Loading...
Backup Documents 07/27-28/2010 Item #16F 216F2 MEMORANDUM Date: August 4, 2010 To: Lyn Wood, Contract Specialist Purchasing Department From: Teresa Polaski, Deputy Clerk Minutes and Records Department Re: Contract #10 -5478 "Bureau of Emergency Services Accreditation Services" Contractor: Witt Group Holdings, LLC Attached is an original contract, referenced above (Item #16F2) approved by the Board of County Commissioners on July 27, 2010. The second original document will be held in the Minutes and Records Department with the Official Records of the Board. If you should have any questions please contact me at 252 -8411. Thank you. Attachment 16F2 I ` ITEM NO.: DATE RECEIVEb FILE NO.: C I,�,p V ,Vi - C) ROUTED TO: V/ G 10- C,- O RDI CD DO NOT WRITE ABOVE THIS LINE �p V sal l � REQUEST FOR LEGAL SERVICES Date: July 28, 2010 J To: Office of the County Attorney Scott R. Teach From: Lyn M. Wood, C.P.M., Contract Specialist Purchasing Department, Extension 2667 Re: Contract: #10 -5478 `Bureau of Emergency Services Accreditation Services" Contractor: Witt Group Holdings, LLC BACKGROUND OF REQUEST: This Contract was approved by the BCC on July 27, 2010; Agenda Item 161.2 4—�v This item has not been previously submitted. ACTION REQUESTED: Contract review and approval. OTHER COMMENTS: Please forward to BCC for signature after approval. If there are any questions concerning the document, please contact me. Purchasing would appreciate notification when the documents exit your office. Thank you. C: Joe W. Frazier, EMS MEMORANDUM 16F2 r TO: Ray Carter Risk Management Department FROM: Lyn M. Wood, C.P.M., Contract Specialist Purchasing Department AIW-- DATE: July 28, 2010 RE: Review Insurance for Contract: #10 -5478 "Bureau of Emergency Services Accreditation Services" Contractor: Witt Group Holdings, LLC This Contract was approved by the BCC on July 27, 2010; Agenda Item 16.F.2 Please review the Insurance Certificates for the above referenced contract. If everything is acceptable, please forward to the County Attorney for further review and approval. Also, will you advise me when it has been forwarded. Thank you. If you have any questions, please contact me at extension 2667. dod /LMW C: Joe W. Frazier, EMS DATE RECEIVED JUL 2 9 2010 RISK PAWEMENT 16f2+ SmithKristen From: RaymondCarter Sent: Thursday, July 29, 2010 10:59 AM To: LynWood Cc: veitJ; SummersDan; mausen_g; HerreraSandra; SmithKristen; DeLeonDiana Subject: Contract 10- 5478 "Bureau of Emergency Services Accreditation Services" All, I have approved the certificate(s) of insurance provided by Witt Group Holdings, LLC for contract 10 -5478. The contract will now be forwarded to the county attorney's office for their review. Thank you, Ray Manager Risk Finance Office 239 - 252 -8839 Cell 239 - 821 -9370 Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. www.sunbiz.org - Department of State Home Contact Us E- Filing Services Previous on List Next on List Return To List No Events No Name History Detail by Entity Name Foreign Limited Liability Co pany WITT GROUP HOLDINGS, LLC Filing Information Document Number M10000003124 FEI /EIN Number 272783923 Date Filed 07/14/2010 State DE Status ACTIVE Principal Address 1501 M STREET NW, 5TH FLOOR WASHINGTON DC 20005 Mailing Address 1501 M STREET NW, 5TH FLOOR WASHINGTON DC 20005 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION FL 33324 US Manager /Member Detail Name & Address Title MGR WITT, JAMES L 1501 M STREET NW, 5TH FLOOR WASHINGTON DC 20005 Title MGR SCANLON,BARRY W 1501 M STREET NW, 5TH FLOG WASHINGTON DC 20005 Title MGR FELTS, PATE 1501 M STREET NW, 5TH FLOOR WASHINGTON DC 20005 Title MGR BURRIS, KENNETH 1501 M STREET NW, 5TH FLOOR WASHINGTON DC 20005 16F2 Page 1 of 2 Document Searches Forms Help Entity Name Search Submit http: / /www.sunbiz.org/ scripts /cordet.exe ?action = DETFIL &inq_doc_number =M 10000003... 7/26/2010 www.sunbiz.org - Department of State Annual Reports No Annual Reports Filed Document Images 07/14/2010 -- Foreign Limited View image in PDF format Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List No Events No Name History 16 F Z 1 Page 2 of 2 Home I Contact us I Document Searches I E- Filinq Services I Forms I Help Copvright© and Privacv Policies State of Florida, Department of State Entity Name Search Submit http: / /www.sunbiz.org/ scripts /cordet.exe ?action= DETFIL &inq_doc_ number =M 10000003... 7/26/2010 RLS # CHECKLIST FOR RMEWING CONTRACTS Entity Name: -Q— 16F2 Entity name correct on contract? � es No Entity registered with FL Sec. of State? Yes No Insurance Insurance Certificate attached? Yes No Insured registered in Florida? Yes No Contract # &/or Project referenced on Certificate? KK 115S No Certificate Holder name correct (BCC)? Yes No Commercial General Liability General Aggregate Required $ Provided $ % Exp. Date r-j l tom' Products /Compl/Op Required $ \�; \\ Provided $ t� i / Exp. Date —T[� Personal & Advert Required $ Each Occurrence Required $ M Provided $�_ Exp. Date Provided $� Exp. Date Fire/Prop Damage Required $ Provided $ tr - Exp. Date Automobile Liability Bodily Inj & Prop Required $� L� ` Provided $ \)n r,,; \ { Exp Date �6 1 Workers Compensation Each accident Required $ Provided $ A ryA j Date \ \ Disease Aggregate Required $ Disease Each Empt Required $ Provided $ Exp Date Provided $ « Exp Date Umbrella Liability Each Occurrence Provided $ 10VOI Exp Date r� Aggregate Provided $ l i Exp Date t -� Does Umbrella sufficiently cover any underinsured portion? Yes No Professional Liability Each Occurrence Required $ Provided $ Exp. Date Per Aggregate Required $ - Provided $ Exp. Date / Other Insurance Each Occur Type: Required $ Provided $ Exp Date County required to be named as additional insured? Yes No 4 County named as additional insured? s No Indemnification Does indemnification meet County standards? VIYes Is County indemnifying other party? Yes No Performance Bond Bond requirement referenced in contract? Yes No If attached, expiration date of bond Does dollar amount match contract? Yes No Agent registered in Florida? _ Yes No Signature Blocks Correct executor name in signature block? Correct title of executor? Executor authorized to sign for entity? Proper number of witnesses /notary? Authorization for executor to sign, if necessary: Chairman's signature block? Clerk's attestation signature block? County Attorney's signature block? Attachments Are all required attachments included? ZYC Vo Vo 10 Jo No Reviewer Initials: Date- 04-CO , -01 22 vVV 16F2' A G R E E M E N T 10-5478 for Bureau of Emergency Services - Accreditation Services THIS AGREEMENT, made and entered into on this 22nd day of June 2010, by and between Witt Group Holdings, LLC, authorized to do business in the State of Florida, whose business address is 1501 M Street, N.W., 5tII Floor, Washington, DC 20005, hereinafter called the "Consultant" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County ": WITNESSETH: 1. COMMENCEMENT. The contract shall be for a one (1) year period, commencing on June 22, 2010, and terminating on June 21, 2011. The County may, at its discretion and with the consent of the Consultant, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Consultant written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Consultant shall provide Bureau of Emergency Services Accreditation Services in accordance with the terms and conditions of RFP #10 -5478 and the Consultant's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Consultant and the County Project Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM. The County shall pay the Consultant for the performance of this Agreement an estimated maximum amount of seventy -eight thousand six hundred thirty -seven dollars ($78,637.00), based on the prices set forth in Exhibit A, Payment Schedule, incorporated herein by reference and subject to Change Orders as approved in advance by the County. Ten percent (10 %) retainage will be withheld from payment for each Task until all tasks have been completed and accepted by the County Project Manager. Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act ". Page 1 of 8 16F2 3.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. TRAVEL AND REIMBURSABLE EXPENSES Travel and Reimbursable Expenses shall not exceed ten thousand two hundred fifty - seven dollars ($10,257.00) in accordance with Exhibit A, Task 9, unless approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Reimbursements shall be at the following rates: Mileage $0.445 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard -size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long- distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Consultant has provided all receipts. Consultant shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 4. SALES TAX. Consultant 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. 5. NOTICES. All notices from the County to the Consultant shall be deemed duly served if mailed or faxed to the Consultant at the following Address: Agreement # 10 -5478 Page 2 of 8 Bureau of Emergency Services Accreditation Services 16F2 , Barry W. Scanlon, President Witt Group Holdings, LLC 1501 M Street, N.W., 5th Floor Washington, D.C. 2005 Telephone: 202 - 585 -0792 Facsimile: 202 - 585 -0792 All Notices from the Consultant to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing/ GS Director Telephone: 239 - 252 -8371 Facsimile: 239 - 252 -6584 The Consultant and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Consultant or to constitute the Consultant as an agent of the County. 7. 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 Consultant. 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 Consultant. The Consultant shall also be solely responsible for payment of any and all taxes levied on the Consultant. In addition, the Consultant 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 Consultant agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Consultant. 8. NO IMPROPER USE. The Consultant will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in Agreement #10-5478 Page 3 of 8 Bureau of Emergency Services Accreditation Services 16F2 effect or hereafter enacted or adopted. In the event of such violation by the Consultant or if the County or its authorized representative shall deem any conduct on the part of the Consultant to be objectionable or improper, the County shall have the right to suspend the contract of the Consultant. Should the Consultant fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty -four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Consultant further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 10. NO DISCRIMINATION. The Consultant agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE. The Consultant shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Consultants; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $500,000 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. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Consultant during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Agreement # 10 -5478 Page 4 of 8 Bureau of Emergency Services Accreditation Services 16F2 Consultant shall insure that all subConsultants comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant or anyone employed or utilized by the Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Bureau of Emergency Services Department. 14. CONFLICT OF INTEREST: Consultant represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Consultant further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Consultant's Proposal, Exhibit A Payment Schedule, Insurance Certificate, and RFP #10 -5478 Specifications/ Scope of Services. 16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Agreement # 10 -5478 Page 5 of 8 Bureau of Emergency Services Accreditation Services 16F2 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Consultant is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Consultant to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. 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. 21. ADDITIONAL ITEMS /SERVICES. Additional items and/or services may be added to this contract upon satisfactory negotiation of price by the Project Manager and Consultant. 22. 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 Consultant with full decision - making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Consultant with full decision - making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 23. KEY PERSONNEUPROTECT STAFFING: The proposer's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to insure that competent persons will be utilized in the performance of the contract. Selected firm Agreement #10-5478 Page 6 of 8 Bureau of Emergency Services Accreditation Services 16F2 shall assign as many people as necessary to complete the project on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and /or experience. (2) that the County is notified in writing as far in advance as possible. Firm shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. IN WITNESS WHEREOF, the Consultant and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTko . Dw4h! E B.tock, of &k of Courts 108- 9-5 �X� i 14.14t 11" e First Witness TType /print witness nameT Second Witness TType/ print witness nameT Approved as to form and le s fficienc . ssistit County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Agreement # 10 -5478 Page 7 of 8 Bureau of Emergency Services Accreditation Services By: Fred W. Coyle, Chairman Witt Group Holdings, LLC Consu ant By: Signature ���- c� fit% SG4or►, � .. /%'�G�� Typed signature and title in 0 llu� Agenda �fl Dale Debej / O Rec' Deputy Clerk Clerk 16F2+ Exhibit A PAYMENT SCHEDULE Deliverable $ Invoice Amt Payment (after retention) $ Balance Due Task 1- Project Kick -off Meeting Report/Minutes $ 8,580.00 $ 7,722.00 $ 858.00 Task 2 - EMAP Assessment Report and Gap Analysis $ 11,800.00 $ 10,620.00 $ 1,180.00 Task 3 - CAAS Assessment Report and Gap Analysis $ 11,800.00 $ 10,620.00 $ 1,180.00 Task 4 - CAMTS Assessment Report and Gap Analysis $ 11,800.00 $ 10,620.00 $ 1,180.00 Task 5 - EMAP Final Verification Report $ 5,800.00 $ 5,220.00 $ 580.00 Task 6 - CAAS Final Verification Report $ 5,800.00 $ 5,220.00 $ 580.00 Task 7 - CAMTS Final Verification Report $ 5,800.00 $ 5,220.00 $ 580.00 Task 8 - Executive Summary Report and PowerPoint Presentation $ 7,000.00 $ 6,300.00 $ 700.00 Task 9 — Travel and Reimbursable Expenses — Time and Material Not to Exceed $ 10,257.00 $ 10,257.00 Labor Subtotal (after retention) $ 61,542.00 Final Labor Billing* $ 6,838.00 Labor Total $ 68,380.00 Travel and other direct costs $ 10,257.00 Total $ 78,637.00 * Final labor billing is to recover payment retainage amounts, and will be invoiced at end of project. Agreement 410 -5478 Page 8 of 8 Bureau of Emergency Services Accreditation Services 16f2 ACCOR DI CERTIFICATE OF LIABILITY INSURANCE 7D26(20�0 ) PRODUCER Phone: 212 - 344 -2444 Fax: 212 - 509 -1292 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Frank Crystal & Co., Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Financial Square HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 32 Old Slip ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. New York NY 10005 INSURERS AFFORDING COVERAGE NAIC # INSURED Witt Group Holdings, LLC 1501 M Street, NW 5th Floor Washington DC 20005 COVERAGES INSURERA:The Employers' Fire INSURER B: Illinois National INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCF POLICY NUMBER DATE lMM/DD/VWV1 nATF 1MM /nn/VWYI I LIMITS GENERAL LIABILITY �7CLAIMS MERCIAL GENERAL LIABILITY MADE Fx7 OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY 1 PE� FX 1 LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY I ANY AUTO 7100299200000 17/16/2010 17/16/2011 1 EACHOCCURRENCE MED EXP (Any one person) 1$10,000 PERSONAL &ADV INJURY I $ Rxcl nrlarl GENERAL AGGREGATE 1$2,000,000 PRODUCTS - COMP /OP AGG 1 $ 2. 0 0 0. 0 0 0 710002992000000 7/16/2010 7/16/2011 COMBINED SINGLE LIMIT (Ea accident) 1$1,000,000 $ EXCESS / UMBRELLA LIABILITY B INDER5 4 2 3 2 5 X OCCUR F7 CLAIMS MADE DEDUCTIBLE 7/16/2010 7/16/2011 BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EACH OCCURRENCE $ AGGREGATE $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ollier County Board of County is included as an Additional Insured with respect to liability insurance as required by ease or written contract. GEFI t IFIGATE HULUER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE Collier County Board Of County CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Commissioners SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON 3301 East Tamiami Trail THE INSURER, ITS AGENTS OR REPRESENTATIVES. Naples FL 34112 AUTHORIZED REPRESENTATIVE o P1l+UKU ZO (LUU`J /Ul) ©1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y/ N LIM ITS ER ANY PROPRIETOR /PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ it yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ollier County Board of County is included as an Additional Insured with respect to liability insurance as required by ease or written contract. GEFI t IFIGATE HULUER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE Collier County Board Of County CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Commissioners SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON 3301 East Tamiami Trail THE INSURER, ITS AGENTS OR REPRESENTATIVES. Naples FL 34112 AUTHORIZED REPRESENTATIVE o P1l+UKU ZO (LUU`J /Ul) ©1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AUUKU 15 (LUUUIU7) Client#: 109175 CENSTA 16F2 ACORDTM CERTIFICATE OF LIABILITY INSURANCE T—DATE °'YY""' 7 110 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher RMS, Inc. 2 Pierce Place, 6th Floor ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Itasca, IL 60143 POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY Sue Purtill 630- 285 -4465 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Wausau Underwriters Insurance Compan 26042 Century II Staffing, Inc. 278 Franklin Rd., Ste. 350 Brentwood, TN 37027 INSURER B: EACH OCCURRENCE INSURER C: INSURER D: COMMERCIAL GENERAL LIABILITY INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY POLICY EXPIRATION DATE MM /DD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED SES (E. PREM $ CLAIMS MADE Fl OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ POLICY PRO LOC JECT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ EA ACC OTHER THAN $ ANY AUTO $ AUTO ONLY: AGG EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND WAJZ9D437757010 01101110 01/01/11 x WCSTATU- OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT I$1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CLIENT #: 128 COVERS ALL EMPLOYEES OF THE INSURED AS RESPECTS THE EMPLOYERS AGREEMENT (PEO) WITH WITT GROUP HOLDINGS, LLC. ALTERNATE EMPLOYER ENDORSEMENT IS INCLUDED. PROJECT: RENEWAL OF CONTRACT #06 -4056 COLLIER COUNTY GOVERNMENT COLLIER COUNTY GOVERNMENT CENTER PURCHASING DEPT 3301 TAMIAMI TRAIL EAST NAPLES, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AU�TH'ORIZED REPRESTATIVE AL.UKU ZO (ZUUI /Utf) 1 of 2 #S461752/M444607 SPU © ACORD CORPORATION 1988 16F2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. r+IiVRU LD-.7 tzuu Iwo) 2 0t2 #5461752/M444607