Loading...
Backup Documents 09/25/2018 Item #16D 4 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 D 4 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNAT ' Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to th f1r �D Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the Cdu. s'•tt@r(ye}i/ D Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP cu L- •,,1,� Complete routing lines#1 through#2 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 routin1 lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s)(List in routing order) Office Initials Datt - ^t 1. Risk Risk Management 2. CountyAttorneyOffice � 9�2�/� County Attorney Office ����: 4. BCC Office Board of County Commissioners 1 D 4. Minutes and Records Clerk of Court's Office eriggi tE 11 aul--" 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION 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,may need to contact staff for additional or missing information. Name of Primary Staff Ana Reynoso Contact Information 239-252-8950 Contact/Department Agenda Date Item was September 25,2018 Agenda Item Number 16.D. 4. Approved by the BCC Type of Document Contract Number of Original ' Attached Documents Attached PO number or account N/A 18-7379 Ground Zero 18-7379 Ground ro number if document is Landscaping Landscapi to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applipabblle) 1. Does the document require the chairman's original signature STAMP OK 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 AR 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 AR 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 AR signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. 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! 8. The document was approved by the BCC on 09/25/2018 and all changes made during s•.' the meeting have been incorporated in the attached document. The County /' e •`: Attorney's Office has reviewed the changes,if applicable. , 9. Initials of attorney verifying that the attached document is the version approved by the • BCC,all changes directed by the BCC have been made,and the document is ready for the41> Chairman's signature. 1604 MEMORANDUM Date: October 1, 2018 To: Ana Reynoso, Procurement Services From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Contract #18-7379 "Forest Lakes MSTU Landscape Maintenance" Contractor: Ground Zero Landscaping, Inc. Attached for your records is an original of each referenced document above, (Item #16D4) adopted by the Board of County Commissioners on Tuesday, September 25, 2018. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment 1 6 D4 FIXED TERM SERVICE AGREEMENT # 18-7379 for Forest Lakes MSTU Landscape Maintenance THIS AGREEMENT, made and entered into on this o254 day of a 1\ ("20 I y by and between Ground Zero Landscaping Services, Inc. , authorized to do business in the State of Florida, whose business address is 1907 Fairfax Circle Naples, Florida 34109 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing n upon the date of Board approval or on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. 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 and 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 prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ® Purchase Order ['Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of Request for Proposal (RFP) ❑■ Invitation to Bid (ITB) Other ( ) # 18-7379 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1604 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): transferred from the County to the contractor; and, as a business practice there are no +s authorized. 1111 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ■I Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 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 the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" Page 2 of 17 Fixed Term Service Agreement#2017-002(Ver.l) 1 6 1:14 as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. n . . . 44 _ _ _ -- -_ _ � _ _ _ , _ ___ _ _ _ Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel Reimbursements shall be at the following rates: Mileage $0.41.5 per mile Breakfast $6-90 Lunch $- 0 Dinner $49-88 Ai rfa rc •..• Rental car Actual rental cost limited to compact or standard size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine undertaken pursuant to this Agreement. 5. 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. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Ground Zero Landscaping Services, Inc. Address: 1907 Fairfax Circle Naples, Florida 34109 Authorized Agent: Aaron Gross Attention Name & Title: Aaron Gross, President Telephone: 239-821-3472 E-Mail(s): gzls@naples.net Page 3 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 1604 All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Name: Public Transit & Neighborhood Fnhancement Division Director: Michelle Edwards-Arnold Address: 3299 Tamiami Trail East, Suite 103 Naples, Florida 34112 Administrative Agent/PM: Dan Schumacher, MSTU Project Manager Telephone: 239-252-5575 E-Mail(s): Dan.schumacher@colliercountyfl.gov 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 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 Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. 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 Agreement 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 Page 4 of 17 Fixed Term Service Agreement#2017-002(Ver.l) 1604 the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor 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 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 the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. n Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. I■I 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. INC 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. .P Professional Liabilitvj Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performancc of profcscional services under this this insurance. Such insurance shall have limits of not less than $ each claim and aggregate. (l Cyber Liability Coverage shall have minimum limits of$ per claim. n : Coverage shall have minimum limits of$ per claim. Page 5 of 17 Fixed Term Service Agreement#2017-002(Ver.I) 1 6D4 Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, 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. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. Page 6 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 1604 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Transit & Neighborhood Enhancement Division 15. CONFLICT OF INTEREST. Contractor 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. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ■ Exhibit A Scope of Services, Exhibit B Fee Schedule, n RFP/ ITB/lU] Other #18-7379 , including Exhibits, Attachments and Addenda/Addendum, 7 subsequent quotes, and ■ Other Exhibit/Attachment: Exhibit M, FE, ST, W, & GCS 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. 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. 19. 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, as amended, 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 Agreement held by the individual and/or firm for cause. 20. 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)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE Page 7 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1604 CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 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. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. Page 8 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1604 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County'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, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑t 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. 24. 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. 25. n WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County 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, Page 9 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16D4 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 the County. 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 the County is entitled as a matter of law. 26. n 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 County 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 County. 27. (ii 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 the County or County'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 County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials form specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County 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 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 modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. Page 10 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1 6 D 4 30. 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. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. 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. Stat. 33. 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. 34. ri • - - _ . - .. ._..-. _ _- _ - - persons will be utilized in the performancc of the Agreement. The Contractor shall as✓ign and/or experience (2) that the County is notified in writing as far in advance as pos ible. personnel. n AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, Page 11 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1604 and each person assigned shall be available for an amount of time adequate to meet required services. 35. 1E1 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ..- .- .. - •- .,. _ me—••-• e -e-• --- - - - - - -- -. ,._ -.. .. - . _. .e ._. ._. ___ _ -..-- - -- - e•_ _ - 36. ASSIGNMENT. Contractor 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 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 the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division 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. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the Page 12 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1604 continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. 38. ■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 1604 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF OU COM ► RS COLLIE' OU� Y LO' a'= ; Crystal K. Kfirnzel, Clerk & Comptroller By .� Andy Solis, Esq , Chairman Dated: l .(SEAL) A est as to Chairman's Contractor's S . Ground Zero Landscaping Services, Inc. Contractor 4i� L &J. J & By: ''�.°'`, __J Contractor's First Witness Signa retThrl O i 1) (0 5c� PI-1 ZA-ID 1=7re)1 S TType/print signature and tit le TType/print witness nameT q.A. ,3„,__ Contractor's Second Witness TType/print witness nameT Ap► •ved as to . r an Le ality: ^da Date grASi(g Date ,\, C aunty Attorne Recd �� �`IT # . -744I 1 Print Name Deputy Clerk Oil Page 14 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 1 6 D 4 Exhibit A Scope of Services C following this page (containing 14 pages) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1604 EXHIBIT A-SCOPE OF SERVICES The following specifications outline the minimum requirements of Collier County for a prospective Contractor to enter into a contract to provide Landscape Maintenance services within the boundaries of the Forest Lakes Municipal Service Taxing Unit(MSTU). The responsibility to discern the Scope of Service detailed in this specification shall rest solely with the Contractor. A failure of the Contractor to accurately assess the Scope shall not relieve any of the responsibilities to perform under the Contract Documents,nor shall it be considered the basis for any claim for additional compensation. All sections of these Specifications may not be applicable to all service areas listed and the frequency of any services provided by the Contractor may be modified as needed by the MSTU Project Manager. SCOPE OF SERVICE The Contractor shall furnish all labor, tools, materials, and processes necessary to perform the work described hereunder,except for items that may be provided separately by the County(i.e.fertilizer,mulch,etc.)as identified. The following licenses/certifications are required: Landscape Contractor's License, MOT Certification, one (1) year work on public roadways, three (3) years irrigation system check-out and wet-check experience, and appropriate pesticide/herbicide certifications. LOCATIONAND DESCRIPTION OF WORK AREAS The areas of work included in these specifications are located as described below and/or as shown on the plans attached to these specifications to include landscaping irrigation and observation as described in this contract as follows: "Forest Lakes MSTU Landscape Maintenance". WORK AREA DESCRIPTIONS: Exhibits M,FE, ST,&W 1. MAIN ENTRANCE MAINTENANCE AREA: Main Entrance Maintenance as shown on Sheets M-01 through M-06. Main Entrance maintenance includes existing irrigated Floratam Sod(St.Augustine Sod), Planted Trees, and Shrub Bed areas as shown. Main Entrance Maintenance consists of maintenance of approximately 9,390 sq. ft. of irrigated sod areas (St. Augustine/Floratam) and 4,993 planted shrub bed areas. The species and quantities are listed under 'Site Specific Quantities' section of this invitation to bid.There are 57 trees and palms included in the Main Entrance area portion of the bid. The Main Entrance area has approximately 14,383 sq. ft. covered by an irrigation system supplied by the City of Naples Effluent water supply. Irrigation Controller location and supply tap is indicated on sheet M-05. There is a 7,148 sq. ft. swale area included in area (a) that the Contractor is responsible for maintaining by the appropriate means. A standard mowing machine may not be able to cut the grass in the swale areas indicated during the Rain season. The Contractor shall utilize appropriate manual or automatic weed cutters to fully remove grass/weed growth in the areas indicated. Sheet FE-01 details an Existing Shrub Hedge that is maintained only to the extent of keeping the adjacent sidewalk clear for pedestrian foot traffic. Also shown on Sheet FE-01 are a 688 sqft, 6 ft high Calusia hedge and two irrigated Bahia Grass areas, 1,069&2,300 sqft respectively,to be maintained. Reference Exhibits M and FE,pictorial descriptions. 2. SINGLE FAMILY STREET TREE MAINTENANCE AREA ON Forest Lakes Boulevard: Single Family Area Street Tree Maintenance as shown on Sheets ST-01 through ST-20. Single Family Area Street Tree Maintenance consist of maintenance of 130 planted ROW Edge Trees. These non-irrigated trees have been planted since September 2012 and have now become established. Some of the trees may require periodic re-staking due to excessive wind during thunderstorms and/or vandalism. The existing mulch tree rings are not intended to be maintained by the Contractor. Some of the residents have installed ITB 18-7379 Collier County,FL 1/14 16D4 mulch around the trees and staff does not consider this activity to pose a threat to tree survivability. Note that county staff has informed all of the Single-Family homeowners that the street trees planted by the MSTU are to be maintained by the MSTU and the grass areas are to be maintained by the resident. The Contractor shall perform a `monthly inspection' of the trees as indicated on project plan sheets ST-01 through St-20 and notate any issues in the Landscape Maintenance Report,including: (1)downed trees: (include tree number, location,and species) (2)trees that require re-staking:(include tree number, location,and species) (3)any observable damage: (include tree number, location, and species) (4) any horticultural issues (i.e. pest infestation, unusual yellowing or discoloration, and/or defoliation.): (include tree number,location,and species) Reference Exhibit ST,pictorial descriptions. 3. WOODSHIRE MOWING AREA:Woodshire Mowing Area includes only those non-irrigated sod areas as shown on Sheets W-01 through W-09. There is approximately 8,422 sq. ft. of embankment mowing (ref. sheets W-01 and W-02)that requires utilization of appropriate manual or automatic weed cutters to fully remove grass/weed growth in the areas indicated. The embankment areas exceed 3:1 slope and use of standard mowing machine may not be possible.The remaining section of Woodshire Mowing(as shown on Sheets W-03 through W-09) are areas which are relatively flat (0-10% slope) and can be mowed utilizing standard mowing equipment. Prior to mowing the Contractor will removal all trash debris from the area to be mowed.The maintenance includes edging of the sidewalk areas adjacent to any mowed area as shown. Reference Exhibit W,pictorial descriptions. WEEKLY LANDSCAPE SERVICE Weekly Landscape Service in the designated MSTU area(s) — details described below - shall include trash removing, mowing, edging, weeding, general trimming & pruning, post-service cleaning, and inspecting & reporting. Trash Removing • At the start of Landscape Maintenance Service on the day of service and prior to mowing,the Contractor shall remove and dispose of all trash and debris from the service area and right-of-way. • This shall include, but is not limited to, horticultural and non-horticultural debris,palm fronds,tree branches and limbs, loose shrubbery,leaves,rocks,paper,bottles,cans,cigarette butts,and other miscellaneous objects on the ground or attached in the service area and the associated right-of-way. • Disposal of trash and debris shall be at a proper landfill or disposal site. Mowing • Mowing shall be performed in specified MSTU areas, including medians, along the outside edge of the sidewalks of adjacent properties which are not currently maintained by the property owners. • Right-of-way mowing of turf and applicable vegetation is required from back of curb or sidewalk to the right- of-way line. • Turf and vegetation shall be cut to a height of no less than three and one-half inches (3'/2") and the height of the grass blade shall not exceed six inches(6"). • Roadside swales shall be mowed throughout the entire year. When mowing is not possible due to standing water or soft ground, string trimmers shall be used to reduce the height of turf and vegetation to the waterline. • All turf shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings. Should bagging be necessary,bagged clippings shall be collected and removed at no additional cost to the MSTU. All equipment guards and deflectors are to be installed and functional. ITB 18-7379 Collier County,FL 2/14 1604 • The Contractor shall use appropriate mowing practices, alternate patterns, or walk-behind equipment within narrow or water-soaked areas so as not to create wheel ruts or wear down the turf • Ruts caused by mowers shall be repaired at no additional costs to the MSTU. • The Contractor shall avoid mowing patterns that eject clippings, rocks, or any miscellaneous debris onto pedestrians and vehicles or into moving traffic. Edging • Mechanical edging of turf boundaries shall be performed with each mowing to establish a clean line of demarcation and eliminate grass root runners. • Edged areas shall to include parking lots,sidewalk edges,back of curbs,plant beds,utility service boxes,street light bases,sign posts,headwalls,guardrails,timer pedestals,posts and trees;as well as around isolated trees, sprinkler heads,valve boxes,shrubs,sign posts,and manholes,etc. where they exist. • Metal blade edging is not permitted along plant bed and turf boundaries where underground irrigation components are present. • Chemical herbicide shall not be used for edging. Weeding • Weeding shall be performed weekly throughout the year to provide a weed-free and well-maintained appearance,removing undesired and invasive vegetation on the ground(including palm pups). • Areas to be weeded include plant beds, mulched spaces, rocks, sidewalks (concrete, paver, asphalt, etc.), concrete medians,curb joints, utility bases and access boxes,guardrail bases,and tree grates, etc. • Weeds that are less than 3-inches from plantings shall be hand pulled. • The Contractor may have the option to use chemical weed-killer or pre-emergent, upon pre-approval by the Project Manager of both the location and product to be used. • Any plants damaged or killed by application of chemical weed-killer or pre-emergent shall be replaced at the expense of the Contractor within 72-hours. • Should concerns be identified regarding chemical weeding,the Project Manager may direct that hand-weeding be performed. General Trimming&Pruning • General Trimming &Pruning shall be defined as the cutting of all vegetation below a height of ten feet (10')to provide a tight,well maintained appearance throughout the year. • This includes groundcovers,shrubs,trees(except magnolias),and palms. • See Specific Plant Maintenance,for specifications and heights for various foliage within the MSTU. • Within this specification, groundcovers and shrubs are "trimmed," while trees and palms are "pruned;" except magnolias. • Both trimming and pruning shall meet ANSI standards and include the removal of all diseased or dead vegetation,old leaf growth,broken branches, and suckers at tree bases. • Groundcovers and Shrubs shall be trimmed: o at regular intervals,generally monthly, except to allow for flowering. o with heights and shapes alternating by plant variety, or as determined by the MSTU Project Manager. o to an angled or rounded shape so as not to encroach over curbs or into roadways and pathways. o in a consistent manner for each plant variety to give the appearance of continuity throughout the landscape,adjusted as needed for local topography. o to maintain one foot(1') of clearance from the edge of curbs, sidewalks, roadways, or pathways, etc. ITB 18-7379 Collier County,FL 3/14 1604 • Ornamental Grasses shall be trimmed: o after flowering, during the first two weeks of October and April (or as approved by the Project Manager). o at the base to remove old growth. o in a manner to provide a cone shape and without a flat top. • Hedges on the right-of-way shall be trimmed: o to maintain a height of six feet(6'). o to maintain a flat top and flat,vertical side toward the roadway. o to not extend over an adjacent sidewalk or roadway. o Property Owner Exception: ➢ Effected only upon written request from the Property Owner and signed approval by the Project Manager. ➢ Property Owner agrees to maintain hedge at maximum height of ten (10) feet at their expense consistent with the top and vertical side specifications as described above. ➢ Exception may be cancelled at any time by the Project Manager. • Trees and palms shall be pruned: o to clean out dead limbs,fronds, suckers, etc. o on a quarterly basis, or as needed, to maintain a minimum ten-foot (10') canopy height over sidewalks and pedestrian pathways. • For line-of-sight visibility,vegetation of any kind within turn lanes,at median ends,and along intersection roadsides shall be trimmed or pruned to eighteen inches (18") height by October 1st of each year and subsequently maintained to no more than twenty-four inches(24")per FDOT Indexes. • The frequency of trimming or pruning may be adjusted at the direction of the Project Manager. Post-Service Cleaning • On the same day as Weekly Landscape Service and before departing the MSTU,the entire service area shall be cleaned to maintain a neat and safe condition. • This includes removal of any accumulation of debris or anything generated from the maintenance performed. • All hard surfaces shall be blown-down; to include the four(4')foot area from the face of the sidewalks, gutters and curbs,turn lanes,medians,and adjacent parking lots and athletic courts. • Blow-down shall be directed toward the existing landscape median or grass. • Grass clippings or other debris shall not be blown onto adjacent private property or accumulate on the right-of-way,paved areas,or blown into traffic or roadways. Irrigation Check& Inspection • It shall be the Contractor's responsibility to inspect, operationally test, and perform minor repairs to the irrigation system on a weekly basis to enable proper and safe operation. • See"Irrigation Service"below for further description. Inspecting& Reporting • The Contractor shall inspect all plant, shrub,tree and grass areas in the MSTU during each week's service to the site for completion and cleaning. ITB 18-7379 Collier County,FL 4/14 1604 • The Contractor shall be responsible to promptly notify the MSTU Project Manager of any disease infestation, insect infestation, foliage die-off, irrigation issues, maintenance problems, additional necessary maintenance,or unusual occurrence or finding. • A completed monthly Landscape Maintenance Report shall be filled-in by the Contractor and submitted to the Project Manager no later than the third business day after the last service week of each month. • The Project Manager shall have the option to require a weekly submission, no later than the Tuesday following the maintenance week. • The Contractor shall be available for on-site inspection in the MSTU to verify work completed or to review open issues at the Project Managers request. Miscellaneous Responsibilities • The removal of existing tree and palm staking shall be the responsibility of the Contractor. • To avoid damage to curbs and turf, the Contractor shall provide and utilize ramps or other devices for ingress and egress,as needed. Damage attributable to the Contractor shall be repaired at the Contractor's expense,as determined by the MSTU Project Manager. IRRIGATION SERVICE The landscape Contractor shall maintain the installed irrigation system for proper function. The areas of responsibility shall include: • Update and coordinate the watering schedules with the Project Manager as required for monitoring purposes and make recommendations to the Project Manager as conditions warrant. All irrigation schedule change requests shall be confirmed via e-mail. • Fill-in the Irrigation section of the Landscape Maintenance Report with each submission. Service Requirements • It shall be the Contractor's responsibility to inspect, operationally test, and perform minor repairs to the irrigation system on a weekly basis to enable proper and safe operation. • Minor repairs include replacement of heads,nozzles,decoders,installation or replacement of risers,repair of minor/lateral PVC piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids,etc. • If any irrigation issues beyond the scope of the weekly service are determined, the Contractor shall promptly notify the Irrigation Project Manager. • Visual inspection of the irrigation system(s)shall be performed to check for: o Cuts o Leaks o Pipe damage o Dry areas o Flooded areas o Damaged or deteriorated valve boxes • Operational testing of the irrigation system(s) shall be performed to verify that source water is available and accessible. o Pumps are operating. o Control enclosures are intact and controllers are powered and responding to inputs. o Controller activated zone control,zone sequence,and zone duration is operational. o Rain sensors are intact and functioning. ITB 18-7379 Collier County,FL 5/14 1604 o Valves are opened and closed to confirm proper function, either manually at the valve box or at the controller. o Spray patterns deliver complete water coverage while avoiding overspray. o Water meters are registering flow and water consumption readings are recorded. • Valve boxes shall be kept fully accessible and clear of debris inside,with lids fully closed when not being serviced. • Valve assemblies shall be inspected and cleaned, with sprinkler heads, nozzles, and screens cleared and adjusted. • Only County-approved replacement parts may be used and only matched precipitation head replacements may be installed. All irrigation parts shall be supplied by Collier County under a separate annual contract. The landscape Contractor must arrange for pickup or delivery in accordance with the Division's Standard Operating Procedures(SOPs). • Repairs to defective or non-operational controllers shall be performed only after direct consultation with the Project Manager. • Major repairs are not included in the weekly irrigation service. These include repairs to valves,controllers, electrical wiring and main lines. Prior to proceeding,the Project Manager shall be consulted,the repairs evaluated and quoted. Major repairs may be sourced separately from other vendors,as determined by the Project Manager. ORNAMENTAL& TURF SPRAYING Application • Spraying of trees, shrubs, plants, and turf is to be performed by the Contractor, who must be certified to apply the chemicals(pesticides)used. • If the primary Contractor is not certified, a certified sub-Contractor may be hired upon approval by the Project Manager and at no additional cost to the MSTU. • Every insecticide,fungicide,and herbicide chemical to be applied shall be approved by the Environmental Protection Agency for its intended use and manner of application. • The rate of application shall conform to specifications on the manufacture's labels. • Applications shall be performed when the plant material is dry. • Special applications may be performed upon prior approval of the Project Manager. ITB 18-7379 Collier County,FL 6/14 1 6 D4 General Schedule • Spraying may be performed upon prior approval by the Project Manager. • Time frames: Trees,Shrubs,Groundcovers,Turf Chemical General Insecticide As-needed Fungicide As-needed Beds Chemical General Pre-emergent Post-emergent Herbicide As-needed FebI Sep Nov Jan I Mar Turf Chemical General Pre-emergent Post-emergent Herbicide As-needed Feb_ I Sep I Nov JanI Mar Records • Records must be kept of all chemical(pesticide)applications, including: o Name of person performing the application. o Trade name&manufacturer. o Date&time of application. o Weather conditions. FERTILIZER Application • Fertilizer is supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • Fertilizing shall be performed twice a year in the months of October-November and April-May,outside of the Rain season. • Slow release formulations shall be used when available. • Fertilizer shall be broadcast throughout the designated medians,planting beds,and turf areas. • Tree bases and pit areas shall be fertilized evenly so as not to produce a fertilizer ring. • Shrubs and groundcovers shall have the fertilizer blown or fan raked off the foliage following the broadcast application. • Fertilizers shall be removed from curbs,sidewalks,and any surfaces where staining may occur. MULCH Application • Mulch is supplied by Collier County under a separate annual contract at the time of application with delivery coordinated by the receiving Contractor. • The timetable for installing mulch shall be on an as-needed basis, upon direction by MSTU Project Manager. • All designated plant beds shall be mulched by covering all unplanted areas in bed. • The areas to receive mulch shall be raked to establish a level base. ITB 18-7379 Collier County,FL 7/14 1 604 • Areas to receive an initial application of mulch shall have mulch evenly distributed to provide a three inch (3")non-compacted or unsettled depth,measured from the base. • Areas to be re-mulched shall have mulch evenly distributed to provide a two inch(2")non-compacted or unsettled depth,measured from the base. • Mulch shall not be placed over valves or valve boxes that are located within mulched areas. • All adjacent areas not mulched(curbs,sidewalks,roadways,etc.)shall be cleared of any mulch or foreign debris. • Upon completion of mulching,all excess material,bags and foreign debris shall be collected and disposed of by the Contractor,leaving the overall landscape in a neat and orderly condition. MAINTENANCE OF TRAFFIC(MOT) • The Contractor shall verify current MOT certification and comply with the requirements of Collier County's Maintenance of Traffic(MOT)Policy,available from the county Risk Management Division. • The Contractor shall utilize adequate barricades, warning devices, and the necessary safety equipment according to Collier County Right-of-Way Ordinance. • Flagmen are required when two-way traffic is obstructed. • Blocking of a public right-of-way(ROW)or street,except under extreme emergency conditions,shall not be permitted without prior approval of the Project Manager and arrangements made with agencies having jurisdiction over the street to be closed. • For safe worker visibility;approved bright day-glow red/yellow/orange colored safety vests(Class 3)shall be worn by employees when servicing the area. SWALES MAINTENANCE Community-wide stormwater drainage is facilitated by the swales and ponds on Quail Run Golf Club. Location: Quail Run Golf Club 1 Forest Lakes Blvd Naples,FL 34105 (239)261-9539 • Pond maintenance is contracted separately and is not within the scope of service. • The Landscape Contractor shall maintain the swales to provide an unimpeded flow of drainage water. • Areas to be maintained are described in Exhibit GCS and include drain covers, pipe openings, and the stone riprap leading into and out of ponds and lakes. Service • Turf and vegetation shall be cut to a height of no more than six inches (6") and no less than four inches (4")when mowed. • When mowing is not possible due to standing water or soft ground,string trimmers shall be used to reduce the height of turf and vegetation to within two inches(2")of the waterline. • Methods of cutting may include,but are not limited to: o Powered mowing machines. o Powered string trimmers. • Extensive use of string trimmers is frequently necessary during the Rain season. • Prior to cutting all debris shall be picked up,removed, and properly disposed. • Drain covers and pipe openings shall be cleared of debris at each service. ITB 18-7379 Collier County,FL 8/14 • Pipe openings in and adjacent to the swales shall be mowed or string trimmed. D • Stone riprap entering and exiting the swales from ponds and lakes shall be mowed or string trimmed. • Clippings shall be dispersed, mulched-in, or removed to avoid accumulation forming a matted covering over the existing turf or pipe openings. • Swales are serviced weekly during the Rain season and bi-weekly during the Dry season, the frequency determined by the Project Manager. • A 1-page County format report form is provided to be submitted upon completion of each service. LIGHTING INSPECTION The perimeter sidewalk adjacent to Forest Lakes Blvd and Woodshire Ln is lighted by approximately 172 lamp poles,plus four lamp poles at the Forest Lakes Blvd entrance off Pine Ridge Rd. Illumination is controlled by 5 photo eyes dispersed around the perimeter. Testing& Reporting • MSTU lighting shall be tested once each month,primarily to check for lamps which do not illuminate. • Results shall be tabulated in the Lighting Inspection Report and submitted via e-mail to the Project Manager and designated recipient(s). • The test shall be conducted in the first calendar week of each month. • The Lighting Inspection Report shall be submitted not later than Tuesday of the week following the test. • Testing can be performed during regular business hours by covering the controlling photo-cell or interrupting the photo-cell electrical signal to cause lights to illuminate. The light pole locations are then surveyed to observe the lamps that are lit and notate which lamps are not. • A 1-page County format report form is provided to be submitted upon completion of each service. The Contractor is not responsible to determine the cause of failure,though visible damage shall be notated in the report. REPORTS • Reports shall be written in English. • All reports shall be emailed to the Project Manager prior to submission of monthly invoices for payment. • Report sheets in County format will be provided to the Contractor for this purpose. • Contractor's format may be acceptable, upon review and approval by the Project Manager. MEETING ATTENDANCE • Required meetings: o The Contractor shall attend a monthly field review(drive-through) scheduled 1-week before the Advisory Committee meeting. (approx. 1-hour) o The Contractor shall attend the monthly MSTU Advisory Committee meeting to discuss the ongoing status of Landscape and Irrigation maintenance, per the weekly reports, and answer any questions. (approx. 1-hour) o At the request of the Project Manager,the Contractor shall be available for on-site inspection in the MSTU to verify work completed or to review open issues. • There shall be no additional charge for attendance at these meetings. ITB 18-7379 Collier County,FL 9/14 16 D4 • If the Contractor fails to attend the monthly meetings without an excused absence,an amount equal to two (2)hours at the supervision labor rate as listed in the Bid Schedule shall be deducted from the Contractor's monthly invoice. GENERAL PROVISIONS • The Contractor shall identify an English-speaking singular point of contact with radio,cellular phone and e-mail for on-site and off-site communication to coordinate with the Project Manager. • The Contractor shall provide a sufficient crew size for each Weekly Landscape Service to be completed within one(1)day, and if required,a consecutive day immediately following. • Professional courtesy,conduct, and clothing are expected at all times. • Replacement of plants, shrubs, trees, grass or foliage due to death caused by neglect or damage by the Contractor, Contractor's employees or a Sub-Contractor, as determined by the Project Manager, shall be at the Contractor's sole expense. • Should additional costs be anticipated which are not covered within the Contract Specifications, a Unit Cost shall be agreed to by the Contractor and Project Manager prior to performing additional services. • Accidents,thefts, and vandalism shall be reported to the Project Manager on the same day as discovered, including pictures when reasonably available to be taken. CONTRACTOR EMPLOYEES • All employees of the Contractor working under this specification shall at all times be sole employees of the Contractor's company and under the Contractor's sole direction and not an employee or agent of Collier County. • The Contractor shall supply competent and physically capable employees. • At the direction of the Project Manager,the Contractor shall remove any employee deemed to be careless, incompetent, insubordinate, or otherwise objectionable and whose continued services are not in the best interest of the County. SUB-CONTRACTING • Contractor use of a sub-Contractor,compliant with all County provisions,may be requested in writing to the Project Manager. • The cost of utilizing a sub-Contractor shall not exceed that of the Bid Specification or add cost to the MSTU; including any markup, if applicable. • Detailed sub-Contractor invoices, BOM's, and receipts shall accompany Contractor's invoice to the County. • At the direction of the Project Manager, the Contractor shall remove any sub-Contractor deemed to be careless, incompetent, insubordinate, or otherwise objectionable and whose continued services are not in the best interest of the County. DISCLAIMER: Every effort has been made toward accuracy and completeness. Errors or omissions will be corrected when identified. ITB 18-7379 Collier County,FL 10/14 1604 TABLES&REPORTS The following table lists specific plant varieties and acceptable pruning for each. During the course of this contract, pruning specifications may be changed or added at the direction of the MSTU Project Manager. If changes in the table result in a different cost of service, the Contractor shall submit a change request in writing to the Project Manager detailing the additional work and price difference. Upon agreement the parties will execute an Amendment to this Agreement in advance of the Contractor performing any work. Plant Maintenance Common Name Botanical Name Trimming Guidelines Trees Bougainvillea Barbara Karst •Trim to proportional height& Barbara Karst' Bougainvillea Tree shape, 10 ft maximum •Remove shoots/suckers weekly Golden Shower Cassia fistula Jacaranda Jacaranda m im o sifo lia Muskogee Crepe Lagerstroemia indica Myrtle(Lavendar) 'Muscogee' Orange Geiger Cordia sebestena •Trim to customary height&shape • Remove shoots/suckers weekly Pink Ipe Tabebuia impetiginosa •50%heavy reduction only upon Tabebuia approval Queen Crepe Lagerstroemia Myrtle speciosa Verawood Tree Bulnesia arborea White Geiger Cordia boissieri Yellow Elder Tecoma stans Shrubs&Plants • Maintain at 48"in medians and at signs Clusia (Dwarf) Calusia guttifera • Maintain at 60"along east ROW at entrance • Hand prune only Croton Codiaeum variegatum • Maintain at 36" (Petra) 'Petra' •Trim to proportional height& Crown of Thorns Euphorbia'Big Rose' shape,not to exceed 18" •Trim leggy canes as needed Dwarf Yaupon Ilex vomitoria •Trim to 14" in Spring Holly "Nana Schillings" •Maintain up to 16" Ficus microcarpa Geen Island Ficus •Trim to 20" •Maintain up to 24" Juniperus chinensis •Trim-out brown tips Shore Juniper "Shore" •Maintain up to 8" Collier County,FL ITB 18-7379 Collier County,FL 11/14 16 D4 Landscape Maintenance Report Forest Lakes MSTU SITE: Forest Lakes MSTU Contractor: Zzz Corp FY-18 DATE: Bid No: 17-72xx PO No: 450018yyyy WEEK BASIC MAINTENANCE FUNCTIONS TRIMMING/PRUNING WORK LOCATIONS ✓ DATE TRASH MOW EDGE WEED CLEAN INSPECT DATE G'COVER SHRUBS TREES PALMS STREET MEDIAN 0 0 0 CHEMICAL APPLICATIONS IRRIGATION CHECK WEEK CHEMICAL APPLIED TURF G'COVER SHRUB _TREE PALM ✓ BLEND/NAME DATE Fertilizer Insecticide Fungicide Herbicide DATE Fertilizer Insecticide Fungicide Herbicide DATE LOCATION 0 0 0 0 0 CONTRACTOR NOTES AND COMMENTS: MULCH DATE S BAGS LOCATION OPEN ISSUES TO BE ADDRESSED: Collier County,FL ITB 18-7379 Collier County,FL 12/14 Swales Maintenance Report 1 6 D 4 Forest Lakes MSTU-Quail Run Golf Club Q Checkmark the side of fairway and service methods used. Contractor Fairway Method Hole Left Right Mower String Other Service # ✓ ��✓ ✓ ✓ ✓ Date 1 2 Q 3 dd/mm/yy 4 5 Crew 6 Leader 7 8 © 9 Name 10 \\' 11 12 13 14 15 16 17 \ / 18 Notes: Collier County,FL ITB 18-7379 Collier County,FL 13/14 4 Lighting Inspection Report 1 6 D Forest Lakes MSTU © Enter the Fixture(Light Pole) number. Q Checkmark the Street and applicable deficiencies. Contractor Street Deficiency Fixture Forest Lakes Woodshire Out Webs Limbs Other ........ ..... , , nom,. .S.. ._„ Inspection # ✓ ✓ ✓ ✓ ✓ ✓ Date 0 dd/mm/yy Inspector 0 Name Notes: Collier County,FL ITB 18-7379 Collier County,FL 14/14 1604 Exhibit B Fee Schedule following this page (containing 2 pages) Page 16 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16134 18-7379 Forest Lakes MSTU Landscape Maintenance BID SCHEDULE Provide all inclusive pricing for items#1-47.Estimated Quantities,Dimensions,and Total Base Bid are for award determination purposes only and may not reflect actual usage for demand.Work will be paid at the unit price provided.Pricing to include MOT and Disposal costs.Contractor may sub-contract upon written review and consent of the Project Manager or designee,however the cost shall not exceed the price provided on the Bid Schedule.Material mark-up is fixed at cost plus 10%.Normal Hours are from 7:OOAM-6:OOPM and After Hours are from 6:01PM_6:59PM.After Hours work will be paid at time-and-a-half, subject to pre-approved by the Project Manager. SECTION 1: MAIN ENTRANCE-Exhibits M&FE ITEM DESCRIPTION UNIT UNIT PRICE BASIC LANDSCAPE MAINTENANCE 1 Weekly Trash Removing Ea $ 5.00 2 Weekly Mowing Ea $ 20.00 3 Weekly Edging Ea $ 10.00 4 Weekly Weeding-shrub,groundcover for a weed-free site (hand&chemical) Ea $ 25.00 5 Monthly General Trimming&Pruning-entire area completed once per month Ea $ 90.00 6 Weekly Post-service Cleaning Ea $ 20.00 7 Weekly Irrigation System Wet-check&Controller Inspection Ea $ 25.00 SECTION SPECIFIC MAINTENANCE Calusia Hedge-Trim front&back faces and top of hedge to 6'feet,twice per year as directed(Approx 150ft Ea $ 75.00 8 length) 9 Calusia Hedge-Soil Drench,once per year as directed(Approx 150 ft length) Ea $ 45.00 SECTION SPECIFIC SPRAYING- Contractor supplies chemicals and application $ - 10 Groundcover,Shrubs,&Trees:Insecticides,applied to all areas as needed per month Ea $ 175.00 11 Groundcover,Shrubs,&Trees:Fungicides,applied to areas as needed per month Ea $ 200.00 12 Groundcover,Shrubs,&Trees:Herbicides,applied to areas as needed per month Ea $ 45.00 SECTION 2: STREET TREES-Exhibit ST ITEM DESCRIPTION UNIT ORNAMENTAL TREE MAINTENANCE 13 Monthly General Trimming&Pruning-as needed only,once per month-Unit Price per tree Ea $ 25.00 SECTION SPECIFIC SPRAYING-Contractor supplies chemicals and application 14 Trees:Insecticides,applied to each tree as needed per month-Unit Price per tree Ea $ 6.00 15 Trees:Fungicides,applied to each tree as needed per month- Unit Price per tree Ea $ 11.00 SECTION 3: WOODSHIRE MOWING&TRIMMING -Exhibit W ITEM DESCRIPTION UNIT BASIC LANDSCAPE MAINTENANCE 16 Weekly Trash Removing Ea $ 5.00 17 Weekly Mowing Ea $ 85.00 18 Weekly Edging Ea $ 25.00 19 Weekly Post-service Cleaning Ea $ 30.00 SECTION SPECIFIC SPRAYING- Contractor supplies chemicals and application 20 Turf&Groundcover(all areas)and Invasives on the fence(Approx between light poles 19-57):Herbicides, Ea $ 35.00 SECTION SPECIFIC MAINTENANCE Fenceline Trimming-limbs,saplings,vines,&invasives overhanging from the adjacent community (between Ea $ 85.00 21 light poles 19-57) SECTION 4: SWALES MAINTENANCE -Exhibit GCS ITEM DESCRIPTION UNIT BASIC MAINTENANCE 22 Per-service Swales Maintenance (approx 15 Dry season&20 Rain season) Ea $ 990.00 SECTION 5:HOURLY SERVICES 23 Supervisor(per man hour) Hr. $ 50.00 24 Laborer/Helper(per man hour): Hr. $ 35.00 25 Irrigation Supervisor(per man hour) Hr. $ 55.00 26 Irrigation Technician(per man hour) Hr. $ 40.00 SECTION 6:GENERAL MAINTENANCE FUNCTIONS ITEM DESCRIPTION UNIT GENERAL MAINTENANCE FUNCTIONS Lamp Pole Spider Webs-Remove from lens face of light pole fixture,as needed (Approx 15ft height)-Unit Price 27 Ea $ 15.00 per Light Pole Lamp Pole Tree Limbs-Remove from lens face of light pole fixture,as needed (Approx 15ft height)-Unit Price 28 Ea $ 45.00 per Light Pole FERTILIZER-County supplies&Contractor applies (Turf,Groundcover,Shrubs,and Trees) 29 8-2-12 So Po Mag 180;30 bags total @ SO lb/bag,2 apps/year(15+15)-Unit Application Price/bag Ea $ 5.00 1 6 D 4 30 15-0-15 Poly Plus 50%;30 bags total@ 50 lb/bag,2 apps/year(15+15)-Unit Application Price/bag Ea $ 5.00 TURF - (approx 31,250 sqft) 31 Turf:Insecticides&Fungicides,applied to areas as needed per month Ea $ 75.00 MULCH- 32 Organic Application,300 bags total @ 2 cuft ea,2 apps/year(150+150)-Unit Application Price/bag Ea $ 2.00 SECTION 7:ADDITIONAL SERVICES ITEM DESCRIPTION UNIT 33 Staking Small Palm(4"-6"Caliper) Ea $ 24.00 34 Staking Large Palm(Caliper greater than 6") Ea $ 55.00 35 Staking Small Ornamental Tree(4"-6"Caliper) Ea $ 24.00 36 Staking Large Ornamental Tree(2x4 posts,greater than 6"caliper) Ea $ 55.00 37 Staking Small Canopy Tree(2x2 posts and guy wire,4"-6"caliper) Ea $ 95.00 38 Staking Large Canopy Tree(2x4 posts,greater than 6"caliper) Ea $ 125.00 39 Restanding&Staking Small Palm(4"-6"Caliper) Ea $ 180.00 40 Restanding&Staking Large Palm(Caliper greater than 6") Ea $ 350.00 41 Restanding&Staking Small Ornamental Tree(4"-6"Caliper) Ea $ 180.00 42 Restanding&Staking Large Ornamental Tree(2x4 posts,greater than 6"caliper) Ea $ 400.00 43 Restanding&Staking Small Canopy Tree(2x2 posts and guy wire,4"-6"caliper) Ea $ 180.00 44 Restanding&Staking Large Canopy Tree(2x4 posts,greater than 6"caliper) Ea $ 400.00 45 Bobcat and Operator(Unit per Hr.) Hr. $ 85.00 46 Stump Grinder and Operator(Unit per Hr.) Hr. $ 75.00 47 Truck Operator,Class B or higher current State of Florida Driver License(Unit per hr.) Hr. $ 45.00 1604 Other Exhibit/Attachment Description: Exhibit M, FE, ST, W& GCS • following this page (containing 43 pages) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1604 w v 4 4 w H ; M u d0 E5 <C12.1O C CA 4 •, w Ho 4 p i it H r U H 4o cA a H cA O w 16D4 4. �1iikAt; I las i M :. "� -St 1� �gr ' '" yam.' lev . .44V -: AO, ... '4:6,/ 40 ja ) ttt,.4 • i4 0) "at lit 4.0 '��. 0 'T' K" a•; <3 '•m` --- V' f> S40.• y / V Q. k: J J ; a) /14 73 e 41 4 C 1 = W , i CO 73 ''"#* Op - t.) ,)," "45 It*. , ' ">4, cc _ \\. ' '.y, . ,\ :.'\\: ;.,3 ' • ,• NS, , ,,,t. , iir .., , R• 4 "}��f Ot , it,' 1 CZ L w „ .V. r , y et ,,, ,L.'.. " ' SO • ''..3 ' '4/ 1**it: * ' 4 * 141411K. • '4:4 44 1. *04444 0R If ' .1' ' " 1 110 I ws # jy A4. , titw :�+ ..� s 16D4 ,i;, ''7P 10 ' 9� : ` tom. 110.7 U) - " R fa, : ; ' s'" 4 . 7: < iitte.i4, 44 " 1i. , , l 15%., ,t,, _R agM � ) • .... 0 ..,. , . ..i,,,. ..... .„;.,,,,..„.tt.?: 0 • fr .. LU yew r+ :•.i.,,,..-„.:1 M . 1 ce tii O. :r .. ,:�, ,: 760 C. L _ a; P;-a' O { 41 '''''' •41,••''''''4 ' .t' k•. ,4,164,„:. _ • ..,,, :,. d. 5<,- ° Z gyp. tW;',iii . ile ' • ,,,,,,Ada,,- .a s fir. *lei. 3• W f -& ' 3 f. 4,. N, I J cW y,, " < < ;, 0 l L . . ;,py r \F' $ #i f* re r , <• �• :" 04 ii' i( Nir WV'; '' toy 0 ; t , te` :• *,. _'';.,, ,t,',,:',,4 a `� t C�;. • V "a 5 j S''',1 ' .• -'" — " , yg-.. i yh . ". W'� Lk 7. lit CIS /Ai' ; r ...r' '' O Y % 1604 w ,. y ,x�N, tet" • b . lie , , ,,i,x, „'., , • "''''' '''' 0 .4-* ft' $.11i* 7., , , 4„',', * '-' "",„ 'v . • '.0 ' 4 .., ...." „ f ' ''', 4. it 1 ''` =` z is >r RS CD Ptd;, . m " w ." 04 • • `x? ..v P ^ • yrs M i Yr Y ".r$'$..' `. r i ea al 2 0. cin W d t rte/ ' : '�'v:+, (. "+ ' t } ,' „ '�',s x , x 4. yy yt i{ r,, F S7` X 1604 #" •."Y7• w •• "Zff., .fit $44 - � �,y� to 4 t '• ♦< `'.+ .a �� .'Rt fMW ' Zt#10,,*** --": #1: 0:. .,;,...,:f3:: ' .7 4lit.- f...4 iCif#4, ' ,.;,. .'.''. : /-r---.—1-4 ,,.). ..:i;...- ' Afp `+w,.'7€ t'14%44" ;011. ;'q �11: '+Jr` %x111" 1 ""'"i E •w; ,. • 11, Q I- 15 C] W CO �` `Z ' t9 O :;' , pz Cap •, ` u? , may" © « cC tt� Q `r:" t3 a) In .: re , .. W W W •'t iZ IV >`' ; �,' W,. 4, IL I—' �� ,-`,:,k r , li CO �, H CO Va CZ . •° „:: ,� to .::: , co s �v j 1.0 �...0 Q) N LL {Tt _' L) LA .,.41” ,' r RS 4;c::_ i R5 6. nor y g , t.• ,,, rs " G W '' t�Y r :'xi. • y P! `� " " TdYmzu , .o, {� t' .r, i r4. ti:1. .. .» ay•� w '•''' • ' ' . foi, , x• .`. . . ;:.." 'k` Yip 1j % I, i, 4,• aT 3 a .. : < 1 " w ms, r. { rt 5 - (� 11,‘ C ia �`; ". s '"� . . i ' ♦ b T £ .� i. w 1 6 D4 • rr ♦ .< rf q'w: . .,i� ' � x ,£ tf1 „.,',4'4*" 'K f Y a k • '#,kyr„,'Y<< N irH ,,4„....,,,r,;-,;, k rte+ • �s "x>� w•Q tY��y6�,.'Y` • F kms. '_ ., » ,. g!l , . i. 7s;t , rxi: '= -Mf` , .+ 'w= f' t *; yF;� ; �. a fin • +�v NZ1µ4' � sq> �^_i.,., ...,' ,I. £ { '11 , 1 ,% til sy,k TS , • i. .'A, af•,,...,,••� � r+ ^ 1 . M� t3u .F ". 'Tin `" "."11";4".-4" "; t tz,' -", : ;,: y 4t•, "k`�t:.`,Ii-111, lam` 4" al ,;J: IZJI r ,,,, ...,. -ill , Ittoo•. ; ' ''' 0 RS k . :.,.,14:,,,,,,..,; 14. „,. re i ,.,,,t Ve 'V ft , CD 'fir" LL �'?' ii. 111FE mi t 0 , ' -.P.:.> -J • W : i ; t� "f ! "4f.�. Z,.„Nron _ � oF � ir . _ — mo w» t 41k,44 _ :, ,>, �„+� (n .. , ifs ' .,"6:,i,,. k 14 aa , / +I #,1of > , W • ' „ 1.1 ! , ' ». es. ;"L ..,',..3,' �. }� 1^ ,X moi` , .2.,' ,��'.7� 16D4 . ., ,400, .. e, (...., ,,. . : si,.. ,,,,,,,,,, , , ..•,,,• , ..,,„,„,„, • » " 3 C•il i, M* _.«Y.•Y« « . •z — " I" - n -7..,, ' :)kr ,. .,,,„....- --- . w:.. 1 MN iti,k ', R • ,�, � y „n• ar { •� ' c >”„ € V ma~ ;` + y , y Ei 11ctt «Jif �,.• Y ;+ rit f '' t" Ate, C4- '1,,,,74:+1,t'i..Vt;'';'11.7.:(!, .:".*44,,,,,,,,,,,‘.,,,,.#<,-,,!:::,•:,111. .14',#,,,,,,i0;‘,.i?''''''."'...-7:'4.,;7:: 72 :t'1 € ,.> wl 4,.. `�, ` ' • ft ,� .' rti '.y,.r:M Com„ ' 1 r »M y I i” 4 ,♦ ,y.. Y A' MHS.m �' .#,ji'. n: �' :Yi,': W • AL 4' ..V€ �.„ '-> R }; .4y. S /�) OS Li C - ' 0 •ti, s>.-.. ..•-•- ' - .2 ' '�',Y`.t:a a73 te+ ',r ,r, yk. i Z s � s ' ttS 5MI �w y♦ 40 ea y Y `. ., 3 iii +, -.. . 16D4 w v z z w H 4 H N `.., w 00 Al W � `-� O w 0c/) 4 H o z z a) z w a o ° d PI . H H i ci) HC.) O a H 0 1604 0 w w Z Z a �- • �� a; ' � i : � W _ - U ,", z— coA ,= I 44 0,5 W / Y { Qt f \` V z Z r��/� VJ oc, < O0 < LL I-- { (/) < < CD E _ Q d � ' ( pdp N - [73 1 6 D4 w v z w H z 0,1H ; M u 00 AO 7.0 � GA O � H H o A O .. _Q E1-4W H H E H U v) O 4cA 04 E- v) O w 1604 Camelia-LIT— -, �, 1 q a y% I % i r• Cil a� 0 R'� ,, � ,mss:9> .'"'.� � � � � '� !. I s V irlik • J CD (Ts v44x..0i --1‘..-.::-::. 7.4.... :::::74: .0....'''. ,,,, ...t.-ii....k,.,..,:..;:*-7,,:::::.„.!...::..;....-.....:-0:10-:'....14;...!...,-,,,,,,.:.4' \\.--,1,1:,!thli.i.k ii-, , .4--.1\ . ....; .;:"\int: CU s �_ i 4 \ ,ice y, s/ i y Al , ,, r rte• i 4 3 nA 'fir ...:.:::,:_;i:;.,,. ` ff �_ F` �� `v J 016 is :, S fir.+ � �. --..� � ,. -� ,f:�%� � .,� 0,z -, ©' „' vc+ .'. 0) .....,': '. ' .:,:2"ki-;•,:,:.:::..„ti.,,‘ ..'"' :.: , '''‘, '''' se G a i ."...4:::' .-1 44 41 4 ...0- tt4.,7k4:.'17:.--:..141,.4 .lirw : .! 0 JJ tea. P co a ` /,ems', 'f,"Y i - •tea ms`s ,S:`: '. .,,..� F .. 1604 N cA thitb F. ;: �✓.,!.'.:,,,'''''.:;;;;:,..17,„-•;''',,--4. ..s �1{ +`qr;,•' t •, . 9_ 3 X, P is •—... ., » a"�r4,4 • % 4r4 ,,--, " La k .k •'."' . ... t..dZ.R r , •,_..�/ AirR 3 irriiit411104,'� 4. 1' C '' ditif . . 0 pp., .., :,-,,,,,,....„ „! , , ,,..„,... — 0* ,''::::,,,,,,,vc.. • ... _ ••+. Iii,,,,,,,,,,,:: „...,,,,,,,,, 10, .47. .. V1 t ,s. w • ea r, --:',:',A'‘;;,' --:,- 11 go— , . -—44,: 9 — —--fit ,. - i-, . , 4 i -, 11'.. ..).4......: 4,4 03 C.) 4, •••;tf*'' '„ ' , ' (9 r ,40.,. ,3, te► x f' : r ' s V Wr^' Q `'rk a K i C �. Jt. w ea N Forest Lakes Blvd. I ; . 1. i,r ,,. ;a 0 > , :' `fr + ':� = r, S (5 .r bC „ I— • tu ' ., ....... ..',...,, „.1 ' ' . les, *• , -af,,,, ,r, . . . -a t� t� C rC ' .' J as /w . ,. !' rim 'xa ,,i • r£", ` �► (<e ,. (.1) $ .. te •r`*" ! N ea 'A • "t /s a K ..'44.,. J i� S. r'e 6. * s 0 ......,.,, . , ,., . i ' '� xi.: " R 4'4' 4Yjyama:L V,. i ' YFk,Mt fy . x Y 1604 cn '10,••,,,,,lz?, •••:•$,;., 4 ix t, ,,roll;u '''' .4,' .;-''".j''''''''.', ''''"'""„,*.rAilL;''';'I 'ON" •t*';:„,;,Agirk ,2 ''.'t4. '7:"4,141il'"'::".e4f ' ..s..*44 i I ; "A f ,, s ".: , . . ,' ,, aa 4 "»� 1,11,;;.i:]*;;; ' ;t:$. Y' \ ' ',4: '# “ . * , N 4 ' 0 cuc ifI Min Itir C.3 WK `L • ,, /I V" ', • ..JI Ae psi;, Cl) ,•.„ M( •fl.4'y r '� V�' CD . � Forest Lakes Bled. w. « �. „ W �C�+ ft',,,CO �_ .,' <r *''' . • I 1 CA C ." .. ' tit .,._.. Om 12 • • . ro CO C1 ; (D p J .firw cm '..,, . ',. tor , . rr *art :, 1604 ,...- „ ts"d'rw, / Nilli � ' "�» is�. ' gam,. ``,,, s ',J.,-.1,„,..,+:� ��_' :»: ,'" ' • i`gi��l `#':, s..,1 �Al':,i,' :„ 14, 1`4 .''4''".; �i,h.'''''"44144 'i ' `';" #1 uv.. n'♦?£✓r, �r µ. 0 joilir-'''.;:e'r 40:,;k'-''*1'''.',.44*.i, ' ;,, ' -, ,,,,,,,,,,,, ,r,:r; ''' .0.,',... „„,t,': ....;',:,,,,,,,:, ,'"' ''..''' . , ,r,...viumiiii,,, , .,. c �' • sfr., 'y; ,', ,`,:�:+ ,�, "',' •• a1 _ `V t1G . ra 'rr' '`,:., ;:ax, "�i ter" �y 4 4i 1 t i co n. C 44 1' ,, :0.' i'' ,_ ` �y m CD • . Forest Lakes Blvd.-r- to 11) Q RS F 7 K if '"t,„„'' "SW ,,Gi x/Y F• ";.:,wx `Y tti 15 • .. ,t='i . ••• " ": ..i,,, to s • �j: t ., t: yf,. .s 'wi��''► '"o-',`"'t .moi w ,` ''� - S , , .74 • co60 H - . ,,,,,,o,s. - '° • J , :1%, lit CCS t.a'`Kt r 4.44— 1U x Cl) ft u. ,,,,,, f•-,,, .),N.q-,,i','*,% ,--1,-,t .1 IK,•,•,..ick : , 5YI'' t• K" ` " y • "r • •r ',� •• "•5 1604 ,... 1 „.N,^-». ... ., _ _.... „� ,, ^1 , . e:, ,.,yw Uzi Rk • �'If`• Bfi. �, r - '":u ••• C`' F"'. gw.`:' ) c � •441, N't� t, W b ►is ��� �k +s x x '��s. lia r.'�M^.,,, : m ^., _`'.' ,`+ «,. Y s Gi �w11: f,. " < X444' inC ,i00 jorildi ,W .1.':, • .li, < i air#1 ' L.) co Ca _ *.***I ''''' m.._ »_..'.. ..*-*'". Forest+Lakes Blvd:« _.w .W._.,. " CO 40.4 "' y'2 ;fit -s • ex,* x'1P.. , •'r„ - a.c o/ 2 ,... ,...., CL l',,I.I. ,'4::'1:,, : 6 ' Ar 'x'Y HI21,1.: 4,1 1000 4 1: Y • t - J .r'.r ; •i.., , ,r. „i. 0 ^ , 1 . ' x,�'a° s. N• w ap '”' 4 r' . CDL •,••. ' * ; N .. ' i Y'.a r • ifoo.; ...0c 0 LL /fey ;: o • LL w X(• ' r = i'-. w E . " Alt .. rri .,1 • 4'''';',4 I litP 1,4 $ , ''*: "`" " 44' .44 ' . ''*, Itiosorlr: ' ' %)lir . r. .gis k a 16D4 UJ ', t s , e-'"" • .,. , 9 a , �s„ Yi 1/#410, ir<hsK ' ' 5:. " ,. M .f ... 6 TM.• '±,. 7 / : •N ' N {7i L,X /i ''',,,t 4'- *I.'. ! ,t 4" 4 'w M !y y 1R oit} Ak '0 As' ' 41111:4 ny • 7 • i �V -, , iiiiiix... ‘ '.*`•, • '°� 'a I • , C rt 4 .g- ..,,,,,t, - ,, . - . .... .-4, co nor— , ... co �' al te '`" . " _ 'gin.. cm rw..- - 't-',...-..4*.., ;' V ° • • d Z co R A hi CD N .^'Forest Lakes Blvd. - ~ ami N ., .n,'. ., Cyyk s'i .,.., 'RS S n • Eas t 4 T ' Cl. 41) 01 i „ ' :,:> L �``i, ..F E ✓% '{�y� !, s i►* M£;moi, ° !. re _ ,.q r' '� to T 44 S!' ° "«. $ 4-, AME Ln it �+ s („r of `�4. L *', 4'. fk t)7 s - - is _# a° ► ° �co , 1604 % ti: '' H tf • 4 to F , ''';',54.:41.1„e ' ` 4.10 • - . ;'' 1 'i! U) 141r:*_:". 2 ,,....!!,':',... il,;:":' '-',,'—'-','. ---';'-'t "'-'t. - .1t7-1Pvil." -, - 4... cu - ' - c� Yt V O L9 v J N -Forest Lakes-Blvd:, " . a C _, s co y f a `M1Jc co Z3 0.4 CZ 1.4":"NC i i co 4:,� :`: 2 .:*t• ti'' .... • - . 4 4, . . ,,... , a. , ,,,,,,,,., .4, .: . i cr, . , , �, . i n j §" ttr, em `� = =• ' J G� " „ .. f ns 4 � to - 4 ;. % w '•• �a a ,gy , is � 4 t L .•1,,..0,, ', 1r • ,41, ,A$ .: , . .*.,,t ii,44.0...!..,. ,, :,. f, �. ' !.;k .,f� :A C. ,yrD yxfit - yam F '','*+ ir:^ - f G..• }} ^ • ., * ',, ':::-:,1:, • 14 ":' to-7 i,,,,,... • ' ?- Arit ..:,,,;itie...-, *,4," .,.v.„",...,.. R ivio i A,r4001-yy ... / A .' ; .i % fit`b .' ` 3 0001No' '� aw l %..3,4,...*- 7. ,..r,f'> y 1604 . "..:,. -,,r i 41 .,of ., ;E, 4 ;' ` ;.} J;:,' � fi"-,�• 00 4 r.• - - • ', ... " ,fir • '1 f. ,•"'` 'i'f H 4 • i '" u, * *A* .. , : i'' ,,.,, 2.....e- II ' *--- (I) ft 1 .,. -.1 I "‘" ' ' F- i " a' Ut It + , :,.. - -- "*.- '';',4; :A i fit .A r �Y"' 3 `j' .41r)� a ,< j at -,, / ,,ry . '(' .<1 4 V cc - 1111 * of . d`" [ >; ,> %' ay 0;',.s,NiTc.,,0 w r , ,;......**:...,,.,:t.i4 ji,:lr: . Lijdo 1-'4 " „-. '.. ,,, -, '''.44e;,.'4,:';',.... '%;''''. t'4„ 4 4.= -.I Ili 4 0 r„........;J.....11,--.,i—L---;4,,--- , i.:- 44=1 �# f till "x"" 4 t •' J N ' N Q Forest Lakes°Blvd. m a) :, + . ' •,•4JG* »Y. w x x J C a k , }a) i' 441111P'.: ,-• .. , f co ... • N a <r .N §aE V cc .eiti . , ., i £ �. > ',' „air <* ,s'> , ,,,, L : r .1. , `y Ma "4» y , ,< , Q "` .` N u" er ;':<. �• ray "y , i,%t w% . A '} tl 'A- a;,` r, ' i p " '; t4* 1604 * 4* • . ' "*' .. 1.1J' ...,.... ON - " 1 I f '. 1 .meq .: M C % r 4 til' r• , `, I _...r - • In 14 2wC A'4 4 0 1 ' V 411# "' ' • : ' 5 . . i le „ " W "" Forest Lakes Blvd. a�)\ V J " ";f' r t to I - r Q I r F LS •„..••). , . ili, ./.:4,:,0 .,,-,v44,,,,,r, •r• z RS i A 4111» • .�6. :_' yM..�._ co ct 4" i ./ 11, ' i I ,.= 7+. " 4,'M,; J CZ i t • <` i ... i ,•YE YE N. a., , A : s„ ,. . „. . , , 4r,,4, 0„ /' NYrr 411 ,V 1604 3 y f • �, tr--:--m- - 0it dC y C - F y J ,,� T iZ. } N N 'v"„ M Forest•Lakes Blvd •:-- w J t� y C °�.., cr''' / LCj � �;to a � i '� 'i- 0. Z v A'::41 41) • ,Q� 5 4 ;:mpli i_ -„,:,:„ ;:.: 1 . .: .1.11.,111,11.11„,„;„::,.: ‘f..,.i.1.•••••;„;troiso:!':•••,.. • Ns' w rzy' f�gg oQ ' q3 i,:,.._:•,ii:„illi.ltillikl,,, :'::::-,-:::.1-:-::::::'!'"'. ...:.. .:.,...„,,Ii.Liiii,,:iiiii.--,".4.11:;,.''.:i."10 !LI. < di > y`i ✓ a 5lx4, : ., ":41,11%-i-,--, -.4,Nni:014:4,:° y - -,.110„:L„--"--i,, :a 1" ax max_ s ter .s 1604 t*0 " 17.17' .„, . 4r. ,,_e„ -, vi,,,, • .?, ,,,,-,,,,,, •• . t.,:",-,.• ), :, ,,'fie " . ,. ,fritz.,. .........k ;s A. �'• , ,'. "„Cis• 7 :- :i4kill: ,,„-- .4.,,,'-.4:72- : : -' ,, ...:,k, ',:r+ . ..,,.0„„,,,.+77;-, ' /vi , s ,,, ,,, ,4;, ‘,,, ..,., „:),..,...,,,,f.... 'Ictiol",;', ,. Z'',,,,7,- "P"-:, • ., • ' Ilt , )”. , ?. • . . .} 1 yrN.0 A ,NC '• « fit, ..+""": . z . .s 0 «' • t�.a�es rite -3 N AL,. dry 4 • * 'L'.'4' C [ 06 1 1-1— . C. 0 CU coet ; .. N €,r` ,.r'4, f k " �;, I F#: CD �i � v w� * °fit. .... A r . • F � ;'. K 3 Y, a t 4- ' S, 0 RS z •y. is 0, ik , .i coo V. , , . ,. • .,.. x p. ''r "4s. 4.-..-. ... 11:.„4'g,.;,,. i'ff'.1 16D4 til „. . ., . . _ ,„, ...t ,.,... 1,, ,.:• ',•::' , ::,,irOte'.4:„,'!'% t'.^:;:fiVti7,;,‘,....:• -a."".1 !/'' 110.7, .'U) 4" , *,. ' n .",,. > `%' \ ix J ( ., �' ,1 • CC � '"q '€ .444 Gk 's ��` 0. sCL 5 V p � a +, m Iv = . ., ,,,,''',':.-.:,,,. Ark .::*.* c..) co •1 . . ' , *0' 0 : ' Nii: C L;'r; '* t', 4" 0 „. Ca t..) -:.‘-.- :'.',',)> (''• '''414'.„, ,rj " • r . ..,;„ c ..., c , .. . ., „,,.,„, .„, , ,,,,,,:. ,,,, ,s , .. . _. . ,...„.,•„:„ . . ,. . c. ., 5 ' -.c.,,, — ;:,,--,-''',;f.- .' , . ,,?„, -pm„, , 4* . " t,,,,...... ,,,,,„.,,,,,,,.,„,,,,,.,... 0, ___, .ft k Er*, i,,, , ,,,i, CC W l(e it"'..^. 4. ;::,.. w ,,,,,,,,''''' , * ,,4* * ." "''',A.', *1 V , Ati?; • ''''':''''elk:1.,'*•'.4— . + t * 0 a " - C. , .It ;,.,„ ‘C),,,,,,t . ,. S. 7 ' 03 .... .0.• r , ... V' . ,r,,, • 1. lijrat''' —14' wo co k.. _, 4:10wf� i'• 44* • , `R l . I.I. LL •wow }off ,1.' +, •''''''''``44." • 4. 1604 . ,LU ,.„,°� ""-- {fix f > :it , ',fy' 14(,,:p.,4„ i , ' i -r04,1 F tn am. j �' A. ,..---------- ,,,e'' ', -%7';,-.‘,%;',-,!",-,,,"...,' , ' i r ys s f y ,L,4•14,4*.:0'•'°::>•• 0 i ' :"c<' e 0. a i co Lu - V F' 0e tvi 1 ' C4 A z , ; .,, ,,..., , , , , .., 111. ,�y0 i Xg � J�; `f • 1. W ' ft At* 1.1 ,, ''I'll*,,''''':: ''';::,.if:',A 1111 0f„ " %,Fz rW �k•� /y e or IIII , 00 ; " 7. ...„. „ , . ,. „,, 'Wititsaa,., ,thosto 1 6 .I)4 Rose et /t rikippa i.,- . M aid , ,:,. , , -/• . .. i 4.1...,. ' . t.-, + . .' 1 /w. H_.:. Z. (n I il ''''' alir ' r r „ ''';'. ", °? jirk „• # ,, . 4 4 , / x'1q ' 7` ,�y �,115:ti •v� "i ,+ M. et" t+ It• 1 v,4 > `_ 1 ' » Z +� I 1 ..,,,` . ,� .� --" ."".W" .- Ill r . ......:45.. . .. , W VirAt, 0 7 g° " a) Sti '0,4.r •n re v • O w :� E ' as 0 0 W 4 :t„ s <� , Z 1\_ s' 'r .. .t R i.�r .4 4„j i cl. Z y 11,,,^ na 2 ' s LR lit. xr `f .f , r Cn rx . 8 4.,, . .' 4 t ..., ,r. ,I . 1 ..V 'Ct W v (wry '?i, VI ti 1 t }r 11110 re 211' 444 'E " S ' Z *1 1 RS 3 1444 4,,1/4 a . 0 94i, gI , i F-U /*v 14 y' ta'7 : .'' 1` . ,' co _ . .Jif .�Y..xe ., ,L� , � , ' T 1 a. ., ••-- ' 1 6 D 4 v4 ,,,,„,,,41I k" , x j s+� ; cls i .. . 4 ,. .. 4111 • Salvia,Ln w m `- v.�. ryi 1 to C ...,_.., . : ..,..7::, ''.: .,„:"'''...t:',''..,:', MS x it.1. "CI: CD 1, I .S. IV' ,'• - - ' . ,' i •• ' . , r) •' t II S4, '*''''''':'' 7ct4e. . 4"''''' ' * lc.... *0. Adi , 4. 4-, ,,,,,,'-- :, . . . 1,01— !,'.,.,s,;!,,,,-.,.: ,,lif.. , ,,-"t.,•-.. ,,,=:voi, l'.'r- r.., ...7iffifirst„ .. cu c :..,,,.. . .....,5„.....,„.::•..,;.,.....„ „,. It.. • ,., 0. ... co 1 \ . t, „.„, •.. ..,,r):10640,4„wie RS 10 H + pyo, n .. Y 3 ,..., ... , , ..„ . . .. ... ,, .- i .4 -:- , 1,—. —4' ,* 2 cu 0 , t' a) `,6. � N Rosepetal Lnf, .' ~` • . .;< '„t .040. .s 4; µ M 5,,, ,,#,.., 4 1 0 p 16D4 • €' Tuppencetn ' .. . { CA V ` . gym, C RI ii LAJ fit '; 4.0 C5 , f 7 ,j� f a N 14. lir C k 3 a) • :,,k,:, -,-. . 4: it i . , : oft' , , -1 il- ' - *., r ,4 MI 0 Z 3 . - '_...,';T:Or P.- - - . ,. , wip- „....„ „ ,,,,, 1.11 ir , , . Ili CM1., x • ' 1. �. , .�... » Salvia Ln . " M, 1 6 D 4 k• z,,ra ; s_,, .,.. , , . „ .. • - .-.‘- 1 , ; ,..,*,‘ v) uric r*,„,„. }, . _ 10."- 40"0f0*,.*f. 1 RS !....i,' ''',;5' . Ili° .. `� 441$ C , "I41444orill • # A € '1diNi CI) 1 •1 Vi. �•�µ . I N^ CD '4114."'"P;' CD 4.4 CIS• ' A :,, ...., co .: 1 E._ „.. , .... c „. . 7:4 ,,i E a.+ d T• r„ , C 4. •.,:,.. ... . , O Lu I .. . ., 4 .4.,1,„,...,. 44 : 41k. , . ' ' z'A (1) S T ..,, 't f$44„ . .. CD •o: 0 Cry r , : J 't 4 , „ - , . . ,. I- z� . ... . .�Tuppence•Ln- : .. . ._. inn _ amu:. • 1 6 D 4 x 1111444 : g _J __ yr' F a"", l w re , \ ��. t) „1„0,2413ii;-AirOirlarniii%ii4 --• y 0 ;. . _ O 1111111111'4', 1 c� 0 et"1-,--„,_:---:-.1-"'”' „„-•••,,::,":••:."•:" 01, ----'"' ,m!","'",":00"'":.3"1."::-.":"..„ ....„„ •:„.„..,.,.„:. ...„..„ • „.„„„,„.„,„,..„„...„„ .,_---------- ''''''''',:' 2 m tv cu • 1 _ .• -:it...„:::iii,,.:.::::..:....r.:7-4,110;:,!91!:: _I 3q@ 0. L ":.,"." . ,.:,„::.::.:..:... .....,... . . .................. . ............ 4- ,... .,,..,""".",".,,„,,,f,:igt,, 0 „„,_ -- , .„.......:::.:0,,,,„,,::. a CO ti's , CO g o- cn L � j cu s..<�;� � Unca �e �� `, //� 4 ,ice •A k 1604 �SerGO ,a Lp„, ,yam i ,.9. " ' .,,,,fix 1 ' 1 cn J .: :11 .*04::::.:::,;:k. , ,:::., ; �T • V_ to40!.C!k,-- ......_ It ,. • billti040, -cs • w m V 0 W „....,,,,,:„.,,;,..,:,„40,:f3 i.r try ��:�'` �itil.::::,::- :Al:, �' CL ICU iS.:k:',:::1:;:g,1!,,Atr421!!:ii!i!i."........-).(..., I "�.: � am k� � � � � �� � r � V ms G1 � sem. N LsY Y •y /, ® r' i i ,-,a (1).t.1 ,..„::.ililzPi%1,1'.1.:Irl.,a...''''":::..,,..:...%1..-10.:.;%;,:::'!:.1::.i.A.:213064 ''''A'Air I'•.,'''.4:14,,''',. ,P-''':-"-„ 41z Iiii-, . ......4 !:'-------7:----4-,•.-,:4-"'"--.....,- . r „:: ....,..,iiiillitilit!'''''"---;'''''''',t,itE,c4,..::..r i;. kiel-NO":::::-!„..:4'.11tt.111114:1::: 0- rili,::. • ,', .....,„... ".,-,-:---- L I%Q N 0 • f N 16D4 ,. .it.a «. , ,, " _ ... ... _, ... �._�. , .... ,..M....._ 0 ', ' .%S•' 4"a ,. 'Y. Y „M. s 01:# , ')" sk Y«`s M 41l V5 0 ,• YC Cw v A ) b `•` ! E F :•, pfw, • ,x' k sj #, ,q = 1 , ! N s .. �yy J ! C V ,SJR ..a x 3. a47..' *;. 4 ` ^ `k� rn �yry,,, ` `'yam " y'a 44 Cl) +IM , ' H . \ \ „,,,,...ir , .4 uj U ' .. li ,ir i •',11.• •, i ' 4 .. its.,- a' c ...„:„ e, ' . A. ., ' 1 MI 10 CIS IS z'f /yt }` • fit' Q Skz "" {r t ',k,',:',1 ♦� LL a "'�" » »14'' K '' . i 0.1 CD . • `j , . C :` : •-, ,, t J _,,Wisteria-Ln 1 6 D 4 w z w H 4 HM u 00 i - bA Q - .. O x z z Z o a O W 8 E. itt V 4o ,- E-1 H rAO t604 t E. .. r r :� � 04- E'[ •" .,t,w ;�!,., ,,. .�'1.: :`. . t , „ �:.,4:.:.• , 4I!� x �'$,i.«s i�y „ '+;., .ids •', . 4v r i Si a � > A .� L A Zi ' -� IVB 121 „ , r •, k: , .,v... fl ...jig 1,... • i••, LL •.• "77 XV Co N CD cu trt`s P f s1�'�• .is 4 TL ft � T •n x` :tjy. V ,. �, i" . J. may. x01,is ; `y r,,. ,_t '€' y, A.1 I. ° It ' '1 " ', � � 4/J iilfr:) . . .,,,,,,, , . „. , r 'ir a•>';" s fit^•. - �':•- Jr: ` • ,..rel 0 _ 2 [ , , •.»tO •>4• M as• '.i.� ;k : to; CD s , r LL Ce a. '.i,, • ^ y» i`L'„ ' / y.� »•* '4' ,qua 11 ;': ' f .. 1604 tsi 1 Ok‘ 101 S .......0...._ © ' I► .40 '?ic 'r.::f }I oio , 70 CO CCI C W W2 CI C) $� c CC JRS ,Q m G ' ��II ! , " r fir„""` W �y ,' ie tt u_ :, ,_ . k,.1,iil N � k < N G 4.'.W.;. CZ r M .� ,. o .4-. , ,- 7..,,,,,aitiiii: , ,,, MS "� •#.'z• m',4''."", x a ''«,'i ,t <«^v. •is <3 '' .4. ,. Ma. b 1%.,..f.: ''e.,-•,1 •.,-,,,i,,,-. yam' -,.„-\,, ,,,. f4\ � ,,..;{.�"•`�.;�Y r� .w. �A} �ry fig ` .« ... ♦ .� i:,,,,,; >ls ... ..,,.w,. W''i+.\`"� •r,,\v:• ''•',. •` ' „«.�`l .•... �Yv6L y 7 • ,m,‘ ..N. � ' ' Al,s= . r ' . ,„ € s r, al M" r , � , .i.+.a * ,f to 0 ,14 i 4,1. ' r . . � N ` t ,: a �, x ” . .q 46 ; ,,'mow a. V. tii : , ' ,» f , 1604 .....:..... ...:::................,....,:;....„,,,...:‘,.....::::::z\ ft ; --,.:4,17•§1, - -J.' ".s. .4..04; m,..L,:.....::. ...'t:!.-...:.!'-•„,:,„„„, INsiart: .aj7C' „ \....*--':.-,...„..414t.tr,,,,„:4:::::::- ..„„ii>”:. 'i.':---ih...1.,:li:;::•,.."..,:,...„::.4 reltim :::!:,...„:4,t,;::::-,, "3.r.:::,.•.•,t..,..::,.':...,.:ii. •s.;,.:,•.„,..,.....,..! :4,..,..„0:1- 0100 .‘t .::.,::::,...i.:?,- ... !,.....1": 0 )*riiii �&��� ,td4'...,.::.:::40t!:s��t r ii" 3 . . .. ..',::',:l, ':*-7"i71 •;''''7,.:)..i..; :::::....--41, iiilik'...,,:i4:,,I11/-:!.: QP -a\ k Rte, g., if, CD • 1\ iziiiiiikot I— 2.w#s�` co:',•i'','.-:14:1,.. rm la a ;,l ,§ k . �_ a �Li _ /.m3S m w�d k•'xw � �" fs O ° � ed. h �!� :,� 9ap " Q) �ro�m�. V`:t Cs JeA ) .,14.1 1 -'4,7‘.'.,1:4,f:F.- :,::i;mir":.„„o*•.;ie',!'':!:!:':i'•.-.::'''''-k.:-.47.:4- 1,„,,'!":: .•:•.:..'.: 0 ) .. ..:.:. u. ,-- .• ..,......A.40,„ st.loi. 4, w k4,4,.. ,,.. •.. ,-,.::,:;,m).1.1:!::!...i. ..,.„.,,,,:.,.,:::.....„,_.: . .:::..1,0,::,,,:::!.:, ......,.. , ..,..1:,.:::,:.,.:,. :,.:iivii.:Iii:,,,o,,..vivintitiv.:::t -.11.1" -174., ,,E- f I, .........,:„ -:,..,0":„..,::,,•:.,..:;..;111-„_ ,i...„,..5 :7,-: - ,,,,,..:..ii•!;:•"e!"1,01X 8 Wp-7.-;t›.. 1""'•::--.2/-,L„:!! ';':„!1!4--,-:•,i1.11.1.4 2 '''-'•!!!------..-- **-:•-•;f:::::' '-"Iiiit:- 2 •,.---.4.f.'.,,,• .,,,,, „:„....j„,.4,1„:„i„,--,„,.....,.,...5 < ,. .,„ ., ',,-:,-,..:- -. e_, . • 1 v1 � R. ,� „.. „,...:.,::,::.:.„ , 4-:--''ic.::;'•.E401111111111111i. AN7-:•_„• — ..::•: .., iiiir',,: Zr. (�.•...,:..,:,.. ..,•,,,, _ �'� 'Amt^ y�� a ';.. • C) -;., .....„:::,-: "„:„:-: „:„,„.,:, „;0„,,,,z, 4.. ,,51! 0 ...i„v„..::..„...:.„ ,,,I,,,,„:::,,:::::: ,v. 3' �Ci „,,,)1,4•,1 '':::-.• •H.... .„.„,,:,.., -•,•.:.,z-: I L,L....,CD rti:‘,4!:110k4iitio .:g.T.i -.,!'s.:,,-,:„„:71iAlidifip.,:,;:,'",::::::,,,:,,,110,1.:: :kiifl::,4,ftk ANN& '''''::::;.:'..4Q:A!;,1?'"-. glia 1Jk • ..,:,, ,.„.2.„,•,.::::,:,... , (z 1::::.„,.„.„„4„:„4,:,„,,.,.,„4:::„,::1,:. •••,,•,,ki.:•,,,,:,:e,:427!•,,i;.,T,:l..-ii v.,--;.-.4-iir gilt:--------_,,,--4:1••0%„„,„-•-., -;;;;•:1- - .-•.:,... ...,."----:' - g x - (� O «oes :„..„:„...:, ,,. ,±, 1E :*.%74,.,!:..4t,-.. „- :i.i:::::•11,1.•„-.,..1::.! N:..:::..„.3.1„.„1::..„.451„..1. , . -------, ...„:„. ,.... .„,,.....„:,-, 4°: 7 1604 O 1 1"" 2 Va 7. v # 4 ,,,- ry : wit -.# ;, �:'- '+ a. • 3 Ur a cu ; r ? r Cly ; g cry � •. y. I ,), ..,, ''':;,,' , ((IA '-'rt:/'''-'4,It",''''4,117-f:::,,,- ,..:t w -104.,/, , ,,, ..., I-44T: ,,::''' '-,,A ' - }r k :: W it '� 'mss AA / �� / ` oma '"''4,i ' ai ,-',, ,;:i.,::::, ,,,,,LIk,,;:. '," . , .14,,,,,,,," t ,::: .,\ ik.,:t:' II. ' ',1 n of 5 L y - � . = ''' 44 . :-.::°,..,d%,t-044, 0-. ,itto!d(1.;.'* ' ., ,.::- lki.-, - ,:i2i,. tif:-.* .!'',, '';iii rts r co --- .,,,J° '' ,,,,'r '',; '1,1ft„ t° :, ' - '..,a,-,,,:,''',,,,ce:1 cn t'''''t: '/;;;Li''.“;.}:;.'*; <'\''''*. 44. y ,, , , J .4.44 . AA /Ai ;itt;2•4:10;t„ '-, ,3': '.. 4 4.4,y 1•. ' ••4:.° ffA u se 1' -•' ,,, � {,�. Alit Ci rr"' ,-,,,t, re ''''c t .4''''''' -:-:.;;;;A;::, . it ' rt° ; ¢ : s ; ' 4 , _ ., �..0 d rte` .,,< c : .- y::'. .2 1604 M.' t:11r .3rt . m^`A.. YJ. Y *iv : S ''�= . �L., ,, S',-tea - 9 -.-4 ', 4,...4 •• .;.',4*1 4 t, ,, ..... „ • ,7 .„,„3„0.), ,.. •••• 3,„n44', ~ 3 .- k ,,yyk' Y t i > r, ",fix Ne. r• a 0)s .1 ", '.. y fir * �' > r '�i•. 41 �'' A ..,; „fir f C 4 I NM ilk $ 4. " i 0* CC 141 #,.� {4� V + >, air � .a �. n i� C ; „w •7 •° ,fit " >. ..' `' '"'��-. /a) i'' CO •,'i` .. � s % 4 ' 5 T .%4 e3 " mss t. �r. ." ; C • {► g Fri'= :' m L ;• >�' far•M1N *. CU 1. ,' ` �. RS s• .4. .. Cliji ...'4. i , = U— 0) • , i 4 ;- C77 *fhlr%r,F• { O i ;i 3 r y, N{ CO c• • > A .. C Za i, 7f r � > [ K •. It lk.. w 1 4 t•s err t ,s. .,� n..�..�> ,..:,...,�.:�. ,"' ".....,, ..''•4 ._^t ` ,, € / 'T •>;�..-k. �' li ea V+ .. d4" . '4':k."• ,,�,"F ... ..., a.. ,.; `�`i it o �r LL wo e'41 ,. t 1 Y f 1 6 D 4 ',+ t' cif rr ", likak4:,. ..... .:air ` YY j':„.= L r.}.µ 5�x r .std, jy. ', X ','i'" : lit 11 ME . ' •`�, NO r W > Ws i / �H,.♦ ,� < ....,...:-.4-4? 'y ' ` ';I::.*' '' : •4; V! 3 ` w .HH . af1 , "�',OW, Ki a' s • i .:,, • cn I. , ' ' kuY • Z • M ! ' ' / rn :,f, `It.7A4,"; E 1:1) 0. �'' . " '" Sr, l t 7„ 2 .`., a 1""4r.. ",r7•: Q :xz. .,..r• ,Y ..1" ? 'F3. 4, LL Oa ie� r ' q" ' 4Vi W .ice ` � � €: 'r'''.4,4i. 3;.. � s� 3 i tt I. - . . ' _.., 4v . .'4 At'' f4 .Oa� , #iYp 1 b .. ;z. e tn . , „ ,tr . . 7 ' '.•'''-'11- , - ' . ...-- .,,,, .4- t " / l',-,,,,,4... " „, •• If •• ••• .,,•„ „444,4 , ,..„,,,:. , . ....At,. ; • e4f I • M c , .*:A. t* .o 4: '* ' . ''''''' ,41/4,. ..% � zE�� ,yx :fit. �, co '- w w, • • • S , x • ♦ . . -"k• ` a'3 r ~�'a : •. .v " ..an ,ww. y *.7•:'''...''," x vs: i; iiiipi ,,10 '.45: •";s:•;''6'''r:;'��,., =,ire x, - .4yi,i, € . r;�•y r= sis, „,,'•• „o= iF ,r?' 'f F'f•..x' •;=--,:,--1.0,4::;t3,-' ;fir, /, "� ;'. ” 4'F ; z'• ��•/,=.' is0'r. -tvif/{TJ'nF•,�!����.,^'...� f/ .»y'i '�..'%rui„'� �%�.r r,:',��. 4 i` lF eys ..64;;;,,A„„,'„ Y; ,sf/� x r^„ G! • s.,.`,`•- '5� :11,,v-,5,-!., �” p,,; ".>x==. a :;ice;;; s. ' ,,,,, ,,,„,„,,,,,,,•„; ' 95g' , <••S•• • Aoer „ 'tea 1604 04‘40.- ' 1 ,.•. , ,,c,„. : z - tfi . l .. on.., ,.#.4 . '''. ' . •''. • ';‘,,,,:k,': Z' • A Y •'Zr4#E' ', P' M! ` 145 -111 �'i . . . 410 >Ir� a = fi ?' C tV _ ,y! 'IS„tet~ , q •f -:'''‘,.. ' ';/t, A 0 --'--- • ,:: o 0 , ,.., .,,,i„, k. . ..,,,,,• ,,...,...„ 0 w ; (4,., A,,,,,,,:.','..„ . ^ .— ':1.:1 5 C ,••:4,7,,:,;••,. :: 'A il 'SS::'' ;4' ''''+' , ,t .:. cu ilii. , 4„:.. ,,,,,,,,,,,, „. ., -*s N -..,1„,. " rfi .1441 i ft. °' , co , • .„ . , \II, .,, pi al . ,,, l, .. , ,...,,...40.04:: ,.. ' ' '' A''' . '''`'*:;,' ").' i4Z1?%•4':,...,:-.. ' Ll- "! t,x- - .1..41 .. " s- .._....„,..„---''''..7-..- ."'"I _ it v esti s, :,. \ , ,,.;sy ` , A ' •' 'r• } 1� `' �J M... . - _� Y ;:- ' . ,,, 'R , � . ..« .. " x, S% ♦ • a ' , „IA i Zir ,'' F,Y f ice: • '. ---t,.•� s.»•,..,w Q� tv Y ,, "57, 78£ ,', '?, '',,1:, , ” .300. 4 'C A. (in ,,,( * 1.' "i 'fir.. / S�'S� • K. `.•', ` ,V )i ,er r, R . »-}., **441* ••. ' ii4 .f4+ ' 4014.' ..,... ' ,..,„ o ` ".M .#5:�3=F s ,....., .�%t '� ,•:"""'._ ` w ,'''�5 •. # '. 4100• ; L o . �`� • -re,' c4 ' � .,•. to e Q'' ` : , r" #.--. N ''� N ' --'-i'.'' i ,., ,;. .kv, ,24. l'..,✓,y'fits •b µ ; / '.`:.♦C C 3 415 `£s:='41,41 : �..e \ �& .z' : %n=. .:s- ."p �:. y-," ,r„ . ,sfr: ,4' ,w 414,, » 16D4 . , . ii.„:„ ,,,. , „ .... x.S',+.,,,r, 3 ,by r,»�> t, ' • S .rt:.! • 1 %m as E .1 ,5 f • • 4i * r *. ••.i' :W..�: .4,, ,, r '�f ,:4 ` �/� n r// s • r y • fiJ o `I . • ; Fla 4,-4. > g !- ' i R '� > paligior s.. :h.1.4 ''' € v N" Oaf"' 3' ;w • "M�y.'"r,"r.".4 .r •S <F`.,x L t,•0. .(. I'r LI. .-;,,�q, 3.-`' r .•I$'-„ x x a*•. ";".?.444 4 v,%!*,0 '.rr r'1�+T!4%f`ki4. .�nr„Jr. .,4-*,.:, ,`,x'1'.4-00 .. a» - 4.t-t'-*#• t is drys, .r: ".' ' \,-..•->vA : 1604 %?l . b r Ya yy.�,, • r ...._ „, � ' i . , z! . � s . 46), ,... > . :„ ,.. ... „ ., It OM ••.• t,A '4.4 f ' R N" 4" d. v' - ^.,,,t.«..+ ,>7^4",r .•*':+..*4-'-�r 7::''''''''7"'""" ***;'r ^_`A M. •.« ♦!..rrM.,i. ..-a;'w^ir♦.w♦ 3'l7 .R,.,.ri.'W . a ^ R}"* 4* � , * • Z ' 44* "4t My. ? � * ? '..A.y O. i CO tb '6 tri. �ct Y"' ¢ s yy/�� M. *• :ani ' t*Y'l� .• H! 9 ..� C Al a t i "0 .K r„%. •eL } _ »� sl qtr, 'x A• •'�"�'�♦ 'IeR I* .... .. '",x R� L lu, 5 ,k U'r f`,� . 4 �i/ p 0 , ,A*, .''' ..1' ..r ,,, , , , e .. . ,,. ,,, ,b., • . , 4 i 1- 1:5 co el*. ts,. , "x..) wIcel,''';7#1 44:` "1/7:#' 6 4,M. 4 . .. ,.. till i�'fy�' •s .t 4 A . . r3 , *4,***.• *, -, :. ets , ..... : . A ..., , 44 At CI p r r .4' t'" '*.- x. -� o. i`, „« » ` r.'+° �'+` zags L r ^rw" t '�aa .. * S- ' > , 1604 w V Z 4 W H 4 H ; M u 00 CA ir, Q a ':• U 321-r Att O cA O A z cn CD H o O or,2 Zw 1 z O a E..: ° H HH . H z O 4 a H cA O i 1604 ,, , ..,4t.. .„1,,,,,,ii.14 , . ,,,, ,s k is r $•• I. k4. A' O. Y s 11.76*-. .; n f S r 19 t� - , a ° "� M - t^ 7 I, 44 4t.,,,,, t r e 6 x c ele ih ° .-yob .. € 1 . i,:-- ,,, .‘,.,,,, ,,,,,„ 4 , e 44, 40%04, .4. .,4b 3.,„ 4I, r * ., , 00 A4,04,I :'''':':':' It".,: I . 1.1, .. k , 0. a t MI ' 2'"'" ' 64*L4°*140444414411,7.41.026;14:01 'e' V *1'i ,;" '1 '''l ''. 6'1'' ; a , i t - :s.-2 i ,,-„, :,44.47=, , ,:..., P0'44 .,:.e,lart1,7.-044,.':* .4---• ot ' . ,.'°''''''': '''' 1 i { r'.,:,,:i ' • ©ysLJ j " x w • I, a * -.2. '-),,, ,,•-•:-'',-,-,,,:4,, ;444,44.,..44.408444:111 c ,' ' 440 ,, Icr ' +'" g• `£" `.”.1',i' ,+a, 5 "''"ffi .... rte. 4 'L. 7 F ..4-.!4,& %tro - ,,, ''''' . -.4.it* .3i.,„ , 4,--* '`--Xs ' 1111 "° - " , - 1 I .' i .,» & fir: EE- A /� �+ �./ q 1604 4- 0 + N 4o L i Cr, a, 4- 01 A--1 tp t-I r-1 I5- v Q _CU QJ N U Co a) Co (1) `n i U a v `°N 4- c Co o L7 N E 4-, f— N L X = — Lu 0 U = +' N N 00 CT N ON a) 4- baT-1 CO CO O O N c-1 ■ i m ■ ■ ■ N I m ■ O 1-1 LO m m O c-1 N ul O 00 Cr O N t11 J O C71 O CO N O c-1 m ■ ■ ■ ■ c-1 01 d r-1 M ■ I N in G(1 c-I N N is, ' c-1 VD 1 c-i 1 GJ ) c-1 Ni m in it) N C10 CT OF 7-1 cr.)] --I c-1 r-1 r2, c-i 2 1 1604 DATE(MMIDD/YYYY) ACCORD CERTIFICATE OF LIABILITY INSURANCE 08/20/2018 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 have ADDITIONAL INSURED provisions or 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 Andrea Hamic NAME: Al Purmort Insurance PHONE (941)924-3808 FAX (941)924-8799 (AIC,No,Ext): (A/C,No): 3340 Bee Ridge Road E-MADDREss: andreah©alpurmort.com INSURER(S)AFFORDING COVERAGE NAIC# Sarasota FL 34239 INSURER A: Westfield Insurance Company 24112 INSURED INSURER B: Ground Zero Landscaping Services Inc. INSURER C: 1907 Fairfax Circle INSURER D: INSURER E: Naples FL 34109 INSURER F: COVERAGES CERTIFICATE NUMBER: 2017/18 Master 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 AWL EFF POLICY EXP LTR NSD SWVD (MM/DDUBR YIYYYY) (MM/DDIYYYY) LIMITS TYPE OF INSURANCE POLICY NUMBER X COMMERCIAL GENERAL LIABILITYEACH OCCURRENCEDAMAGE $ 1,000,000 CLAIMS-MADE X OCCUR PREM SESO(EaEoNED rrence) $ 150,000 MED EXP(Any one person) $ 1,000 A Y CWP0104249 11/17/2017 11/17/2018 PERSONAL BADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 X POLICY JECOT- LOC PRODUCTS-COMP/OP AGG $ 1'000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED CWP0104249 11/17/2017 11/17/2018 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) _ Uninsured motorist $ 1,000,000 UMBRELLA LIAB ACH CURB"NCE 1,000,000 X X OCCUR EACH OCCURRENCE $ A EXCESS LIABCLAIMS-MADE CWP0104249 11/17/2017 11/17/2018 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITYY/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Contract#18-7379 Project description:Forest Lakes MSTU Maintenance Collier County Board of County Commissioners is listed as additional insured as required by written contract,but only in accordance with policy term, provisions and exclusions.For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E. AUTHORIZED REPRESENTATIVE Naples FL 34112 /7/, 2Q.51 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 16D4 Date CERTIFICATE OF LIABILITY INSURANCE I 8/20/2018 Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. rights upon the Certificate Holder. This Certificate does not amend,extend Holiday, FL 34691 or alter the coverage afforded by the policies below. (727)938-5562 Insurers Affording Coverage NAIC# Insured: South East Personnel Leasing, Inc. &Subsidiaries Insurer A: Lion Insurance Company 11075 2739 U.S. Highway 19 N. Insurer B: Holiday, FL 34691 Insurer C: 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 ADDL Policy Effective Policy Expiration Limits LTR INSRD Type of Insurance Policy Number Date Date (MM/DOM) (MM/DD/YY) GENERAL LIABILITY Each Occurrence $ Commercial General Liability Damage to rented premises(EA =Claims Made Occur occurrence) $ Med Exp $ General aggregate limit applies per: Personal Adv Injury $ General Aggregate $ Policy ❑Project ❑ LOC Products-Comp/Op Agg $ AUTOMOBILE LIABILITY Combined Single Limit (EA Accident) $ Any Auto Bodily Injury All Owned Autos (Per Person) $ Scheduled Autos Hired Autos Bodily Injury Non-Owned Autos (Per Accident) $ Property Damage (Per Accident) $ EXCESS/UMBRELLA LIABILITY Each Occurrence IOccur ❑Claims Made Aggregate Deductible A Workers Compensation and WC 71949 01/01/2018 01/01/2019 X I WC Statu- I 1OTH- Employers'Liability tory Limits ER Any proprietor/partner/executive officer/member E.L.Each Accident $1,000,000 excluded? NO E.L.Disease-Ea Employee $1,000,000 If Yes,describe under special provisions below. E.L.Disease-Policy Limits $1,000,000 Other Lion Insurance Company is A.M.Best Company rated A(Excellent). AMB#12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 37-66-375 Coverage only applies to active employee(s)of South East Personnel Leasing,Inc.&Subsidiaries that are leased to the following"Client Company": Ground Zero Landscaping Services Inc. Coverage only applies to injuries incurred by South East Personnel Leasing,Inc.&Subsidiaries active employee(s),while working in:FL. Coverage does not apply to statutory employee(s)or independent contractor(s)of the Client Company or any other entity. A list of the active employee(s)leased to the Client Company can be obtained by faxing a request to(727)937-2138 or by calling(727)938-5562. Project Name: CONTRACT NO.18-7379 FOREST LAKES MSTU LANDSCAPE MAINTENANCE ISSUE 08-20-18(SS) Begin Date:4/11/2005 CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY Should any of the above described policies be cancelled before the expiration date thereof,the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left,but failure to BOARD OF COUNTY COMMISSIONERS do so shall impose no obligation or liability of any kind upon the insurer,its agents or representatives. 3295 TAMIAMI TRAIL E _ -— NAPLES, FL 34112 js r.ts/` --- ---