z 0) • - CD ' C.5 .... ,-. sn ps. ,p -u- .9 = `n E ' v" " cu 4-' c c , a, a, .- a.) 10 N ca. . a, = . - 0 . .:.,_ -, , 0 0 o m .- ..... •L-.. a:a 0 o a) -o c.) '. c 03 .E 'N LLII 0 szl — >. O CO ur co u ..c• CV (1) -5' > CU (0 0 -tr i 1 0. at 2 -= -(7, •7„— : W > — E c.- -0 „.; o ._ it, a, 0• ,_ 7 CU a, .47-■ r_, — ar -,-,, ca 10 - cs I: iii s_ c 1...) w .,J t-', az -6 _c ..c ,a) •- To- c TS 0 fa Co c c > 12 .0 - Z *C0 .7,- I 7 g,0 0 ,A - 0 co -L-.; `,5 4E CO CO L. •- E•M 0 ft' c ...---' • ce E (7, .-1-) 13 r,, a ,i ,.., ro - = m E 0 0- ea 0- a 4-. tis It s vs CD Cr) r. a) ,.-- 1-- . 4) u., 0 .- r-, 2 mo hi, It Ta: To' 73 w., co co u 76 1-- > CD • ce ci) c c cc a) 13, ,. S' 0- -= fo .'c, r° w c c ,_ o.. c 0 -cc _...-'"■ D (--) o c I E (.9 Z CU w .- i ut -•5 .t- cr " f., •11 'EJ _9 5 c C 013 •- D3 , It 171 -0 -9 'tis- C O To 0 LL : 0 g P o ,._ < 1- o -cS Cl) CI) • 0 1 t Er. ..5' 2Tal -a .6 • ui- ,r, 0 _, 0 < 0.' .- E a) ▪ w )-- > . 2 • a) -° ,9 a.) w (.) „.,- v; -c E - -0 — ,4.:, a) a. c..) `") a - -0 5 ...> Jo -TE ., ',C; '47-1 v, co ., L' • tn •6.- co• o cn a, 1- 0 C 0 '4' JO ..c 17 .2). ..... .(4 {- 1- 0 4.• (5 C C1 ct, ct, E- (..9 (.7 c a) . CI) >z U) Z 0 r° .0 =2 — 2 -0 -0 -0 (6 . 0 as, 1.. .- IL' n) OD _.„ a) a, c > > c co >. r° sc- a = 5 -0 co T, 'c c ,-. ..--0- -0 ro = = a) E :E0 (..Dmo ,- ' c n_ a) a) ..c Ili ..:: g ro "5 N CD , o m CO tr, ID -0 .....▪ . .- 0 0 .. -0 >- c a.) -• - I_ ._ • CO -c -c " 7.- 7_.-.1 a E w cu c — o). -- 1-- w o ,a c — ... ._ co m c c c're N .5 -=.° 8 gl 3 2, .1 4tg _ . 1._ CJ 17 , o o 7-3 1-7- cu -C3 E c13 t13 0 0 0 -C lmw -5 76E0 4-' - -2 c c CD s- as ■ I— li. N di "0 ra 'E f, E -5- ..--.. = — , LL .. --. o o u c o u u < E.' .., . c, -_-.... ,, a)7 a) o co .— ._ .,. ... l': c r• . ..E c '' -`1' --8 25 ■-i, E 11 U (-) ,c 0 a) el CU 0 0 t 0 'Cr C.) M' Ca „ ..., n-- .... cu ..c ro 0,0 t- Q +, •I•.• .17: (.) .47.1. IP :;■•". .77. = C U •• 06' W C 2 • '7 a ia la .L 0... Cs. ,„ CU .(7_ •a• ',:: (.9 (.9 O = 0 c*," c :7, c )-- o rn._1 cc 6-- • la 41) CO to CO Z v- -.I a. ILI •- > 115 CD . TE F_.' oc .i,...-- mc u° Ta— Z.`O _ to C ,-.I 2 > > > H CO m m m m m C.n c i co rn , ni 11) ci, E 4.. 16A23 O L. U)N N O7 O J M co Q /- 0 I- N N W U ~ m( cc(v) re O. r- z m a) U C (4 co a) Z W W W C M CO 2 t--1 C O o 0 C) 0, w O — (6 ti co c. co ,� O -o aJ -0 J -UO = V1 Y Oo0 fY0 _ ''. U N a) ro a d 03 C-) cC E 0 a O o o- E al S f9 - O (4 60 Y LL `l G >ro a J 'yam (C "O (O 1-1,5 ° C7 0 0 6 o y Y ra - v > r ° 3 o v) o :O ). A 7 C LL O CO N In vt C 7 > �' yVi p) m Y O to c O (o } E O 'C ^} 41 d p" a Y is d op s ,.._:^ O m o C U 7 N J W •F., (`a N N U L 1` 0 h- N C > 0-CU W tn CU � 0 It a) v .— .c U ro .v a a '(5 'C o a CO n Y 0) Z o (o `� In -o U co 3 v; 0 cc > `^ o X :� - (n °- 0 c D > c N CO vi > y O C — -C3 LL N X to O CL! N _ _ Ol . i— d r6 •L > d - cc Q) 41 (� o -o a LLO ° ..-, 'D )- al 0 a) a — al .. > 2 o m >-y ra d > °. N o . .> 'O O to a N ra co a Cl) n . 7 m ` C N C 6... CD U N t roC 4s v al m c a > Y 4) u p o a a a o (o " > .0 a) a ;n m •- 0- ra u o - I- arc, cLa 41 v N i O oi 75 " v > =E D > a 0 m m ' a 7 v °; i fO a) m a rO 3 a. m ° n rr 'u v; a U r° a 0 'E ((13 U > > ra ,c m CO N v C7 co C Y N t0 R IZ C T m - > • N N ro ca 0 . ,v c t d c > '5 t `y ai m E `° a CE r c � m = U a a o +a u( o> c i c .o o ( Ey o - co ° o ES u @ cc oo co , r n go) U v m v; ai o U a s cm r a ,, a > no " a = i cu a w i vi v O. o Li) a C " ° m y f ^ 7...- • > '' c C7.c 3 = 0 ;o s 3 - o v m v 3 • E C d• _C O co L O co .0 0 a) t O O E > a C O) C _ E a > � fd to C c C7 O O a° O - L al N -J t '13 p > a 6 — J, a n m m a ,-4 v) > a O 1- } 0- -J ,-1 U CO c L 1` CO N a) m m J [ip d o_ 16A23 to CV N to CV N CO J .1-- N Q 0 H EH 69- La to Lc) W N N- c- o 0) 0)) C ,- N I- Z M C CO - CO ca co N z W Lu W .Fs • n 0 II II C o 1- a L ~ w c >. - c �i °' E o ' u, Y is - .°0 C o a CO CO v aci '+� s °' c m ,c o o en o 0) 2 E 'n a) > m ^ c v v ° Y to v af0 T..- m o ° o LL a u a �o -� m E > a) a° a a 3 0. • E O - > _ = x Y o ° a to Z. +-' cn [o 0.) to 0 t'a — , to to L 0. o -, vi •i N U L T Oa i-+ to O L to 0 co e ��if O a) v) E N 0 a O v > m` °a ~ T m o o v c E �) ? v v co p' o J to u Q — O 1. �a T to - i� a o Q d OA Y 4-, O 0 E C to >• J C7 N in O rn E (D m c, ra M a) N (� f0 E 0 c a D a) L U )o E v a o c ai -o E f0 °) a' r o t s O m to E 0a v IA c °-' `° a E VI m` a m a ? v a u v) -_ 'a ° 3 b (-90.1003t °4' '� aa) u• .00y m io 'c- j c u -0 , O o o) ` a u 'c 3 > a VI Y to ro T a 1A O {�I) Q) V1 Y Q. a) ° O VI N to f9 - to• a1 a) C F" L - > I- a) O O `5.t. to a) a) Y }, Y a) > CO 7,- ▪ E -a m u o — a -a •+� 3 u. () E a) E > u v 1.0%..0) c Ti; to a z c a > m ca `m ° >- v CO m a to a > m a 'r`o E a ° 0 > 3 a, a ca E o a - aa) 0 o ,0 ? 3 ' m - c a) > m c u CO CD o CO of 3 > m c o Y m T a to VI c v i a to `a [0 a F - v v is a c� aNi m a) aci v� �' E en_ Y c>' 2 °o •`-° a TO ° >, N x } N V a T N v > d '7 co N >• C _O C 0 .4-1-1 T a o C.) ° )a .- Y a`, cu E a) a) >: — m •0. o v aii E f9 _o > o v (7 W N ` 3 c -O to p -0 a) `O > U to L to 1— Q O `J to S Y w Q a vi to .E N W " n- O n. "O tc ..., > O m ai .-O ~ to' N Ti > ns O > c E 3 c C7 u > -c m f m a o c u m °- v a o > a u m E O E 0 u y > T > > t^ a a v c m c > ai m c m E 0 v Q c CO ° v -E. OD co cil CO as v a°) o v CC 0 u - v m 0 w c7 a c y a to >• a C7 m > } ? o • cu c >. O L , O L co T to •p r d O - "O ` U vi c co N '°O 03 - co Lrl v a a a oa I— •L c E `n v a ?u 'ca c a°1i v ar to a°1i E W c o ° co E _ o 0 '(a E• v > o m co 1- v a v c ; to U to ac) +° 0v) Y 03 _ M -0 a " 0z - v) a •a ( v c E 'o -oa o a -0 E v 4' o > a L ar U o vN o c ate) to c -O U 0 a) } a) E a) (a •o u -• — o >- ±° 0 (7 c Oa 0 o vc i o o c > c a w t°° s o v t`° o O r CO `^ > a o 1 L o u v a -° to -0 L 3 u a aci m toa °1a m o ° S c ns b CO 0 y o >. v Y tax) E a) E t7 a x _c C o a) E -0 C7 c n_. a F, E _ c a) ai CO CO Lf) fa 7 al a (a C3 CO to to LI) to co 0 •- L w .-▪ O O It) +O+ O )_ To O Oa GO C r� u m U 0 a > a v U a 0 1- >- > a C7 to v) in I- 0 a > J a a N c m °. v N N J m Cii d 0- 16A23 0 0 0 aet co et LO I- 0 1- W tri- o o 0)) O oo U r; 'Cr CO a H Z _ c c F to CO m to d Z W ta W W W W C = CO 2 N 1-.1 t-1 1-1 r-1 r-1 C 7 O N m Y oto OD vi I,-m — 0 vO 73 ro 1:12 Lo Lo O re m C ,x N a y O 7 in Y Y -_ c ++ 3 • vs Y 4, — C CO a1 E a) m to co H O O co 0 m °• m Y1 p ° C t°0 N •� c m O1 U ~ C O) a) d ° IT O LL a) m 'O K - LL O m -0 CU •a) L a m a) . J = c .'>, S 1 Y a) c S c `> S N Y a) L° re > m O '� co a. d g >= ° m v O v u a -a ? ° r°o N O a`) U am CD a ro ° aco x a) c a) p J "� a) N o0 p �J O J a) a) oa N O O N m 'O 0 >, " > . a E m > O > .5 v E c - - Y LL •n. a d E °° -a >o• 0 m ° O E -a > _1 0 , o ra v n a°i no _e ` �o E c� a c ar s U r_o > a c v s U CO in > a ai r`a o t`- 0 0 a) v 0 a o v rn -° 's a.) E c c. v :n = ', v E c c > +� �c S v •- m m 0 C7 cu p m v 0 v s U 0 v O o j c 2) 'a @ 'in v > C) U c c ra a) a o - a U •c m •°-a rraa a) `° r- ° ( m a cv, v o u v J m a°i le -, a) a) Y v tn CD.- - vi o v > v a +. - v; o In > 3 LL >. v > a a C) 2 > `n CO U m E v E a > ai m u > E a-) E n c U > rn v> @ c ° a a rc ° m c °� o - a m` oo a`� R m -� a° v o_a E F- a) a m m m > _ 3 v m m m ro > -0 U c a :. -) M a E > m m ro r - E o t >- - -al :E - E 3 a) co v v; 0 n O2 . -° m• . y �. 0 a S --o m- -0 (D a° >>a v v > a Y E `v v E v m v v o v E m E v m > ° 0 a) >• io co .0 0 3 WO m E a > S v m O � c m S m O > U m cL) > ° U N aJ O E rp N m U rn ° _ Q) 0 7 .t a a am o m 4, a obi am 'to `m m c > -14 m .o a) f0 v E a_ 0 CC >. 3 y > v S > 3 y c > w in m > 'c m m o m - Y m o v = a) 0 ai E c m E o > a ( L 7 X •c m m O N X a1 •r0 m C Y O C m F' To S -_ m LL LL l7 a m j > " C7 O m > > '=' G ai a� a c v a m c U is N a H a •V _ M rOn a`) O v > re a v 0 ° m m CU CO •-o r`e c -"C3 M u H o d .r: ao c ° 0 0 00 etf) C �, C v f W o _° '� •v c f w -°° o 6 E i 3 > o 3 am) 0 0 o ru° •v o a o a C7 0 '� 0 -° a p r° C7 3 ` a -° N 1,_cu N ° ° E m a s - n E t a v m i .0 n c m u y > v; O c Y r a) a N o v >- v E v a o N E E 03 C coo a`) cc -a 1- ar - a �a m a`) z° -o r- v ` p- v c'c' 2 •ra :° -c 3 '+v_- v 3 .n° m O O i Lry O a 0. +' m +., N C u O p = C O ai -E E .a) > ai c O ai u E 01 > a c_ on a x _c u m _o v a •c E E m [o p +. O a) ` m a - a) 00 am O v ,- io rroo - v 'm 00 m m O - L Cl) m 0 m 7 0 m •$ v) v) H- O a > m f- N on rn 1- O a > m I- z m U > a O t-- >- > a > W C7 o °c a et in co N N J m 2 a a 16A23 • _ _ _ 0 0 0 0 0 0 000 0 0 0 0 co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co 0 o 000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Co 0 0 C!) to CC) O (C) Cn N 0 Co O C) O O_ 4 O tt7 CC) 0 0 0 0 0 0 0 Cf) to CC) O N 4 06 QN N N N .- NC Co 10 ,- 'Cr `1 O W CO CO 0 V' CO Cr) O 0) N CO N LO to OD CO CYO CO CO N N Cn 0 r- , .- 0 r- ,- N M -, N N N CO CO CO CO , N N I- 0 I- 64 fH 69 49- 69 69- 69 69 Hi 69 69- 69 69 64 <fl 69 E9 69 ER 64 Eg 69 69 E9 E9 69- 69 69 69 E9 69 69 EA 69 0 0 0 CD 0 0 0 00 Co 0 0 CC) 0 Cf) 0 CD d' 0 u) Cf) 0 0 0 0 0 0 0 CD 0 O CD 0 CD CD W 0 N N 0 0 CD CD U) •-- 0 V CO CC) CO CO 0 U) -4' co O) co 0) N CO N Cl) if) CO 0 0 0 0 0 0 U to W O 1ti 6 Co O N N CO , O N N M Ch M M T (C)) co O M N O re t` N CO co N EH � N 64 69 69 O. EA i» If} ;73 69 Efl I- z m • a) o C N F„ C CO CO CO CO CO CO CO CD CO CO CD Co CO CD CO CO CO CO CO CO CD Co CO CO OS CO Co CO Co CO CD Co CD CO Z W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W C C Cl) t1 ,-4 t1 t•I ti a1 1-1 ai r1 t--I ai t--I r-I v'I a--I ri •1 t1 t1 a1 a-4 a-E a-1 N ,-I ,-1 a-4 N N r♦ a 4 rI t-1 C 7 O C.9 a 'ai- m 'O m O a) C CO co a) CO J I CL C) n 0 a) J co 73 CO d L9 ( >, cC co- (9 a a) \ cc a cc o (9 \ cC \ O \ CO - LL (9 LL TE; LL O Z O 0 -O 0 (9 0- V CC .- \ CC ct NN 0 O -' LL (.7 iy \ a C7 p ti 0 o Q (7 LL Q (9 C LL LL CD O O a o 0 "- L L W a s z O . 0 D = 0 (7 \ \ 5 \ (7 --- Q d (9 (0 cc C- d O� ,1 o CCC ) r, OD 11 -OD ° 0 L S 11 LL LL LL '� o LL o 1::, \ \ o a a a0 00 0 ,-1 p p N R m 'o \ (9 O tY O \ �' 2i a"-90 0- 01-1- c) LL v. \ \ \ \ 00 a-i \ \ \p o ,t 0 E E t " O O Q.. o< 0�D (7 n 1-4 Lt. N LL v Q N U' (7 a) a) \ \ -al ra a \ \ '' a) a) ra O J \ . LL co LL N a) N N L L L \ aJ a) a a •�o ifl o o a� aa)) p it i (7 O O L " o p a) m o o t > > co L o `� 1 a1 Lc' CO o o L. p �I " Do o°'o O O O LO y U o C aEi O O 0 �°, .o a) CD "I eNi \ \ \\ 0 LL o ri N to O TO o O N 3 Co Co c c CD ", U U O0 u) C L \ \\ E E rl a1 ,-, g Z Z F- I-- m a) co m \ u v s v O \ \ \ \ \ \\ \ \ \ \ \ a) a) a) a) a) a) O +�_+ m m w > j N D. _co E E E a cl- E E E E E v a) a) J > a�i m v) v CI- a 4-1 0. E E E roaa >- >, >- 222222 m m `-1a `9 13 > m o o-Ci L E CO` CO L 3 CO p o ±o ° 'co m m a) a n a n n ono m a v U m o m ■p O = d O O O XO X OO O O CAD s ) Co co> Ca CD Co Co CD Ca CO co Co no Ca _° C Da C1D co CO UI m CO J Q Q U U LL LL LL Ci' Cis CC Cn I- I•-' > > U U U U U U G Z V) v) m (9 = z- J O f6 CT 0 CO c CC W or or VI u1 co 1n W Ifi C!) 1f1 LC1 LC) CO CO to l0 CO CO O 0 CO W O� t` t` t` n n CO N CO N N J 03 Cn a a — 16A23 O O O O CD O O 0 0 0 0 0 0 g;; -, O O O O N O N O 000000 000 000 „ -., 000 0 .••ima O Ln 00 CD CO W Cb N O O O 1.0 O tC) U) tli CD cc> ui M JQ CD N C7 N TI- N C N ch N- CD N LO oD N. M E N O .O•r Q V^ eNi an M- ER (!) CO Eh 69 69 Eft 69 69 b9 EPr ER 69 �'CA ER 69 64 Vf ill.IA- " 0 0 0 0 0 0 O O O 0 0 0 I ? c, 00 O W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O _U 0 tri m co co 6 co co 00 o d t[) O tri 're tri m CD N CO N '7 N V' N N O N tf) -I O ti N C7 O. fR EH 69 to ff? fH 69 t!-T Di 6T (N ER ea Efl C to O. te Z a)U - C as F• C Co Co Co RS CCf co Co co Co Co Co Co CO '_ ' co co Co Y � Z W W W W W W W W LU W W W W - ", W W W U C CO N d ri c-1 c-I c-1 r-i ri 1-1 ri e-I c-i e-I 1-i - ': 1-1 c-1 rl N C C• >- C.9 a 0) — P N N N- m ` N d .. M Y (] CI) .0 cco c CO n co C> iD w Y :: I: m d +. ° C Q a x a O -0 v m co + • 2 ai co ` c _0 ,e it -C t o t- - L m ? R +.. •m o o) a) 3 a) ` O. •� 3 v 0 aO. = Q _ m C1 0 0 .> CO QS CU !_ + y CO h. Y CO ua LO DO � � LLL � 52 ca � a ul CO - - C 0 t C C c a E -to E to 4.. s c a) Er? - vi c t E E E ., s~ m O. d v up L a•• r0 t- Co I- Q) Co •O C y p L a N N vt o d - D- N to v m co o. , ° O- D. a -o + o CI, C 0) ZO _ >, 0_°) to X 01 0 0 0 CO E 6- }. V m (n d tD to CD U a a to 'a @ co c t - m lao CO 0 U . -c m no = ,° ~ tin` @ CD c�CO m —v1.. 0 in v co W _c n v) a a c 0 v a C N =v m G t- 45W o o E E v o C c '" D_ c 0- CO a •? a) a s co ro ro x v) 0 O D E 7 H y o ,_ N c!• 0_ 0- 0 N ` ` C C _ U v N N To to cd v Q a a 01a O co O a v a, - E Q- ` v to J N To' co m rd E v v) Q)Q) c E v CD H H r)Q m m a v v v a) Y ,r :) . " U C C C D 'OO y C ✓) C Cn N v. 0_ Q. R ro Co C .5 c) V O 1'3 'E C U C f9 C co ri E c c H r"n co .E c d m o 0) J E _ o ro rd O 6 O ° p o Q r0 �Q a V V c c c = e0 A u ro u Q ' E Q) — d @ ro r0 C0 Y Y C Q O) < a., . oL0 CO 00 00 00 00 -1 j U U y E Co C0 7 C O J V) D •C C C 00 t- i "- •o '17 'C N Q CD a C •- .- -O = ~ �... CO Q) Q) E 00 00 00 00 C C C i Y ~+ 0 0o m Q Q •C CO .Y C C c C Co CQ C6 N Co Q) Q) Q) J (0 CO - - Q) o - 00 .Y Y Y - -' tai. tV, D- U �, g -o w E E V En O L to Y Co co t- Y D Y Q) N O) (Q 0) 7 N r`0 Y Z Co CO ,co cc� Co V) V) V) V) CC Cr Cr U CC co > U C/) H -O -6 Cn G J LL o 43 ri N m ct V) CD N CO 0) O ri N m d' ill 1D N. -.. N 00 0o 00 00 00 00 00 00 Oo 0) 0) 0) 0) 0l 0) 0) 0) J CO 2 CA 16A23 . ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MWDD/YYYY) Tit 12/0412012 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 I INSURERS AFFORDING COVERAGE NAIC# INSURED AFFORDABLE LANDSCAPING SERVICE INSURER a: AUTO-OWNERS INSURANCE AND DESIGN LLC INSURER B: 658 BALD EAGLE DRIVE INSURER C: MARCO ISLAND,FL 34145 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 'U POLICY EFFECTIVE I POLICY EXPIRATION LTR NSRRGI TYPE OF INSURANCE POLICY NUMBER DATE IMM/DDNYI , DATE 1MM/D°(YYI UNITS I GENERAL LIABILITY I EACH OCCURRENCE I$1,000,000 DAMAGE TO RENTED A /l COta4fERCIAL GENERAL LIABILITY 20550645 0810112012 �08/01/2013 PREM 5 fFR oonaenrP) I$50:000 CLAIMS MADE EX-11 OCCUR I MED D(P(Any one person) I$5,000 I i PERSONAL&ADV INJURY $1,000,000 LGENERAL AGGREGATE I S 2,000,000 I GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG I$2,000,000 11-1X POLICY�I RO- LOC i L IJPFCT � I AUTOMOBILE LLLBIUTY COMBINED SINGLE LIMIT $ (Ea accident) I i ANY AUTO I �_._-. _...- I I ALL OWNED AUTOS ' I BODILY INJURY I$ I I SCHEDULED AUTOS I (Per person) _ LI HIRED AUTOS BODILY INJURY I � I i S I NON-OWNED AUTOS (P er accident) { ----- LJ I I PROPERTY DAMAGE I I I I(Per accident) S GARAGE LIABILITY .AUTO ONLY-EA ACCIDENT I$ --.--•-._-...-- ANY AUTO I OTHER THAN EAACC I$ I AUTO ONLY: AGG i S I EXCESSIUMBRELLA LIABILITY ( ( EACH OCCURRENCE I S 7 OCCUR I CLAMS MADE AGGREGATE I$ I--, $ DEDUCTIBLE $ I RETENTION S I ( _$ WC STATU- IOTH-I WORKERS COMPENSATION AND I TORY L[LOTS FR I I ANY PRO RIETOR/ ER/EXECUTIVE I I E.L.EACH ACCIDENT I$ ------ • OFFICER/MEMBER EXCLUDED? I j E.L DISEASE-EA EMPLOYEE!$ If yes.describe under SPECIAL PROVISIONS below 1 j E.L DISEASE-POLICY LIMIT I S OTHER I i I , I { I DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT!SPECIAL PROVISIONS COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS ARE LISTED AS ADDITIONAL INSURED. FAX: 239-2524697 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(2001108) ©ACORD CORPORATION 1988 16A23 A Ion` CERTIFICATE OF LIABILITY INSURANCE ,v T( 2 D/YYYY) 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: PHONE 239-793-8500 (A/C,N(39-793-8524 ANEW INSURANCE/ALLSTATE INSURANCE (A/C.No.Ext). E-MAIL 3940 Radio Rd Suite 108 ADDRESS: PRODUCER Naples, FL 34104 CUSTOMER ID*: INSURER(S)AFFORDING COVERAGE NAIC U INSURED INSURER A: Allstate Insurance Company Affordable Landscaping Services&Design, LLC INSURER B: 658 Bald Eagle Dr INSURER C: Marco Island, FL 34145 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 POLICY EFF POUCY EXP SUBR LTR TYPE OF INSURANCE JN 10VVD, POUCY NUMBER (MMIDDIYYYY) (MMIDDIYYYY) UMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE X OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEM_AGGREGATE LIMIT APPUES PER: PRODUCTS-COMP/OP AGG $ 7 POLICY $ PF a LOC AUTOMOBILE UABIUTI' 10/08/2012 10/08/2013 COMBINED SINGLE LIMIT $1,000,000 648534780 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED AUTOS BODILY INJURY(Per accident) $ A X SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS (Per accident) — NON-OWNED AUTOS '— $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE AGGREGATE $ DEDUCTIBLE — $ RETENTION WC STATU- OTH- ND WORKERS COMPENSATION ABILIT TORY LIMITS FR AND EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under E.L.DISEASE-POLICY OMIT $ DESCRIPTION OF OPERATIONS below Q El DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Additional Insured: Collier County Board of County Commissioners 3327 Tamiami Trail East Nanit?R Fl 34112-4901 CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3327 Tamiami Trail East THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Naples, FL 34112-4901 30 day notice will be provided • AUTHORIZED REPRESENTATIVE Denise Thoman I ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD . , 16A23 AcaRO� CERTIFICATE OF LIABILITY INSURANCE °12/04/201°12 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 FAX (A/C.No Ext): (866)293-3600 ext.623 (A/C,No): P.O.Box 6090 E-MAIL Clearwater,FL 33758-6090 ADDRESS: INSURERS)AFFORDING COVERAGE NAIL i INSURER A: American Zurich Insurance Company 40142 INSURED INSURER B: Workforce Business Services,Inc.Alt.Emp:Affordable Landscaping Service INSURER c &Design LLC 1401 Manatee Ave.West Ste 600 INSURER D: Bradenton,FL 34205-6708 INSURER E: • INSURER F: COVERAGES CERTIFICATE NUMBER:11FL079834072 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. LTRR TYPE OF INSURANCE NSR WVD POUCY NUMBER (MM/DDY/YYYY) (MMIDCDPNYY) UNITS GENERAL UABIUTY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY ( PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG _$ POLICY F T LOC $ AUTOMOBILE LIABIUTY COMBINED accident)SINGLE LIMIT 3 (Ea 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 UAB OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X WC STATU- 0TH- AND EMPLO)'ERS'LIABILITY Y/N TORY LIMITS ER A OFFICER/MEMBER R EEXCLUDED E.L.EACH ACCIDENT $ 1,000,000 ECUTIVE N/A WC 12/31/2011 12/31/2012 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 Location Coverage Period: 04/01/2012 12/31/2012 Client# 053889 DESCRIPTION OF OPERATIONS/LOCATIONS/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 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 I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD