Loading...
#19-7516 (Atlas Door & Gates) FIXED TERM SERVICE AGREEMENT # 19-7516 for Overhead Doors and Gates THIS AGREEMENT, made and entered into on this aV day of *kL- 2019 , by and between Atlas Door& Gate, Inc. , authorized to do business in the State of Florida, whose business address is 276 West 24th Street, Hialeah, Florida 33010 , (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 (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a El Purchase Order❑ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of❑ Requeet for Proposal (RFP 0 Invitation to Bid (ITB) ❑ Other ( ) # 19-7516, including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 0 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1of17 Fixed Term Service Agreement#2017-002(Ver.1) (3,1 ) 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): transferred from thc County to thc contractor; and, as a businc,e practicc there arc no is authorized. ❑ 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. ❑■ 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" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Page 2 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 44 ❑ - _ • _ e - - - -• Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel Mileage $0.11.5 per mile Breakfast $6.00 Lunch $4-1.09 Dinner $4-940 Airfare ' - -- --- -' - -- - --- - - -- - Rental car ' - -- - --- - -- -- - ' - -- -vehicles hedging 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 A - -- -- - - -- - - - -- -- -- Reimbursable items other than travel expenses ehall b.c limited to the following: telephone responsible for all other costs and expenses associated with activities and solicitations 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: Atlas Door & Gate, Inc. Address: 276 West 24th Street Hialeah, Florida 33010 Authorized Agent: Ledyar Diaz Attention Name &Title: Telephone: (305) 463-9218 E-Mail(s): Iedyardiaz@hotmail.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Page 3 of 17 Fixed Term Service Agreement#2017-002(Ver.1) Board of County Commissioners for Collier County, Florida Division Name: Damon Grant Division Director: Facilities Management Division Address: 3335 Tamiami Trail East Naples, Florida 34112 Administrative Agent/PM: Linda Best Telephone: (239) 252-8380 E-Mail(s): Linda.Best@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 the suspension period until the violation has been corrected to the satisfaction of the County. Page 4 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. n Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. [ 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. 0■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The leverage must include Employers' Liability with a minimum 4 m# of $ 1,000,000 for each accident. [1] - - - .. _••-e - _e• - - e e - - • -e- liability e- liability for claims arising out of the performance of professional services under this this insurance. Such insurance shall have limits of not lese than $ each claim and aggregate. l 0 Cyber 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.]) 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.]) 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), 0 Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFP/ II ITB/❑ Other #19-7516 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and ❑■ Other Exhibit/Attachment: Federal Grant Provisions 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: Page 7 of 17 Fixed Term Service Agreement#2017-002(Ver 1) CAGB IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE 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.]) 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 to 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. D 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. II 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.]) 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. 0 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. ❑t PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials form specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. Page 10 of 17 Fixed Term Service Agreement#2017-002(Ver.]) 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. ❑ - - _ . . , . ._ _.. _ _ e .- --- _ -- •- _ --•--• -- _ . . -_ this project shall be knowledgeable in thcir ares of cxpertisc. The County reserves the as many people as neccseary to complete the services on a timely basis, and each person personnel. ❑I■ 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, and each person assigned shall be available for an amount of time adequate to meet required services. Page 11 of 17 Fixed Term Service Agreement#2017-002(Ver.]) 35. ❑ I _ I - • - - = = = e - • -e• ' - - - - - - - .. take precedence. ❑� ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or 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 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. Page 12 of 17 Fixed Term Service Agreement#2017-002(Ver.1) CA© 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) 'CA O 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 COU►TY COMMISSIONERS pF COLLIER COlf c - DA Cryst 1'K Kinzer C k of Courts '�� •m slier C' " / for O." 21-, .._ ' ' A.A.Zit By: -.op- ---:-. Imp. Will';' L McDaniel,Jr. Dater '' Chairman ' SEAL a ,., . � . ) .`.At#9„st as to Chairman's sin.' only. Contractor's WitnessesAtlas Door& Gate Inc. Contractor 0AllifBy: (4-4-4-."Contract,*s First Witness Signature C ' C!St a • nlJN` TType/print signature and titleT TType/pri t wit, ss =meT 1 // ' -/ Contr.. tor's Second Witness e r et eit,tee( TType/print witness nameT ppr v as to o m nd Ler: ---zeount Attgr ie Print Na e Page 14 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 0 Exhibit A Scope of Services El following this page (containing 6 pages) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 19-7516"Overhead Doors and Gates" SCOPE OF SERVICES Contractor will provide preventative maintenance services, routine repair services, and urgent repair services for commercial / residential overhead doors, automatic gates, automatic bi-fold doors and hangar doors. A list of locations will be maintained by the Facilities Management Division. The County reserves the right to add or subtract locations as deemed necessary. If the Contractor cannot provide the requested services within the timeframe and requirements specified by the County's representative or refuses to do the work, the County may request quotes or bids from other vendors following the Board's Procurement Ordinance. Contractor may also be required to conform to the County's Work Management procedures, such as utilizing Facilities Management Work Order Process or future online work order system, at no additional cost to the County. The Contractor will be responsible for utilizing any systems used by the County for work order requests under this Agreement. Contractor must provide requested certifications and licenses they hold necessary to perform the services outlined in the bid specifications. The Contractor must be registered as a Garage Door Installation Contractor with Collier County. The Contractor shall use qualified technicians to complete all work in accordance with the requirements specified in the bid. Maintenance and repair services will be completed during normal business hours; however,the County may request services during off-hours,as deemed necessary by the County Representative and/or designee.Normal business hours are considered Monday through Friday between 7:00 AM and 5:00 PM.After hours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County Observed Holiday.An after-hours rate of time and one-half,will be allowed for off-hours services PREVENTATIVE MAINTENANCE Preventative maintenance will be requested as funds are available and/or as the County requests these services. The Contractor will submit a time and materials proposal for the cost of the work. The selected Contractor may not begin work until written approval or work order, and purchase order from the County representative or designee is received. The preventative maintenance covered by this scope of work includes(all checks or processes may not be applicable to all equipment types or models): Overhead Doors 1. Visual Inspection • Observe the opening and closing of overhead doors; • Inspect springs, pulleys, cables, etc.; • Inspect exterior and interior tracks and wheels; • Inspect all power connections and wires for signs of overheating; and • Inspect physical damage. 2. Internal Operating Parameters • Power supply voltages and connections; Page 1 of 6 • Calibrate and record all electronics to system specifications; • Update firmware, as necessary,with customer approval (parts if required are included at no charge with full parts coverage); • Evaluate Field Service Bulletins (FSBs) for potential updates (parts if required are included at no charge with full parts coverage); • Lubricate all the moving parts; • Check cables; and • Test the auto-reverse and safety features, if applicable. 3. External Operating Parameters • System Input Voltages, all phases; • System Input Currents, all phases; • Test door balance; • Inspect and replace rollers, springs, cables; • Replace weather-stripping; • Clear the tracks; and • Test Urgent Evacuation Systems (EVAC), if applicable. 4. Monitoring System Parameters,if applicable • Alarm archive review and printing; • Alarm lamp test-local and remote, if applicable; • Replace all open monitor bulbs; • Inspect battery monitoring system; and • Review battery test in history, if applicable. 5. Additional Items • Clean dirt/dust accumulation, when possible; • Check nuts, bolts, screws, connections for tightness and heat discoloration; and • Operational system testing. 6. General • Customer quarterly consultation, • Verbal recommendations; and • General Observations. Automatic Gates 1. Visual Inspection • Observe the opening and closing of Automatic Gates; • Inspect springs, pulleys, cables, etc.; • Inspect all power connections and wires for signs of overheating; and • Inspect physical damage. 2. Internal Operating Parameters • Power supply voltages and connections; • Calibrate and record all electronics to system specifications; • Update firmware, as necessary, with customer approval (parts if required are included at no charge with full parts coverage; • Evaluate Field Service Bulletins(FSBs) for potential updates (parts if required are included at no charge with full parts coverage); Page 2 of 6 • Lubricate the moving parts; • Check cables; and • Test the safety features, if applicable. 3. External Operating Parameters • System Input Voltages, all phases; • System Input Currents, all phases; • Test door balance; • Inspect and replace rollers, springs, cables, loop detectors; • Replace weather stripping; • Clear the tracks; • Check Urgent Evaluation Systems (EVAC), if applicable; and • Check Gate Arm Operation and Condition. 4. Monitoring System Parameters, if applicable • Alarm archive review and printing; • Alarm lamp test-local and remote, if applicable; • Replace all open monitor bulbs; • Inspect battery monitoring system; and • Review battery test in history, if applicable. 5. Additional Items • Clean dirt/dust accumulation, when possible; • Check nuts, bolts, screws, connections for tightness and heat discoloration; and • Operational system testing. 6. General • Customer consultation; • Verbal recommendations; and • General Observations. Following the preventative maintenance inspection, a written report / check list will be provided detailing the results of the inspection, services completed, and making specific recommendations for future remedial action upgrades, etc. Preventative maintenance on each unit/system is required to be completed in accordance with the manufacturer's recommendations. Preventative maintenance will be billed by item serviced.Actual records must be provided for payment. These records will include but not be limited to: a summary spreadsheet for each unit serviced with the date of service and an attestation signed by the Contractor. REPAIR SERVICES(including routine and urgent) This section includes routine and urgent repair services for overhead doors, automatic gates, mechanical motors, and any other related mechanical equipment and/or related work associated with overhead doors and automatic gates and the replacement of critical components. The County representative or designee will provide a full scope of work for each overhead door and gate preventative maintenance and remedial repair project, including the overhead door or gate type, and quantity per PM for maintenance and repairs to all of the contractors. The Contractor will submit a time and materials proposal for the cost of the work. Page 3 of 6 The cost of the work will include all parts and labor, additional visits to deliver parts The selected Contractor may not begin work until written approval or work order, and purchase order from the County representative or designee is received. Contractor may not charge for a site visit unless work is completed and approved. • Remedial routine repairs: Once a purchase order is issued,the County representative or designee would expect that the work commence within two (2) business days, unless otherwise directed by the County representative or designee. • Urgent Repair Work: The County will issue a written work request for on-call repair work. The County representative or designee would expect that the on-call service for routine repair commence within one (1) business day from the authorization notification, unless otherwise directed by the County representative or designee. Urgent repair work shall commence within three (3) hours from the initial work request. • After Hours Services: The County representative or designee will identify the needed maintenance and repair and request that work be completed within 48 hours The County representative or designee may direct the Contractor to commence work through a written communication. In the event when the Contractor does not fulfill these response requirements, the County reserves the right to request quotes or bids from other vendors following the County's Procurement Ordinance. PRICING Proposals should be prepared with as much itemized detail as possible to ensure a thorough and favorable evaluation. Details should include itemized pricing for types of services including hourly rates for installation, maintenance and consultation. Parts mark-up and discounts for both in-house and outside vendor materials shall be clearly disclosed. All other associated costs should be itemized and priced accordingly. ADDITIONAL SERVICES Additional services may be required for the repair of overhead doors and gates, to include but not limited to: enlarging/reduction of openings, concrete cutting, carpentry etc. Contractor may utilize Subcontractors to perform additional services. All subcontractor mark-ups are capped at 15% over cost. Contractor's Responsibilities 1. On-Call Schedule: Contractor awarded will provide an on-call schedule twenty-four(24)hours a day, seven (7)days per week, 365 days per year.Contractor shall provide the County with an on-call telephone number(s) for both standard and urgent service. 2. Scheduling: All normal maintenance, service, and repairs shall be conducted during normal working hours, Monday through Friday between 7:00am and 5:00pm, excluding County holidays or County observed holidays.To arrange for an appointment to perform service at a particular facility,contact the County designee at a minimum of 24 hours in advance of the work. Page 4 of 6 C 3. Repair Parts: All repair parts must be approved and be of genuine and original manufacturer's parts. The Contractor will be required to provide proof of the Original Manufacturer's parts through providing invoices or photographs at the time of invoice submission. The Contractor shall be required to expressly warrant that all parts are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/ or installed, the Contractor shall immediately replace the equipment at no cost to the County. 4. Additions and Deletions of Equipment: The County retains the right to add or to delete any equipment and/or locations from service provided under this Contract as described herein, upon written notification by the County designee to the Contractor, without needing additional Board approval. 5. Records and Documentation: The Contractor is responsible to maintain and update records for each type of equipment serviced. The documentation will include, and not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor will not charge for any call back work. • When submitting a"time and material" invoice for projects,the Contractor shall provide: ✓ A Purchase order number, work request number, date, location and description of the work performed. ✓ An itemized breakdown of labor time spent by the Contractor's employees(number of hours times hourly rate), and supplies, parts, and equipment used(cost plus percentage mark-up). ✓ The itemized breakdown will reflect rates provided in the bid schedule. ✓ The number of hours worked and billing rate by position(company(or subcontractor)timekeeping or payroll records will not be required). Hourly time will be paid only for actual time at the worksite. ✓ Backup documentation and receipts/invoices for any supply, material, parts, equipment rental, subcontractor charges and other documentation for the project. ✓ Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. ✓ Administrative hours for quoting,invoicing,providing back-up and supporting documentation will not be allowed and should be incorporated into the bid pricing. 6. Inspections: The County and the Contractor may conduct an inspection of the completed services provided in response to any resulting purchase order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification (or next business day) at the Contractor's expense. Final Acceptance by County: The County shall consider the work complete when the Contractor has completed in its entirety all of the work associated to the Purchase Order, and the County has accepted all of the work and notified the Contractor in writing that the work is complete. Once the County has approved and accepted the work, Contractor shall be entitled to payment in accordance with the Contract requirements. 7. Equipment Inventory: The Contractor shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 8. Facility Safety and Security: Work must be performed in accordance with industry standards and guidelines. The Contractor will comply with all applicable federal, state and local laws, ordinances,rules and regulations Page 5 of 6 CAO pertaining to the performance of the services requested herein. Any deductions levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor. Any employee or representative of the Contractor found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites.Violations by a Contractor may constitute cause for immediate termination of the Agreement. The Contractor shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. The Contractor must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative's direction. The Contractor is required to immediately report to the County Representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. The successful Contractor will be asked to work in the Collier County Sheriff Office Correctional Facilities and other areas considered"high security",which require thorough background checks of personnel and tools taken into such Facilities. Page 6 of 6 Exhibit B Fee Schedule following this page (containing 1 pages) Page 16 of 17 Fixed Term Service Agreement#2017-002(Ver.1) CSE) 19-7516 OVERHEAD AND GATES EXHIBIT B FEE SCHEDULE Pricing must be all inclusive.Mark up for any parts,leased equipment,materials,equipment,etc shall not exceed 20%.Documentation of awardees'cost must be provided with actual invoice from the supplier. Mark up for subcontractors shall be 15%.After hours will be calculated at 1 and 1/2 time. "Normal Business" hours is defined as County business hours;Monday through Friday 7:00 am to 5:00 pm. "After Hours" rates apply to weekends,County holidays and Monday through Friday after 5:00 pm and before 7:00 am. If a requested service starts during Normal Business hours and extends into the After hours period,the After Hours rate shall only be charged for time actually worked during the After Hours period. Mx.w.? laiVia, f%a Personnel Positions Price Per Hour Technician $ 35.00 Apprentice $ 25.00 Service Unit Price Preventative Maintenance Unit Price Overhead Doors $ 75.00 Preventative Maintenance Unit Price Automatic Gates $ 75.00 'rt./ � . � �� a 1sc rt � � �r���� �r ia ,.�_� �� yrs n:ti''a y} %t% `��e" 1 r;- `X ..,�.._...,� .,W xa*sF"I,,.f fit �,�.',.x:. a�'. i i:. . ., .,. Service %Mark-Up Material Mark-Up 20% 9 Other Exhibit/Attachment Description: Federal Grant Provisions ❑■ following this page (containing 9 pages) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement#2017-002(Ver.1) CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government,or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract(including a purchase order). Compliance with Federal Law,Regulations and Executive Orders:The Sub-Recipient(County)agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii)the subcontractor shall hold the Division and Sub-Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement,to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended,42 U.S.C.5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide,2017(in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information,documentation,and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits,examinations,excerpts,and transcriptions.(2)The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags:The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of OHS agency officials without specific FEMA pre-approval. No Obligation by Federal Government:The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I-1 A)( EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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 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. Rights to inventions Made Under a Contract or Agreement: If the Federal award meets the definition of"funding agreement"under 37 CFR§401.2(a)and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties,assignment or performance of experimental, developmental, or research work under that"funding agreement,"the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials(§200.322)(Over$10,000): (1)In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule;(ii)Meeting contract performance requirements;or(iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, hitpS:/l'Kit'1w.v"'pa,izC;v% ;i�"idC(stT;tireii;?nS C7rt;'Cli�t'.1'r'ir':iit Lli�iel e-i;i�^:- ...: lve- ,., Suspension and Debarment: (1)This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000.As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905)are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses,women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises,and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2)Assuring that small and minority busir1Q55Q anci wutvs. mess rn (pC1SS f St311C1t� \)A.%f y r k*ore o}entlel sot toes', N EXHIBIT I-2 CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6)Requiring the prime contractor,if subcontracts are to be let,to take the affirmative steps listed in paragraphs (1)through(5)of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R.§60- 1.4. During the performance of this contract, the contractor agrees as follows: I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin.The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity,or national origin.Such action shall include,but not be limited to the following:Employment, upgrading,demotion,or transfer,recruitment,or recruitment advertising;layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation,proceeding, hearing,or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules. regulations, and relevant orders of the Secretary of Labor. EXHIBIT I-3 KAO _Xi-l1SlT ? FEDERAL CONTRACT PROVISIONS AND ASSURANCES Vi. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations,and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction,the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations(29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1)of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1)of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1)of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause vet Vttt paragraph(L)of th1S sacton, EXHIBIT I-4 CAO) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (4) Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(1)through (4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor,arising out of or relating to this contract, or the breach of it,will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over$150,000) (1)The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3)The contractor agrees to report each violation to the County and understands and agrees that the County will,in turn,report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding$150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over$100,000): Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I-5 CACP EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement,a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement,to the extent allowed and required by law.The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge,the grant requirements identified in this document. f � Vendor/Contractor Name 7)7'G <o 04 Date (Z —/O_` / ' Authorized Signature EXHIBIT I-6 CAC? EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING:DEBAREMENT,SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub-recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub-recipient's subcontractor is unable to certify to the above statement,the prospective contract shall attach an explanation to this form. CONTRACTOR By: • ature Name and Title Street Address OTh"wA Q T-( 3 j ©7 r%, City, State, Zip DUNS Number /2--(v-- ) V - Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP0000001 EXHIBIT I-7 CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES I. ANT; A. " _'._...._ r. .,..rAGED--,1 iNo I r_ 1. t �.^! :'C fa .A, t ..1P a 3yl fiT '-,4 4�� � it d"It.E+.t ':�:�r 4`, aS< C'S. xG $k'�33n1a i:Ed I r,tii _1_.:.'+..__ „sins . ..,4- yft,LC grir,iida lcL-tL_,...i.l...-s a._.. L,1u I 11 IE:VES DO?/CO1)!,r'+ CYOR 1 .1 IfO M €'O �� P r k _ ..__S, q .rotilTC* 4..t1,w v.3 11 CONTRACT G0L1xR t NVOILI aT 11 I:-, '!. C xl a' r i 73'L x,_.i.t .. 43Tr C ;i r r C r I 5w Z l l:�T t ' ,Y E i �: .{..».Z.v.:.:.."Gt...rt ... 'P N. r r F.C.! G 7 a.Uwt6t_" I 5, II P.`INIE HAS SL1EC fiJ SA.CI OR OR S)PPUER Vci;-IO IS h DISADVANTAGED MINORITY,Vf!ONiEN-ONAJNED,SMALL Ili „w#Slt}'ESS CONCERN OR SERVICE DISABLED IV:7iEP1!N PRIME VS TO COMPLETE Tt3IS NEXT SECTION I it C e°a iUPCCNa"�..A.Ct'L _U?PUEF: T°cP=.F 't?r.: 3 ETYrl7CGT'f L 'c UBSi1..P'tiER alf`!'E tOFCt triri z.- ,. .,�_, 1( t!> Ma _>+_t,Ql s�c3a i.trj �, OCNIs4N.,LLIDUNIT DOLL`RS 1 I 1 11 it 11 ' 1,1• �a ry _ ___ . �. __ 1 . __ . C .SCfTiON �O t€..t311a'1 'LETED, BY" PRMIlWE VENDOR/CO JJRAUROR' / } dict 1I1 ?C{L{t£OFSUG;JtTi^A j jjj i��)'Y . ... `1'.,� {f.� L { L L)"` 4 ,d/ H i , J t l... st., i Ii E:,?a __ r.5_'J, _RRAT:t U r.1 1 sa' RHONE ;.:0 0ER 11 FAX NUr EER , e / i._ r* It�fl,' T,`.r-f-C'ti' sf:171,...-4,,;;;:c()1x, ti,::--L(c.? <.-;c'.r it ji-�i .. ..' �� fr I II.. N'_ 1` in .:r rr- ... ,cpr re.-?z' tc,.i DEE cr t ,:. 7 E r tic,n ill tad 1',' u t7..Dpfl.trz .... . 1. wat Cc,:::1 t 1 .•a,a .`! ii nct.bez.oroe.F.:BI.:..1-4Iii,cz,nr...:7):-.tuajM "31.:lo all inlut sI t.em:.iLCTn st_.. i i _.,._._,w. s�s�d. _ .,;,,..,_a_cuu.ry wt.., . -z,tl,_:.r;n__a.,.b&at._ -ri to:{:.i_ :, I. :u it r_,_, . Gtl� ?..t;t_, ...,..-, . !. B iaslh.UIllefiCan i;isPat:,ic A rs.=_.it n ( ro.-7.,` `C 1 _'`LiubLl'•L R.t�:at F.;,<_k ii^clll SAP it I . .cn-^in.?ir$,Women T‘JVilitt I D.SECTION TO BE COMPLETED B LOLL€E;COUNIT P _.:rN ME CLLJ C rtfl :CT;''(WIn�,or.731P:20.?. I - GRANT PrTJGFa41FCJ::TFAC .. iil N II ; EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid,or offer exceeding$100,000) The undersigned [Contractor]certifies, to the best of his or her knowledge,that: 1. No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. t -I flog 5 1 DO(Zf ci-44-E__ C__ . Contract., Firm Name) c / Sig ( p ... natire of Co actor's Authorized Official , o ,je,„.,-.. ..,,_ ' 1 , , / f Ne and Ti•e of Contractor's A�Gthorized Official / 2,--1 V- / 7 Date EXHIBIT I-9 0 ACORDr CERTIFICATE OF LIABILITY INSURANCE °" `"'" ""n Q3/07nOt g 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. SIPORTANT: If the certificate holder Is en ADDITIONAL INSURED,the polIcy(les)must have ADDITIONAL INSURED provisions orbeendorsed. If SUBROGATION IS WANED,subject to the terms and conditions of the policy,certain polities 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 _NAMFAX Orange Insurance Services PAM,. (305)884-8515 ,No (305)8841779 221 E.9th Street i' meYar►d7 ADDRESS y Sagginatoo n Fbaleah,FL 33010 INSURERS)AFFORDDIGCOVERAGE SAICF Phone (305)884-8515 Fax (305)884-1779 INSURER A: UNITED SPECIALITY INSURANCE COMPANY 12537 INSURED INSURER B: ASCENDANT COMMERCIAL INSURANCE 3023 Atlas Door&Gate Inc INSURER c: COMERCE&INDUSTRY INSURANCE COMPAN 19410 276 West 24th Stret RER o. INSURER E Healeadl FL 33010 INSURER F; COVERAGES CERTIFICATE NUMBER: REVISION NUMBER; THIS IS TO CERTIFY THAT THE POLICIES OF INSLRANCE 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. NSR TYPE OF INSURANCE ADDIS:IBR POLICY EFF POLICY EXP INSR IVO POLICY NUMBER •(MMWDDRYYY) (IMINDOP/YYY) UNITS ® COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000.00 • 0 CLAIMS-MADE ® OCCUR DAMAGE TO RENTED50,000.00 PREMISES(Es occurrence) $ _. A ❑ Y Y S1I1022A228386 09/26/2018 09/26/2019 0 MSD EXP(Ary one season) 8 5,000.00 • PERSONAL a ADV INJURY $ 1,)00,000.00 GEN'L AGGREGATE URI$T APPLIES PER: GENERAL AGGREGATE $ 2,000,000.00 0 POLICY ® JECT 0 LOC PROOIJCTS-COM1P/OP AGG S 2,000,000.00 ❑ OTHER a AUTOMOBILE LIABILITY COLteINED SINGLE IJAIT $ 300,000.00 Ma occident ❑ ANY AUTO BODILY INJURY(Per person) $ SCHEDULED 8 ® A -nos owY AUTOS N N CA-45247-1 09/15/2018 09/15/2019 "8ODa.Y cciINJURY(PeracClaax).$ WI ® NON-OWNED (ROPE )DAMAGE $ AUTOS ONLY AUTOS ONLY PPeerr ❑ 0 $ IXJ UMBRELLA LIAR ®OCCUR EACH OCCURRENCE a 2,000,000.00 C 0 ExcEss uAB 0 CLAIMS-MADE Y Y EBU035414087 09/26/2018 09/26/2019 AGGREGATE $ 2,000,000.00 DEC0 0 RETENTION S $ , ,WORKERS COMPENSATION 0 STATUTE -.._❑Edi ••. - .. ...... AND EMPLOYERS'LIABILITY Y t N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT S • OFFICER/MEMBER EXCLUDED? N N/A y (Mandatory In NH) EL.DISEASE-EA EMPLOYEE$ s yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-PO!ICY OAT $ DESCRIPTION OF OPERATIONS/LOCATIONS t VEHICLES'Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Windows and doors installers COLLIER COUNTY BOARD OF COUNTY COMIMSSIONERS IS ADDITIONAL INSURED FOR THE GENERAL LIABILITY. 0 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of Commissicrers THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Contract Administration ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail East AUTHORIZED REPRESENTATIVE Naples,Fl 34112 • 01988-2015 AC•-• CORPORATION. All rights reserved. ACORD 25(2016/03)QF The ACORD name . ' logo are registered marks of ACORD Mr �* CERTIFICATE OF LIABILITY INSURANCE DATE DIYYYY) 3/6/2 3/8/2019 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(les)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 SUNZ Insurance Solutions LLC. ID: (Impact) Acr Impact Staff Leaslno do Impact Staff Leasing,LLC PHONE FAX 1315 W Indiantown Road Second Floor LTAINs.Erre: 561-743-0065 WC.Nob 561-748-3235 Jupiter,FL 33458 ADDRESS: kim®sianaturestaftinoinc.com INSURERS)AFFORDING COVERAGE NAIL C INSURER : SUNZ insurance Company 34762 INSURED INSURER B: Impact Staff Leasing LLC. 1315 W.Indiantown Rd.Second Floor • INSURER c: Jupiter FL 33458 INSURER 0: INSURER S: INSURER P: COVERAGES CERTIFICATE NUMBER:47397570 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 POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.CLgX NV WP!OPINSURANCE ADO NM NUM POLICY NUMBER (MhP NL Dn'YYY1 1M DGYYYr! uMR9 COMMERCIAL GENERAL UABIUTY EACH OCCURRENCE S CLAIMS MADEEj OCCUR DAMAGE TO RENTED PREMISES(Ea acatrrenca) s — _- MED EXP(Any OM patron) S PERSONALhAOViNJURY _ S GENT.AGGREGATE UNIT APPUESPER: GENERAL AGGREGATE S _ POLICY❑ECT 0 LOC PRODUCTS-COMP/OP AGO S OTHER S AUTOMOBE.EUABIUTY fEs COMBINED SINGLE UMIT S - ANY AUTO BODILY INJURY(Par person) S —OWNED —SCHEDULED AUTOS ONLY _AUTOS BODILY INJURY(Pr acddenq S HIRED NONOWNED PROPER�YDAMAGE S ,,AUTOS ONLY _,AUTOS ONLY (Pr aoddentl _ 8 UMBRELLA UAB OCCUR EACH OCCURRENCE _ S EXCESS UAB CLAIMS-MADE AGGREGATE S DED i I RETENTION S S A ORICEERSPSOYERSCO&W ION TM Y/N WCO21-00001-018 8/15/2018 8/15/2019 ✓ sTATUTE I iW- AND ANYPROPRREl ROMPARTNERIEXECUTIVE E.L.EACH ACCIDENT S 1,000,000 OFFICERIMEMBER EXCLUDED? N/A 8��q� aarrlWIn NH) EL.DISEASE-EA EMPLOYEE S1.00o000 DESdRiPTION OF OPERATIONS below EL DISEASE-POLICY UNIT S1.0D0.000 DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES(ACORD 141,Addlienal Remarks Schedule,may be attached If more space Is nquttid) Coverage provided for al leased employees but not subcontractors of:Atlas Door&Gate Inc. Client Effective:11/20/2013 COWER COUNTY BOARD OF COUNTY COMMISSIONERS • CERTIFICATE HOLDER CANCELLATION 1384 COLLIER COUNTY BOARD OF COUNTY COMMISSONERS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE AMI TRAIL E. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3295 TAMIAMI ITR ACCORDANCE Wmi THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ' I Rick Leonard .(B 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) • The ACORD name and logo are registered marks of ACORD 47107370 1 Impact Stoat Leafing Pm 041 MASTER CERT 1 Xia Baumgarten 13/4/1010 4130141 AM (PST) 1 Page 1 of 3