Loading...
Backup Documents 09/25/2018 Item #16D 5 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 05 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SI! ` : + 4 Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwar' d 7l'�. .`•�''�:.. 3 Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. SEP 2 5 201 D **NEW** ROUTING SLIP t Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the docume t is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward:to thele( MAggffice. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management �G ?S a 2. County Attorney Office County Attorney Office q 91P 4. BCC Office Board of County tp Commissioners ,s I c )' 4. Minutes and Records Clerk of Court's Office / Q iaeI t to.,.k. 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,ma need to contact staff for additional or missing information. Name of Primary Staff Ana Reynoso ! P41-thons``15 Contact Information 239-252-8950 Contact/Department Agenda Date Item was September 25,2018 V Agenda Item.Number 16.D.5. Approved by the BCC Type of Document Contract ✓ Number of Original Attached Documents Attached PO number or account N/A 18-7380 Green Effex, 18-7380 Gree ffex, number if document is LLC LLC to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) f21. Does the document require the chairman's original signature STAMP OK A IU (0- 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 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 the meeting have been incorporated in the attached document. The County J Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the /,���, BCC,all changes directed by the BCC have been made,and the document is ready for the a Chairman's signature. 1605 MEMORANDUM Date: October 1, 2018 To: Ana Reynoso, Procurement Services From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Contract #18-7380 "Golden Gate MSTU Landscape Maintenance" Contractor: Green Effex, LLC Attached for your records is an original of each referenced document above, (Item #16D5) 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 16D5 FIXED TERM SERVICE AGREEMENT # 18-7380 for GOLDEN GATE MSTU LANDSCAPE MAINTENANCE THIS AGREEMENT, made and entered into on this Q5'1day of x`11., WrYtibQr 2018 , by and between Green Effex, LLC , authorized to do business in the State of Florida, whose business address is 4555 Radio Road Naples, FL 34104 , (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 ■ upon the date of Board approval or on and terminating on three (_) 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 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) III Invitation to Bid (ITB) Other ( ) # 18-7380, 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) 1605 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): .. . .. • _. . _ • - e . ._ •.. - - e - -- ; _ - transferred from the County to the contractor; and, as a business practice there arc no satisfaction of the County's project manager before payment for the fixed price contract is authorized- 1.1 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. INI 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 1) 16D5 as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 et • - : -: Travel Reimbursements shall be at the following rates: Mileage $0.4'1.5 per mile Breakfast Lunch Dinner Airfare Actual ticket cost limited to tourist or coach class faro Rental car vehicles Lodging Actual cost of lodging at single occupancy rate with a c p of no more than $150.00 per night Actual cost of parking -•... . . •... . ..• 111 .. . . .._. . . i1.... ........ 111�. •.. • 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: Green Effex LLC Address: 4555 Radio Road Naples, Florida 34104 Authorized Agent: Janet Acevedo, General Manager Attention Name & Title: Telephone: 239-774-5263 E-Mail(s): Janet@greeneffex.com Page 3 of 17 Fixed Term Service Agreement#2017-002(Ver.t) 16D5 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: 239-252-5775 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.1) 1605 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. �J 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. n Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1,000,000 for each accident. D. ❑ Professional Liability Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ each claim and aggregate. ❑gyber Liability: Coverage shall have minimum limits of$ per claim. .-. ❑ : Coverage shall have minimum limits of$ per claim. Page 5 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 1 6 D5 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) 1605 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Transit & Neighborhood Enhancement 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, ❑ RFP/ Iii ITB/[ Other #18-7380 , including Exhibits, Attachments and Addenda/Addendum, n subsequent quotes, and 1E1 Other Exhibit/Attachment: Exhibit 1-Master Map 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) 16D5 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) 1 6 D5 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. [I 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) 1605 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. ❑� 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. ❑■ 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 from 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 5 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. n KEY PERSONNEL. The Contractor's personnel and management to be utilized for as many people as necessary to complete the services on a timely basis, and each person and/or experience. (2) that the County is notified in writing as far in advance as possible. personnel. IN 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 1 7 Fixed Term Service Agreement#2017-002(Ver 1) 16D5 and each person assigned shall be available for an amount of time adequate to meet required services. 35. U 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. , ..... .- - .. _ ,.-. .., . .- -• --- - - - - - -- Executive Summary, the terms of the Agreement shall take precedence over the terms of precedence over the Agreement. To the extent any conflict in the terms of the Contract the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 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.l) 1605 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) 16D5 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 Co .NTY COMMIS •NERS COLLIER '4 N FLORI ,P . Oryst K. Kinzel, C rk &Comptr• er ce` (1- By: 4 AlAil. - r . Solis Es.. •/ , Chairman Dated: ,. i1 e q'. (SEAL) test ab to Chairman's signature only. Contractor's Witnesses: Green Effex, LLC Contractor Cde By:----7&--(;//2-(/-7 Con racer' First Witness Signature �/ - II -) - Ar vii??7_ 17.LI/)i 1 7� 0,,e//7e r _'_,.,_ aJ get ; /, : _ . ;1 TType/print signature and title?' TTyp:Q►"�"'i - ameT 46- Contra. or's Second Witness 3a.no\ Cap urcl.a Type/print witness name Item# DfJ Ap• •"-• as to For and L ality: Agenda ��`� Date C� ==1-I a IP '' .j-- - b� un A Date Recd Print Na e 1( I , Deputy Clerk - j tto Page 14of17 Fixed Term Service Agreement#2017-002(Vent 16D5 Exhibit A Scope of Services n following this page (containing 1 2 pages) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1613 5 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,principally on specified roadways within the boundaries of the Golden Gate 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. LOCATIONAND DESCRIPTION OF WORK AREAS The areas of work included in these specifications are located as described below and/or as shown in Exhibit 1. WORK AREA DESCRIPTIONS: 1. SUNSHINE BLVD: (Work Areas lb& 1d) a. Sheet No. 1 -Improved Median on 18th Ave SW @ 40th Ter SW. b. Sheet No.2- i. Medians#1,#2,#3,#4,#5,#6. ii. Segments#7,#8. iii. Improved Median on 18th Plc SW @ Sunset Rd. iv. Irrigation Controller,Pump Station,Electrical Shutoff,&FPL Meter located on Median#3. 2. TROPICANA BLVD: (Work Areas lc& 1e) a. Sheet No.3- i. Medians#1,#2,#3,#4,#5,#6. ii. Pedestrian Shelter on Tropicana Blvd @ 31st Ave SW. iii. Pedestrian Shelter on 28th Ave SW @ Tropicana Blvd. iv. Irrigation Controller,Pump Station,&Electrical Shutoff located on Median#4. v. FPL Meter located in alley behind 2841 Tropicana Blvd. 3. CORONADO PKWY: (Work Area 10 a. Sheet No.4- i. Medians#1,#2,#3,#4,#5,#6,#7,#8,#9,#10,#11,#12. ii. Irrigation Controller,Pump Station,& Shutoff located on Hunter Blvd,Median#5. 4. HUNTER BLVD: (Work Area 1g) a. Sheet No. 5- i. Medians#1,#2,#3,#4,#5,#6,#7,#8,#9,#10,#11,#12,#13, #14. ii. Irrigation Pump Station located on Median#5. iii. Irrigation Controller,Electrical Shutoff, and FPL Meter located in alley behind 2243 Hunter Blvd. Page 1 of 12 16D5 WEEKLYLANDSCAPE 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. • 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 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. Page 2 of 12 1 6 D5 • 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;"with the exception of 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. • 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. Page 3 of 12 16135 • 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. • 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. Page 4 of 12 1 6 D 5 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. 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. Page 5 of 12 16D5 • 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. • PARTS: Irrigation parts are available for pick-up under a separate Purchase Order, currently with Florida Irrigation Supply(FIS). 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. 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 Feb I Sep Nov I Jan I Mar Turf Chemical General Pre-emergent Post-emergent Herbicide As-needed, Feb I Sep I Nov Jan I Mar Records Records must be kept of all chemical(pesticide)applications,including: • Name of person performing the application. • Trade name&manufacturer. • Date&time of application. f `"`' • Weather conditions. ��` Page 6 of 12 1605 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 at prescribed intervals throughout the year. • 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. • 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. • 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. Page 7 of 12 1605 • 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. 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. MEETINGATTENDANCE • 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. 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. • 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. Page 8 of 12 1605 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,Bill of Material's(BOM),and receipts shall accompany Contractor's invoice to the County. HOURS OF SERVICE Work performed at the specific direction of the Project Manager and billable at hourly rates shall be invoiced as follows: • Normal Hours -from 7:00 AM to 6:00 PM • After Hours -from 6:01 PM to 6:59 AM After Hours service must be pre-approved by the Project Manager at each occurrence. MARK-UP • Material mark-up is fixed cost at plus 10%. DISCLAIMER: Every effort has been made toward accuracy and completeness. Errors or omissions will be corrected when identified. Page 9 of 12 16D5 TABLES&REPORTS The report below shall be prepared and submitted to the Project Manager to identify work performed and issues to be evaluated or addressed. The minimum frequency is monthly and may be increased as deemed necessary by the Project Manager. Landscape Maintenance Report SITE: Golden Gate Beautification MSTU Contractor: FY-18 DATE: WEEK BASIC MAINTENANCE FUNCTIONS TRIMMING/PRUNING WORK LOCATIONS ✓ DATE TRASH MOW EDGE WEED CLEAN INSPECT DATE O COVER SHRUBS TREES PALMS STREET MEDIAN Q 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 00 - 0 0 CONTRACTOR NOTES AND COMMENTS: MULCH DATE N BAGS LOCATION OPEN ISSUES TO BE ADDRESSED: Collier County,PINE Page 10of12 CO3 1605 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. All changes to this table shall be submitted in writing to the Contractor for implementation upon approval by an amendment to this Agreement and approved by Contractor and County. 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 in advance to performing any work. Golden Gate M.S.T.U.Trim&Prune Guidelines Common Name Scientific Name Trimming Guidelines Shrubs •Maintain 24"rounded ht.&2 ft. offset from back of curb,within limits of clear sight areas Bougainvillea Bougainvillea glabra •Frequency:Remove shoots weekly (Dwarf) 'Helen Johnson' •Bi-seasonal 50%heavy reduction only upon approval •Maintain 36"rounded ht.&2 ft. offset from back of curb Bougainvillea Bougianvillea spp. •Frequency:Remove shoots weekly 'Silhouette' 'Silhouette' •Bi-seasonal 50%heavy reduction upon approval • Trim to 36"rounded ht. Firebush (Dwarf) Hamelia patens •Maintain up to 48"rounded ht. 'galbra' •Frequency:As needed •Trim to 36"rounded ht. Plumbago auriculata •Maintain up to 48" rounded ht. Plumbago 'Imperial Blue' • Frequency:Remove shoots weekly •Trim to maintain natural rounded ht. •Maintain up to 60" rounded ht. Saw Palmetto •Frequency:As needed for shape and to remove dead (Silver or Green) Serenoa repens stems •Trim to 36"rounded ht. •Maintain up to 48" rounded ht. Schefflera Schefflera arboricola •Maintain 24"rounded ht.in limits of clear sight areas (Dwarf) 'Trinette' •Frequency:As needed Accent Plants Page 11 of 12 1 6 D 5 n/a n/a n/a Golden Gate M.S.T.U.Trim&Prune Guidelines(Con't.) Native& Ornmental Grasses • Trim level at 2"above grade&2ft. Offset from back of curb Pink Muhly grass Muhlenbergia capillaris • Frequency: After blooming or in March and July for 100%rejuvenation • Trim level at 2" above grade Sandcord grass Spartina bakeri • Frequency: Once per year in July for 100% rejuvenation, if needed Ground Covers • Remove dead or diseased foliage and flower stalks •Frequency: April and October Blueberry Flax Lily Dianella tasmanica • 75%rejuvenation cut only upon approval 'Variegata' • Uniform shape to 18"ht. in limits of clear sight areas Crown of Thorn Euphorbia milii •Frequency:As needed (Dwarf) 'Big Rose' •Uniform shape to 24"ht. in limits of clear sight areas Juniper Parsoni Juniper chinensis'Parsonii' • Frequency:As needed • Mow at 4-inch blade ht.to tip foliage Perennial Peanut Archis glabrata'Ecoturf • Frequency: Once per year in June •No pruning necessary except to remove dead or diseased foliage Spider Lily Hymenocallis latifolia • Frequency: As needed • 100%rejuvenation cut only upon approval Page 12 of 12 1605 Exhibit B Fee Schedule following this page (containing 2 pages) Page 16 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16D5 #18-7380 Golden Gate MSTU Landscape Maintenance Bid Schedule Provide all inclusive pricing for Items#1-79.Work will be paid by 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 it shall not exceed the price provided on the Bid Schedule.Material mark up shall be at cost plus 10%.Normal hours are between 7:00AM-6:00PM,after hours are from 6:01PM-6:59AM.After hours will be paid at time and a half,subject to pre-approval by the Project Manager. The County has elected to not award line items#39-40 and#51-52 Section 1: SUNSHINE BLVD&IMPROVED MEDIANS-Work Areas lb&ld Exhibit 1, Sheet No.1&Sheet No.2 ITEM DESCRIPTION UNIT UNIT PRICE IMPROVED MEDIANS-Not Irrigated Improved Median on 18th Ave SW @ 40th Ter SW: items 3,4(Edge only),6,7;serviced as needed per month 1 (Sheet No.1) Ea $ 9.99 Improved Median on 18th Plc SW @ Sunset Rd: items 3,4(Edge only),6,7;serviced as needed per month 2 (Sheet No.2) Ea $ 9.99 BASIC LANDSCAPE MAINTENANCE 3 Weekly Trash Removing Ea $ 37.50 4 Weekly Mowing&Edging: Medians Ea $ 75.00 S Bi-Weekly Mowing&Edging: Side ROW,(1)Mower Pass Ea $ 63.50 6 Weekly Weeding-shrubs,groundcover for a weed-free site (hand&chemical) Ea $ 112.50 7 Monthly General Trimming&Pruning-entire area completed once per month Ea $ 675.00 8 Weekly Post-service Cleaning Ea $ 42.50 AREA SPECIFIC SPRAYING- Contractor supplies chemicals and application $9 Groundcover,Shrubs,&Trees:Insecticides,applied to all areas as needed per month Ea $ 59.00 10 Groundcover,Shrubs,&Trees:Fungicides,applied to areas as needed per month Ea $ 59.00 11 Groundcover,Shrubs,&Trees:Herbicides,applied to areas as needed per month Ea $ 59.00 AREA SPECIFIC TURF -Contractor supplies chemicals and application 12 Turf:Insecticides&Fungicides,applied to areas as needed per month Ea $ 79.00 13 Turf:Herbicides,applied to areas as needed per month Ea $ 79.00 IRRIGATION MAINTENANCE-Contractor utilizes Cell Phone capability to access HydroPoint controller to conduct Wet-Checks. 14 Bi-Weekly Irrigation System Wet-check&Controller Inspection Ea $ 85.00 Section 2: TROPICANA BLVD&PEDESTRIAN SHELTERS-Work Areas lc&le Exhibit 1, Sheet No.3 ITEM DESCRIPTION UNIT UNIT PRICE BASIC LANDSCAPE MAINTENANCE 15 Weekly Trash Removing Ea $ 37.50 16 Weekly Mowing&Edging: Medians Ea $ 82.50 17 Weekly Mowing&Edging: Side ROW,(1)Mower Pass Ea $ 63.50 18 Weekly Weeding-shrubs,groundcover for a weed-free site (hand&chemical) Ea $ 127.50 19 Monthly General Trimming&Pruning-entire area completed once per month Ea $ 575.00 20 Weekly Post-service Cleaning Ea $ 42.50 21 Weekly Irrigation System Wet-check&Controller Inspection Ea $ 85.00 AREA SPECIFIC MAINTENANCE 22 Pedestrian Shelter on Tropicana Blvd @ 31st Ave SW: Items 1,3,4,6 completed weekly (Sheet No.3) Ea $ 91.75 23 Pedestrian Shelter on 28th Ave SW @ Tropicana Blvd: Items 1,3,4,6 completed weekly (Sheet No.3) Ea $ 91.75 AREA SPECIFIC SPRAYING- Contractor supplies chemicals and application 24 Groundcover,Shrubs,&Trees:Insecticides,applied to all areas as needed per month Ea $ 59.00 25 Groundcover,Shrubs,&Trees:Fungicides,applied to areas as needed per month Ea $ 59.00 26 Groundcover,Shrubs,&Trees:Herbicides,applied to areas as needed per month Ea $ 59.00 AREA SPECIFIC TURF -Contractor supplies chemicals and application 27 Turf:Insecticides&Fungicides,applied to areas as needed per month Ea $ 79.00 28 Turf:Herbicides,applied to areas as needed per month Ea $ 79.00 IRRIGATION MAINTENANCE-Contractor utilizes Cell Phone capability to access HydroPoint controller to conduct 29 Bi-Weekly Irrigation System Wet-check&Controller Inspection Ea $ 85.00 Section 3: CORONADO PKWY-Work Area 1f Exhibit 1, Sheet No.4 ITEM DESCRIPTION UNIT UNIT PRICE BASIC LANDSCAPE MAINTENANCE 30 Weekly Trash Removing Ea $ 37.50 31 Weekly Mowing&Edging: Medians Ea $ 53.50 31 Weekly Mowing&Edging: Side ROW,(1)Mower Pass Ea $ 69.30 32 Weekly Weeding-shrubs,groundcover for a weed-free site (hand&chemical) Ea $ 167.50 33 Monthly General Trimming&Pruning-entire area completed once per month Ea $ 475.00 34 Weekly Post-service Cleaning Ea $ 42.50 35 Weekly Irrigation System Wet-check&Controller Inspection Ea $ 85.00 AREA SPECIFIC SPRAYING- Contractor supplies chemicals and application 1 6 D 5 36 Groundcover,Shrubs,&Trees:Insecticides,applied to all areas as needed per month Ea $ 59.00 37 Groundcover,Shrubs,&Trees:Fungicides,applied to areas as needed per month Ea $ 59.00 38 Groundcover,Shrubs,&Trees:Herbicides,applied to areas as needed per month Ea $ 59.00 AREA SPECIFIC TURF -Contractor supplies chemicals and application 39 Turf:insecticides&Fungicides,applied to areas as needed per month " Ea 40 Turk H lcIgles,applied to areas as needed per month Ea $ IRRIGATION MAINTENANCE-Contractor utilizes Cell Phone capability to access HydroPoint controller to conduct 41 Bi-Weekly Irrigation System Wet-check&Controller Inspection Ea $ 85.00 Section 4: HUNTER BLVD-Work Area 1g Exhibit 1, Sheet No.5 ITEM DESCRIPTION UNIT UNIT PRICE BASIC LANDSCAPE MAINTENANCE 42 Weekly Trash Removing Ea $ 32.50 43 Weekly Mowing&Edging: Medians Ea $ 43.50 43 Weekly Mowing&Edging: Side ROW,(1)Mower Pass Ea $ 69.50 44 Weekly Weeding-shrubs,groundcover for a weed-free site (hand&chemical) Ea $ 107.50 45 Monthly General Trimming&Pruning-entire area completed once per month Ea $ 375.00 46 Weekly Post-service Cleaning Ea $ 42.50 47 Weekly Irrigation System Wet-check&Controller Inspection Ea $ 85.00 AREA SPECIFIC SPRAYING- Contractor supplies chemicals and application 48 Groundcover,Shrubs,&Trees:Insecticides,applied to all areas as needed per month Ea $ 59.00 49 Groundcover,Shrubs,&Trees:Fungicides,applied to areas as needed per month Ea $ 59.00 SO Groundcover,Shrubs,&Trees:Herbicides,applied to areas as needed per month Ea $ 59.00 AREA SPECIFIC TURF -Contractor supplies chemicals and application Turf:Insecticides&Fungicides,applied to areas as needed per month' '400?' Ea $ S2' Turf:Herbicides,applied to areas as Stud per mOnth Ea $ a IRRIGATION MAINTENANCE-Contractor utilizes Cell Phone capability to access HydroPoint controller to conduct 53 Bi-Weekly Irrigation System Wet-check&Controller Inspection Ea $ 85.00 SECTION 5:HOURLY SERVICES ITEM DESCRIPTION UNIT UNIT PRICE 54 Supervisor(per man hour) Hr. $ 45.00 55 Laborer/Helper(per man hour): Hr. $ 34.50 56 Irrigation Supervisor(per man hour) Hr. $ 42.50 57 Irrigation Technician(per man hour) Hr. $ 34.50 SECTION 6:GENERAL MAINTENANCE FUNCTIONS ITEM DESCRIPTION UNIT UNIT PRICE OCCASIONAL MAINTENANCE FUNCTIONS Lamp Pole Spider Webs-Remove from lens face of light pole fixture,upon request (Approx 15ft height)-Unit Price 58 Ea $ 258.00 per Light Pole Lamp Pole Tree Limbs-Remove from lens face of light pole fixture,upon request (Approx 15ft height)-Unit Price 59 Ea $ 55.00 per Light Pole FERTILIZER-County supplies&Contractor applies (Turf,Groundcover,Shrubs,and Trees) 60 0-0-22 So-Po-Mag 180;43 bags total @ 50 lb/bag,1 app/year(43)-Unit Application Price/bag Ea $ 2.49 61 15-0-15 Poly Plus 50%;5 bags total@ SO lb/bag,2 apps/year(5+5)-Unit Application Price/bag Ea $ 2.49 62 08-02-12 Palm Special;6 bags total@ 50 lb/bag,2 apps/year(6+6)-Unit Application Price/bag Ea $ 2.49 63 08-02-12-180;130 bags total@ 50 lb/bag,2 apps/year(65+65)-Unit Application Price/bag Ea $ 2.49 MULCH-Material supplied&delivered separately under County contract 64 Organic Application,per 1,000 bags @ 2 cuft ea-Unit Application Price/bag Ea $ 2.49 SECTION 7:ADDITIONAL SERVICES ITEM DESCRIPTION UNIT UNIT PRICE 65 Staking Small Palm(4"-6"Caliper) Ea $ 41.00 66 Staking Large Palm(Caliper greater than 6") Ea $ 81.00 67 Staking Small Ornamental Tree(4"-6"Caliper) Ea $ 42.00 68 Staking Large Ornamental Tree(2x4 posts,greater than 6"caliper) Ea $ 62.00 69 Staking Small Canopy Tree(2x2 posts and guy wire,4"-6"caliper) Ea $ 45.00 70 Staking Large Canopy Tree(2x4 posts,greater than 6"caliper) Ea $ 85.00 71 Restanding&Staking Small Palm(4"-6"Caliper) Ea $ 91.00 72 Restanding&Staking Large Palm(Caliper greater than 6") Ea $ 101.00 73 Restanding&Staking Small Ornamental Tree(4"-6"Caliper) Ea $ 110.00 74 Restanding&Staking Large Ornamental Tree(2x4 posts,greater than 6"caliper) Ea $ 135.00 75 Restanding&Staking Small Canopy Tree(2x2 posts and guy wire,4"-6"caliper) Ea $ 115.00 76 Restanding&Staking Large Canopy Tree(2x4 posts,greater than 6"caliper) Ea $ 145.00 77 Bobcat&Operator(Unit per Hr.) Hr. $ 52.00 78 Stump Grinder&Operator(Unit per Hr.) Hr. $ 79.00 79 Truck Operator,Class B or higher current State of Florida Driver License(Unit per Hr.) Hr. $ 48.00 16D5 Other Exhibit/Attachment Exhibit 1 -Master Map p ❑■ following this page (containing 5 pages) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1605 z \ ' W W H � �4 X11„m a) t / ' , ,,,„:„.,,;„, ... „.:, , „....,:... , ,,,,„ . ,...,,w ,, � , , , zEs„/i �r:: ij y ..: ,,,,,,i;.#4..1.,;,,,, a: 6ai • 3 , ., ,L ,,,i: ,.,,,, L.LJ „--,/,,,, ., .:t 114,1flitA , ,,,,,, a � a i" , erg r , , , [� ,, '�' s.'Clocry�,14 t �' �' � ''''L§ m ,� '��4" �� =k.� ��, `moi.° f� .i.,-•141.1-,,:_� � � 12"� � � s`"y�N µ 4e •� }�y i - . �.::. ,- st,,, ,,,4 . .- 't' 11`•''./;If t°',it • t, . 1 't ' i1ir;i ' ' ryg ' I'' a < r viii 14...--1- ° ry. o `n 'rte. i/ s � 44=„!i,,,4I,,''-t-,.,,t',',,, ,,,4,1;0'1)*,.-,,,” ,,,,ills,4 n. - : A' 'iv `'"1,--,..4,;,4,4 :-,:""'" ,It. , 1 --,'4, o • G �$ , L -i-- b d A ..t.,,„,' '- - , ',''.•0,'''' / '' I'''d e w.v "f'/� '�, Y ti se ,� ` g '�.,rgy' O O 1605 H31- k s a.•• a ._ zH a` d "a � x 6, cv iii ,,,,zig,,,,,,,,,.., „,,,„„,,,,,,i,,,,,, .; 11 '.',...7'':".il 71`," '4,'1 W VW Il H�1V-V3Nesfp ar e aorr� z 4 F ." ,,x 4„.,,,,.. .,.....,;:i„:' , i ��'A ax�,.,..'i-.;',.: a f4',.'tMg ay -0. 3 �` , ��:.; � 70.p.. xCCQ- . aEE/ ' LAtet;,•:.0';:,:4:-.:.,- Po� r � 0�; E as • 4;4 tiii c!:*4); '''';';:i.;I i'--4-Z. :,' Hfit•,,41.4'.'-,,'''',... ,,!!if Z 03 i. ,t, 4, , ..*.,,i,.....':,!,::::::',. ' , ,':'r_ -,1,,,,,..:„, 61-11,. ilm ,,, 47..,,, -.!"....:. ::,..........,:::,:..,.:_,,,I., x ,r ' �-" < ` 1-- 11.,-;,-1.49!:'''' l r et W O nZj - O � {" �� o� a , L*' Y ��� ' d mk *a °giR� ' W£ aa �` � :.- ty � a :� s " r' S9s. q „ ,s Q40sa yam WSe �' %W ' , # ai � vI�E_ • 1 >- 3- Q la CD Q Cr : w s taw O: ''it.„.;,,,' fl ° � Vis, IX N.g � 1••k 3f y Q_ ) � e_ • a� r r : � PZi.'''' _ "-- W7 ' cr 'Z.:,, "omss „ �.'✓.s};� fmay{ tW .,:.... ._:,,,, 4 . ...1,s,,,,: l'ii.;.'.4."1: :;..'il..-„,iiitt,,,l'...-1,.., '' ':''''...f4''••::•.:..4.:,, ' ,4 - 4 • ,.. :: 4 04_ n NIl K( 04� $ i 'T- ys �i Vda6 '' ti. # ih � w b[ —,.',,,::,,:,1,#.',,,,,I.„,,„ ` 8 X _gY,� f " ahs Q)�!i:.' d y B� v '�y { pv" ' � ' t F ,. r c"r „a. -V3H31VW V4 33 1605 V-V 3NIl H31VW p , ' W.,, ,..',..---;, t:','":., '.. ':,...,. ,:, '‘...1i-tit'..'.',:.?...!..:.,,..''......4:-' ,s,:;.,-- ':.' -i,..,•'4 W k4:.:-.. .:,14.-,... ;f4::4Nn ;,,, ,0„. .:.i:,,,,,,t7.7.-.?...!,:', '4:t4ita,,,(.1::':'::„,,,,is.:f....;7;4:71)1 „..,,,,,,,,!taieosiit.,.1,......:,,,,.. '..:‘,.---ii:.,..:- ..,;,..;.,s' '.'1/4.,:...i,... -• '',..:.:ii'it:*.,3,,e,.4,.. .';... -...'-- ‘-ifil -‘,wi.'s''''.:-,-,,,,, „ ,, :„Th ' „.„44 ,,ii:,.,4‘,7 ,.;-,..41 a) iiiki,:, r,,,, ,,,,, . f, 1 7..t...:-'..,,,xt 14:, „:„.::,..zz,:.-.;.,....., ,,,:,,,,,.::, . it 1 11)14 . F "x r�` Mx cr-::'-',',:,-.'1,;:ii.:14. / r t al & ":::..-..:.:J.: �', » tax .....,::''',:,':.',,;\'.., - < ,. ' fifi ...,..,..„ , ., 4-4.,,,..-. .., —. ... - ...,....".,,,,,-,.: :0!iillft:;:;!:§?,,, -1:3 .*:::-1 !,7:.:„....i..,••;,•,,. :,,,, :,q,•,.:t .:...;•,,,,,',.': y' ,.!''",i 1 I 0 i ph tl ost , rte "A : ;I1 ::::.'..::', :-.."... ,,„..:i4."." ,-,4.;,,,,,-- 4.'4.'-;1:44,4,:' ''','.'"-•4 ',..;:,,,,i,:titv;,...,.;.'e".:.,:"."K.'°!' ',-.. .,:r......,:t ... .....!..,..,,,,' iiit,.y7 '-i. ,:-0,,. -,,,,,,,,,,,,,, ,..,,,,, ,t,. *'.. ,''''1.;•,,"t'r,4 41'„nit':'.4'4*. iff10), s ,, s � t i_ ��,° f.‘4 .':-:,::::::::,;.4.!.,...:1.71.. ..:,:,.. Vis-+ " � '' 3' ,; "r ,� - �� ro n. .:'.:-.; 1.1110: , ...„::::'1 '''''''.:, ,:-.;..;,: ':*"*.I*14:' , . ,,.-''''' �' .. a Ag itt_,,.421,..,',i. -; ..41;o: ,' „,/,,,i.:sil'..'..', '..,.,/*7-4' 4 ,,.. , . ... q,? .*.-..t:;,''' z as t �i� - F. 2 a °;*:;„:- pP .', gygg � ., sa ..v . u !., rg'tfr'`P:;:,, ,.-,:fici.,,,,,;is � &z"^ , �., ` - °'� € n Mit 5 { 03 ir 0-i,!' ,-!1..:--it. 1; rs .. t CANAL CANAL ',.1-:..4„.,;'-.: :„..:",,-:.`,...t._:„. i til}u ',..,..i.:,,; Z d !? a a�t ' ZQ ,.p.:1:131 ci °I. : ,,:":::.?..:4:7:' '''--:,-- Atilf..... .:/ill,;.4 r- 3 t,..?":!,.....:It..,:'?‘",*,,:.;.:4.'ti.„‘siA:''''4.42:,..4'1,,,et".• f,•:'4, ,,ct 03 ♦* t W -:*SFX � liiii,,,,,,,,, .. �+ �`St h k e. � t 4 L} , -; 4,-;:f„;;,- ' : cut , .,. , '% a. r f 'fir ' >t �"i.7)......:...-7,-,,:c,riy,,,1:1:-'' ''' l',,,,,,.:11',::-...,:ri:iii.',,,,:r ;,:...i..::,,,, ' ,- {�I a �. x L,.. ,;;,.„, „.1::.!,: -.- , ,..i..,...,t..\ •,- ..„,,.1 t f " Q 15 ih , ,� ter. 4. t �.� * Y,,,7::,,,i:., t� .,, ! . # ? .',. 0 �a ct '. . ' --ig.,,• ••,, 7::.,;77.:0 -.., .„5° �:: yL.+ a � e F � - CD V-V 3N11 H31VW Q 0 W W , `� G ct ,moi O 1605 Tr , :• rE #h '' fw� , •ag•am/q .'.e _ e• • 1,.. ... ., '''j":';tz 14.4101 ,4,1.'' .'.--•** '''''":1%t ' '. -io,,ki,,7 .10,...tx..,1-".""'., ,, ' 4ir,,, ,* , :-44 , ,.. ,,17. 4 O VW1. HO13NiV-V H a; Ia! . �.M":";•:',,-;:";,-;: . ,x. rt,$' - ,'e � ';',';„44,4; -!",4054041, ��1� '° ;- v-8of K .4d � •;<,r ."r.fi" ' €�^° , fimej ;h° e Z�• �>*sr a f 0 0• o w E Png♦ am. Og _ w:#. ct 70 W. fo ,4. ....--40.-,, ,,,,I,441.,,, ,,--, itg , ,,,,.„,, ,., ...,,,,,,,,,,,„ , . ,,..,,,,..„ ‘ „:.,,, ,,.,, ,,,,,_ ,r - ,..,1,,,...,„*.,...,. ,.., ,, ,.„,,,i046. .,,,T4.,... ,,,, .::,,,,...,,,t ... , ,A, , , to ,., 47, .,,„,, • iii 4**::::,q41;'• ' ''S:,!I''; .�• it as x,& ‘.',:''-'''4,. S"':',,''' -,:—'''';_,,,,,. , '-i,',;1:1-f!---3,';'4*.' .101, M &1'a ill VI, ]N11 HO.VW 1 6 a 5 in ,n :','.::::;.* z P . _ la • % 6w.,,,,,,,,,,,,-,..., :i44.,::,,-:,;; a.: H��tK r'iig ' ' F �tb,�L�� ".' .•:".‘,,..4-,;:k..4,,,,,,,,,,•„,,k,-,-, ,,,-,%,.: t� ,,....,k,v1 ,.-.; „..-,,....-..,,,, :.:4:4 ,. . ,,,, ,.:,i.g.s,...,.,,,•;, `' ' t s O jam•,',--,:•.%,".::•,;!','"'-'°''. 'm �' " ra .^ x '` , ,,.' t.. . .,...t. , , . -4,4# ,., .:fi'4,4 ' ,:4,:: .,4 ' a 1:-,,,,;‘,.i.,.::::,...,:::,,,..„ ems g at vPx a r,::::''''''144:;"i';',6; c ' r?„5: :::•:7'-4;("::,,,-ti,f,AL :••;!...0.,•iiii,!,:'''''....7',: gi.'7; ,:,°t:;..Ift',,:.Rilit..,,,'7.A!ili:. '.';',414. ,, *xi:,::,--,,,i,.ig2,111.p,... --':::01!, ':„.?!;,,,,,,,:';;',3f •••:.",,,,,,,:t.'/,.,i.-.41EkttA 1 ..,.#(..',.',:',!•?,,4`il,.-'-'-';,.;.;,:'.4',,,I.iirl..:NA1,4 -411:,.,::„.pir:"...1.15,... ;.....„7-:,;:1!:':':!;..7,-'12,1,41'.'::::.4 '''...."-'4 Ittii 41 19,147,,,,,;„,1-!:,:.'ii777-iijp-iit.:,..,,,,,,: ii,:!,.:.,:..t.. .,, ,,;t: 1.14'.'•••:;y::14.•:',':•'!::',.,.,:,4:41:'-,4,4V4'' ili.:,::t:',,..,..::.:}:::;';,,ii-.:.::;i:;'''';'::.':'it_II iitNil-'17 LLI 4�F z lit:::::,; '-',- a �' °f :4`: k` ',,r''4::•,:',:.,:.',4.4ZA 0 iiii1J:171:1 ex W { ,. fir. t t. -4,p'',' k.a � �" � .4!;;;,,,,c4,24* ay {• .gip .- ' tad: _ , y 4" ;;;;M.•:::!„....' :' ittliag','11* ' .8 g .&F iF '� -A ,.'yid .,3 3 g '.Illbli'''''''Czi` --15!.''' 7 a 1 „a Abd ! q ro,3r _ dvf�-.4114,4 la. E milft-i, ,1 ::,......:41,,,, ,,,,.,„,?,,,..i..a...:,,,.,, ,..zio... ...i.„,,...,,,...,1. , ,,,,t kt stilli k.,•'E'.. ',..:1::'1 t''''t- 1114,*,'- '414.401 4.%7T*t'', 4 � . '� 2r arm , .•1 J D d ' 0 1605 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD,YYY,' 07/02/2018 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 POUCIES 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 PHOMatthew T Smith NC Smith Insurance & Bonds N: n 2039 W. First Street (PHONE FAX (866) 976-2185 IA/C.NoI :(239) 791-1074 Suite 7 E-MAILDRESS; msmitheflsuretybonds.can Fort Myers FL 33901 INSURER(S)AFFORDING COVERAGE NAIC A INSURER A:Fla Citrus,Busineas & Industries INSURED (239) 774-5263 INSURER B: Green Sffex LLC INSURER C: 4555 Radio Rd. INSURERD: Naples FL 34104 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:Cert ID 624 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MMIDDIYYYYI (MMIDDIYYYYI COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) S PERSONAL 8 ADV INJURY $ GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S _ POLICY )Eo- LOC PRODUCTS-COMP/OPAGG_S OTHER: S AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per acrd) S AUTOS ONLY AUTOS _ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) S UMBRELLA UAB OCCUR EACH OCCURRENCE S _ EXCESS UAB CLAIMS-MADE AGGREGATE S DEC RETENTION S S A WORKERSNDSATION YIN 10645727 08/26/2018 08/26/2019 g PER EETH- .RR AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE EL.EACH ACCIDENT S 500,000 /M OFFICEREMBEREXCLUDED? N NIA (Mandatory In NH) EL DISEASE-EA EMPLOYEE S00,000 If yes.describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT 5 500,000 S S DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remadrs Schedule,may be attached I more space Is required) 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 ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3327 Tamiami Trail B. AUTHORIZED REPRESENTATIVE Naples FL 34112 44) 7 I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Page 1 of 1 1605 GREEEFF-01 GFELL ACORO' DATE(MAVDELNYTY) CERTIFICATE OF LIABILITY INSURANCE osrlorzols 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 POUCIES 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). PRODUCERACT Misha Redecker Risk Management Insurance PHONE 239 278-3939 FAX 239 278-4853 PO Box 62487 (ac,No,Esti:(239) lac,No):( ) Fort Myers,FL 33906 j ;misha@riskmgmtins.com INSURER(S)AFFORDING COVERAGE NAIC A _ INSURERA:Ohio Security Insurance Co. 24082 INSURED INSURER B:Ohio Casualty Green Effex,LLC. INSURER c:Lloyd's of London 4555 Radio Road INSURER D: Naples,FL 34104 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP �M� LTR INSD WVp IMMIDI11YYYYI IMWDDIYYYYI. A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE X OCCUR x BKS56055338 04/10/2018 0411012019 PR£MISESO(EaENTEDactxmVrrce] 5 300,000 _ MED EXP(Any one person) a 15,000 _ PERSONAL&ADV INJURY $ 1,000,000 GENLAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 I POLICY X Yea LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: S AUTOMOBILE LIABILITY COMBINEDSINGLE LIMIT S ANY AUTO BODILY INJURY(Per person) S AUTOS ONLY _ SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTO ONLY era 0 Y TAMAGE $ S B X UMBRELLA UAB X OCCUR EACH OCCURRENCE _a 1,000,000 EXCESS UAB CLAIMS-MADE 58055338 07/27/2018 07/2712018 AGGREGATE s 1,000,000 DED X RETENTIONS 0 S WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LWBILITY YIN STATUTE ER ANY�PREOR/PMREIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT S (MFodato lnNH)EXCLUDED? I l N/A (M E.L DISEASE-EA EMPLOYEE S If yes.describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT S A Property BKS56055338 04/10/2018 04/10/2019 Building 429,992 C Property WPB123037 04/1012018 04/10/2019 Building 429,992 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLESACORD 101,Additional Remarks Schedule,maybe attached If more apace Is requhed) For any and all work performed on behalf of Collier County-Collier County Board ofCountyCommissioners is listed as an additional insured on a primary and non-contributory basis with respects to the general liability and automobile liability as required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE Collier CountyBoard of CountyCommissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E. Naples,FL 34112 AUTHORIZED REPRESENTATIVE C„,, ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ...-••""", 1605 ® ACQRUCERTIFICATE OF LIABILITY INSURANCECATE orerr I 1 08/10/2018 THIS CERTIFICATE IS QED AS A NATTER 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(les)menet have ADDITIONAL INSURED provisions or be endorsed. this certificate N SUBROGATION IS WAIVED,submit to the toms and conditions of the per.certain peados may require an endorsement A statement on does not corder rights to the oortitieate holder In lieu of such endorsee's:nt(s). PRODUCER ACT TED BURKHARDT StateFarnt TED BURKHARDT .p 7345 DAVIS BLVD STE 7 NA. v.«. 239-774-5400 eq 239-774-4451 00. A TED.BURKHARDT.BZK6@STATEFARM.COM NAPLES FL 34104 _ INSURERS)A awCOVERAGE MICA sauna) inti e A:State Farm Mutual Awe Insurance Company 25178 GREEN t:t r EJ( °NSUMER 8: 4555 RADIO RD mu s c: NAPLES FL 34104 o DISCREET E 1 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: Ties IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED 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{NRH RESPECT TO WHICH THIS CERTIFICATE MAY 8E ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERbIS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS. LTIL TYPE OF TNSO ! POICV RITET UNITS SAL L LIABILITY _ EACH OCCURRENCE S 1 ❑OCCUR DABAGETO RENTED PRF..MMB LEo a rterrel i . - MED EXP(Dnp one Person) $ — ONALSADVD AIRY $ - Qi Nr AGGREGATE LIYR APPLIES FER- GENERAL AGGREGATE 5 --POLICY n ❑Loc PRODUCTS.00IfPWPAGG S OMEN Attr0I108A E UAerirTY s Ea68e84E1059 05110!2018 05110/2019 e s ANY AUTO CAMEO — SCHEDULED sow/eLITIRY porperr r $ 1.000.000 AHIRED r --AUT eoors.Y ovum,(Pay=move s 1.000,000 t AUIOSDNIY `_Alliy PROPERTINF nact s 1,000.000 UMBRELLA LAB $ OCCUR excess LIM EACH OCCIDWEIi_CE s AGGREGATE I DEDI I RETENTION s -- AND EMPLOYERS'LIWORKERS ABILITY _ p s ANY R»rOWARrr MMVE Y/N I sraTvre I I ERT"' AlOFFICERAIEMF.%C1I10®? NJA ELEACHA NT I 0�qos.oeaurre adn 300 EL DISEASE-EA EMPLOYEE s t1£�Cex�RIPTI 1 of OPERATIONS rrelpr ELDISEASE-POLICY mar s mourn=OFmaAnnOr=SILOCAT1niSIVEICCLES MORD TOT,A 6arRamupSelsdla.wybemamasQmoaspaceea requtrele Collier County Board of County Commissioners is included as an additional insured under the captioned Aa tomobde Liability Polities on a primary and non. contributory basis if and to the extent required by mitten contract.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 COWER COUNTY BOARD OF COUNTY COMMISSIONERS ACCORDANCE WITH THE POLICY PROVISIOSLS. 3285 TAMIAMI TRAIL EAST NAPLES FL 34112 AtriltOR®R6PrBrTATTVE .er t WI WOO CORPORATION. AB rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 1001486 122849.12 0115.7D18 1605 l ® DATE(MM/DDIYYYY) Ac RL CERTIFICATE OF LIABILITY INSURANCE 08/22/2018 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 NAME: Matthew T Smith Smith Insurance & Bonds PHONE FAX 2039 W. First Street A/C.No.Extl: (866) 976-2185 (A/C,No):(239) 791-1074 Suite 7 E-MAIL Fort Myers FL 33901 ADDRESS: msmith@f 1suretybonds.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Fla Citrus,Businesa & Industries INSURED (239) 774-5263 INSURERS: Green Effex LLC INSURER C: 4555 Radio Rd. INSURERD: Naples FL 34104 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:Cert ID 671 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 TYPE OF INSURANCE ADDL SUBR PONLICY EFF POLICY EXP LIMITS LTR INSD ND POLICY NUMBER IMMIDD/YYYYI (MMIDDYYY). COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ _ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY JELOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) _ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A ANDWORKERS EMPLOYERTIONS' YIN 10645727 08/26/2018 08/26/2019 % STATUTE PER EERH AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 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 #18-7380 Golden Gate MSTU Landscape Maintenance CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3327 Tamiami Trail E. AUTHORIZEDREPRESENTATIVE e�i �,1 Naples FL 34112 J' 7- ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 1 of 1 Detail by Entity Name Page 1 of 2 1 6 D 5 Florida Department of State DIVISION OF CORPORATIONS �„,Irr+�"�'�.+++"""� eur rr{Jt trtt.�trrre ri . liMYrdra'V hs1V Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Limited Liability Company GREEN EFFEX, LLC Filing Information Document Number L08O00076767 FEI/EIN Number 26-3142790 Date Filed 08/11/2008 Effective Date 08/11/2008 State FL Status ACTIVE Principal Address 4555 Radio Road Naples, FL 34104 Changed: 01/31/2013 Mailing Address 4555 Radio Road Naples, FL 34104 Changed:01/31/2013 Registered Agent Name&Address Savoretti,Andrea K. 4555 Radio Road Naples, FL 34104 Name Changed: 01/31/2013 Address Changed: 01/31/2018 Authorized Person(s)Detail Name&Address Title MGRM Savoretti,Andrea K. 4555 Radio Road Naples, FL 34104 Annual Reports Report Year Filed Date http://se arch.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 9/1 1/2018 Detail by Entity Name Page 2 of 2 2016 03/23/2016 1 6 D 5 2017 01/13/2017 2018 01/31/2018 Document Images 01/31/2018—ANNUAL REPORT View image in PDF format 01/13/2017--ANNUAL REPORT View image in PDF format 03/23/2016--ANNUAL REPORT View image in PDF format 02/11/2015--ANNUAL REPORT View image in PDF format 01/09/2014--ANNUAL REPORT View image in PDF format 01/31/2013—ANNUAL REPORT View image in PDF format 01/04/2012—ANNUAL REPORT View image in PDF format 02/07/2011—ANNUAL REPORT View image in PDF format 01/22/2010--ANNUAL REPORT View image in PDF format 03/03/2009--ANNUAL REPORT View image in PDF format 08/11/2008—Florida Limited Liability View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 9/1 1/2018