Loading...
#19-7544 (Annat, Inc. d/b/a Municipal Supply & Sign Co.) FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 19-7544 for Traffic Signs and Related Materials t THIS AGREEMENT, made and entered into on this ( *\ day of _�k_\ \\ , 2019 , by and between Annat Inc. d/b/a Municipal Supply & Sign Company authorized to do business in the State of Florida, whose business address is 1095 5th Avenue North, Naples, Florida 34102 , (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 on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of Request for Proposal (RFP) III Invitation to Bid (ITB) I Other ( }# 19-7544 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. • The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.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. 3.2 The procedure for obtaining Work under this Agreement is outlined in Exhibit A - Scope of Services attached hereto. 3.3 n The procedure for obtaining Work under this Agreement is outlined-in n Other Exhibit/Attachment: 3-4 n The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 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): n Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. n e e - ee - - -e- - - - - - - - - - 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 that the project requirements would most likely change. As a general business practice, 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). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CAO 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. 4.4 n _•- - _ - . .. - :•.. .,__ - . e _ . : . . . Travel and expenses shall be reimbursed as per Section 112.061 Fla. Stats. Reimbursements shall be at the following rates: Mileage -mile Brea-West $6:00 L-6144614 Gifiner $4-9.00 ABfaFe .._ e e Rental car A -. _:_. .. -e e _ . ._ .. ••e - •. • -99! e- . .. Parking Actual cost of parking Taxi or Airport Limousine _ - - - __ - _ - cs associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CAO, Company Name: Annat, Inc. d/b/a Municipal Supply & Sign Company Address: 1095 5th Avenue North Naples, Florida 34102 Authorized Agent: Leonard Ciarrocchi, President Attention Name & Title: Sandy Steinkodf, Controller Telephone: (800) 329-5366 or (239) 262-4639 E-Mail(s): Salesc municipalsigns.com or sandyPmunicipalsigns.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Jay Ahmad Division Name: Transportation Engineering Division Address: 2885 S. Horseshoe Drive Naples, Florida 34104 Administrative Agent/PM: Kyle Kemmish, Project Manager Telephone: (239) 252-5793 E-Mail(s): Kyle.Kemmishacolliercountyfl.goy 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. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 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. 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 the 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. 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. U 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. ❑■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) .r .. r e . ..e • . . a. . .,, .: .. .—. a *— e• ., ,. e e -'• -w €- C ber Liabilit Coverage shall have minimum limits of$ per claim. claim. 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. Page 6 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 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. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Transportation Engineering Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑ Exhibit A Scope of Services, Exhibit B Fee Schedule, n RFP/ ❑■ ITB/1-1Other #19-7544 including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and Li Other Exhibit/Attachmcnt: 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 Page 7 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tam iami 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. Page 8 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) r'r 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. 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. MI 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. (� 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 Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CAO 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, 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. U 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. A 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 to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) ,C;(3 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. 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. - - _ . . ._ •_ _ personnel. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) n AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. n ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. n 4. ! T _ •- • -e• . .. i •. ••-....... •..•. e- --e _ . .. .. --.. —es •-- - tee-.-e - - - . . ..... . . .. the Agreement, the conflict shall be resolved by imposing the more strict or costly - me - - - - -- • - - .e.. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.I) 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. 38. n 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 Multi-Contractor Agreement 2017.008(Ver 1) °;11,12 IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF C' COMMISSIONERS COLLIE COI • - PA Crystal K. Kinsel, Clerk of Courts & Comptroller By: By: /jam L. McDaniel Jr , Chairman - �• y ' -&, . • , " es al 0 If airman Annat, Inc. Poflr "e WIN esses: Contractor • Municipal Supply & Sign Company DBA 2 vi v By; //`' Contractors Fi t Witness Signature L 4de./) CjAit ,e'f4 )y i4/..a.c s-,—e TType/print signature and titleT TTyppe//print witness name/TT Y Contractor's Second Witness ( 7/L . 1)1. ) a. TType/print witness nameT . • .st'. •rm d Legality: 1111111, ILL' County Attorney GA-- Print ame Page 14 of 17 g't Fixed Term Service Multi-Contractor Agreement 2017008(Ver 1) Exhibit A Scope of Services n following this page (pages 1 through 2) fI this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) #19-7544 Traffic Signs and Related Materials Exhibit A SCOPE OF WORK The purpose of this Agreement is to provide roadway signage materials for the Collier County roadway network. These specifications are intended to provide the information by which Contractors may understand the requirements of Collier County relative to supplying or furnishing and installing traffic sign materials and related supplies. Unless otherwise indicated, all products shall meet the Florida Department of Transportation (FDOT) Qualified Products List(QPL) Specifications (see link below). http://www.fdot.gov/programmanagement/ProductEvaluation/QPL/default.shtm Items listed are dependent upon each other,providing for uniformity of signs. Reflective sheeting material types III,IV, VII and XI shall be classified in accordance with the most current ASTM D-4956 and 3M brand or approved equivalent preferred. Manufacture's warranties must be provided with all reflective sheeting purchases. Production: Contractor must be capable of producing a minimum of 1,200 signs in one order. Hours of Operation: Delivery hours are from 7:00 AM to 3:00 PM Monday to Friday. Sign Faces: All faces shall be in conformance with the 2009 Edition of the Manual on Uniform Traffic Control Devices (MUTCD), or most current edition, and the 2012 Supplement to the 2004 Edition of Standard Highway Signs (SHS) book to include the interim releases for new and revised signs, or most current edition. When the work "BLANK" is used in conjunction with an ordered face, it means that all UNIFORM information shall be included on the blank. The only items to be left off the face shall be changeable items;i.e., Speed Limit (R2-1). Blanks shall have the border and words SPEED LIMIT with a space provided for Collier County to add the correct numbers indicating speed. Prefabricated Signs, Prefabricated Stop Signs and Aluminum Blanks: Standard sign assemblies as detailed and described in the bid schedule that includes single or double-sided sign faces are to be mounted on .080 or .125-gauge aluminum blanks in accordance with the Standard Highway Signs Markings book, MUTCD and FDOT standards. All aluminum blanks shall have"burr free"edges Prefabricated STOP signs are on .080 -gauge aluminum blanks and fabricated in accordance with the Standard Highway Signs Markings book, MUTCD and FDOT standards. Sign orders, as requested, are to be delivered on pallets weighing no more than eight hundred (800) pounds per pallet. (NOTE: Although every attempt will be made to maximize the number of signs per order, the County reserves the right to order and have delivery of a minimum purchase of one(1) special order sign.) All Fabricated signs MUST be covered with an Anti-Graffiti Film equivalent to 3M pre-masking Tape SCPM- 19. Galvanized Steel—Perforated Square Posts & Related Materials: Standard sign post assemblies as detailed and described in the bid schedule and in conformance with MUTCD, FDOT's Design Indexes and Collier County's Sign and Pavement Markings Special Provisions. Ancillary Traffic Sign Products: Brackets, decals, delineators, slip bases and related products described and detailed in the bid schedule and in conformance with the MUTCD and FDOT's Design Indexes and Collier County's Sign and Pavement Markings Exhibit A Page 1 of 2 �'''��� ICAO Special Provisions • Certification: The Contractor shall provide at or before the time of delivery,two(2)copies of certification that the material supplied meets or exceeds all the mentioned specifications to include warranties. Manufacturers sheeting warranties must be provided with shipment. Guarantee: All material not meeting the specification shall be returned to the Contractor at no charge to Collier County, including all freight and handling charges. Delivery of Fabricated Signs,Sign Faces,or Aluminum: Items should be received from the Primary Contractor within three (3) weeks from the date the order is placed. Should delivery be delayed and occur after a period of four(4)weeks, Collier County will contact the Secondary Contractor. The Primary Contractor shall not charge a restocking fee if product is delayed more than three weeks. Collier County reserves the right to contact another Contractor if either Contractor cannot fulfill orders. Exhibit A Page 2 of 2 Exhibit B Fee Schedule following this page (pages 1 through 3 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) 19-7544 Traffic Signs and Related Materials EXHIBIT B-FEE SCHEDULE Provide all inclusive pricing for line items#1-I25,no additional costs will be accepted.Collier County reserves the right to remove items from the bid list,in the event such items are not available from all vendors.This action facilitates a fair comparison of bids.All signs and sign blanks are based on cost per square foot.Face and size to be designated at time of purchase. Sign Faces:All faces shall be in conformance with the 2009 Edition of the Manual on Uniform Traffic Control Devices(MUTCD),or most current edition,and the 2012 Supplement to the 2004 Edition of Standard Highway Signs(SHS)book to include the interim releases for new and revised signs,or most current edition.All signs to utilize an anti graffiti film with 3M Premasking Tape SCPM-19 or equivalent.The quantities listed in the bid schedule are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period but does not guarantee any minimum or maximum to be ordered during the period specified.No subcontractors shall be permitted for this solicitation. Annat Inc dba Municipal Supply& Sign Co. Annat-LVP Prices Section 1: Sign Faces(Pressure Sensitive) Primary:Osburn Signs I Secondary Annat Inc. Line _... ItemEstimated Unit of Description Price Per Unit # Quantity Measure I ASTM III High-intensity Prismatic or Equivalent 1 sf $3.10 2 ASTM III 3-Color High-intensity Prismatic or Equivalent 1 sf $3.10 3 ASTM III 4-color High-intensity Prismatic or Equivalent 1 sf $3.10 4 ASTM XI Diamond-grade or Equivalent 1 sf $4.60 5 ASTM VII Diamond Grade Fluorescent Yellow-Green or Equivalent 1 sf $4.60 ASTM VII Diamond Grade Fluorescent Yellow-Green or Equivalent 3 or more 6 Colors I sf $4.60 7 Total Section 1: $23.10 Section 2: Aluminum Prefabricated Signs-Single Sided-With or without holes,.080 Gauge Aluminum Sign Faces(Pressure Sensitive)Minimum Order of 10 Identical Signs; Primary:Annat Inc,f Secondary Osburn Signs Line Estimated Unit of Item Description Quantity Measure Price Per Unit Price Per Unit 8 ASTM III High-Intensity Prismatic or Equivalent 1 sf $3-69 $5.20 9 ASTM XI Diamond Grade or Equivalent 1 sf $6410 $5.90 10 ASTM III 3-color High-Intensity Prismatic or Equivalent 1 sf 63-60 $5.40 I I ASTM III 4-color High-Intensity Prismatic or Equivalent 1 sf $54)0 $5.50 12 ASTM VIII 3-Color Diamond Grade or Equivalent Face 1 sf $610 $6.20 13 ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent Face I sf $6.99 $5.90 ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent School 14 Speed Sign Assembly(S4-3P and R2-1) I sf $6-90 $5.70 ASTM III High-Intensity Prismatic or Equivalent School Speed Sign Assembly 1 sf 15 (S4-3P and R2-1) $340 $5.90 ASTM VIII 3-Color Diamond Grade or Equivalent School speed Sign Assembly I sf 16 (S4-eP and R2-1) $6.90 $5.90 17 Total Section 2: $36.90 $51.60 Section 3:Aluminum Prefabricated Signs-Single Sided-With or without Holes,.125 Gauge Aluminum Manufactures'Warranty Required Primary:Annat inc./Secondary Osburn Signs Line Item Description Estimated Unit of Price Per Unit Price Per Unit # Quantity Measure 18 ASTM III High-Intensity Prismatic or Equivalent 1 sf $720 $6.95 19 ASTM XI Diamond Grade or Equivalent 1 sf $8-33 $7.75 20 ASTM Ill 3-color High-Intensity Prismatic or Equivalent 1 sf $7.20 $7.25 21 ASTM III 4-color High-Intensity Prismatic or Equivalent 1 sf $7-2-0 $7.35 22 ASTM VIII 3-Color Diamond Grade or Equivalent Face 1 sf $845 $7.95 23 ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent Face 1 sf $833 $7.75 ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent School Speed Sign Assembly(S4-3P and R2-1) I sf 24 $843 $7.75 25 ASTM III High-Intensity Prismatic or Equivalent School Speed Sign Assembly 1 sf (S4-3P and R2-1) $4-.i0 $7.75 26 ASTM VIII 3-Color Diamond Grade or Equivalent School speed Sign Assembly 1 (S4-eP and R2-1) sf $835 $7.85 27 Total Section 3: $7-1,35 $68.35 1 of3 ""--"' Section 4: Aluminum Prefabricated Signs--Double Sided-With or w/o Holes,.030 Gauge Aluminum,Manufactures'Warranty Required Primary:Annat Inc./Secondary Osburn Signs Line .. Item Description Estimated Unit of price Per Unit # Quantity Measure 28 ASTM III High-Intensity Prismatic or Equivalent I sf $8.15 29 ASTM XI Diamond Grade(DG3 or Equivalent) 1 sf $10.80 30 ASTM VIII 3-Color Diamond Grade or Equivalent Face 1 sf $10.80 31 ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent Face I sf $10.80 ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent School 32 Speed Sign Assembly(S4-3P and R2-I) I sf $10.80 ASTM VIII 3-Color Diamond Grade or Equivalent School speed Sign Assembly 33 1 sf (S4-eP and R2-I) $10.80 34 ASTM III 3-color High-Intensity Prismatic or Equivalent 1 sf $8.15 35 ASTM III 4-color High-Intensity Prismatic or Equivalent I sf $8.15 96 ASTM III High-Intensity Prismatic or Equivalent School Speed Sign Assembly I sf (S4-3P and R2-1) $8.15 37 Dead End: W 14-1-24-Mod; 24 x 12 Offset by 3"2-sided 10 ea $21.60 38 No Outlet: W14-2-24-Mod; 24 x 12 Offset by 3"2-sided 10 ea $21.60 39 Total Section 4: $129.80 Section 5: Aluminum Prefabricated Signs-Double Sided-With or w/o Holes,.125 Gauge Aluminum Minimum Order of 10 Identical Signs;Manufactures' Warranty Required Primary:Annat Inc.I Secondary Osburn Signs Line Item Description Estimated Unit of Price Per Unit # Quantity Measure 40 ASTM III High-Intensity Prismatic or Equivalent 1 sf $9.75 41 ASTM XI Diamond Grade(DG3 or Equivalent) 1 sf $12.40 42 ASTM VIII 3-Color Diamond Grade or Equivalent Face 1 sf $12.40 43 ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent Face 1 sf $12.40 ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent School 44 1 sf Speed Sign Assembly(S4-3P and R2-1) $12.40 45 ASTM VIII 3-Color Diamond Grade or Equivalent School speed Sign Assembly 1 sf (S4-eP and R2-1) $12.40 46 ASTM Ill 3-color High-Intensity Prismatic or Equivalent 1 sf $9.75 47 ASTM III 4-color High-Intensity Prismatic or Equivalent 1 sf $9.75 48 ASTM III High-Intensity Prismatic or Equivalent School Speed Sign Assembly 1 sf (S4-3P and R2-1) $9.75 49 Dead End: W 14-1-24-Mod; 24 x 12 Offset by 3"2-sided 10 ea $24.80 50 No Outlet: WI4-2-24-Mod; 24 x 12 Offset by 3"2-sided 10 ea $24.80 51 Total Section 5: $150.60 Section 6: Aluminum Blanks Primary:Annat inc./Secondary Osborn Signs Line Item Description Estimated Unit of Price Per Unit Quantity Measure 52 .080 gauge(per square foot delivered) blank only $1.00 sf $2.85 53 .100 gauge(per square foot delivered) blank only $1.00 sf $3.40 54 .125 gauge(per square foot delivered) blank only $1.00 sf $4.10 55 Total Section 6: $10.35 Section 7: Galvanized Steel-Square Post,Full Length Holes ,..:. Primary:Allied Tube/Secondary Annat Inc. Line Item Description Estimated Unit of Price Per unit # Quantity Measure 56 12'2 1/2"Sq.12 Ga. 100 ea $42.11 57 14' 2 1/2"Sq.12 Ga. 100 ea $48.90 58 3' 2 3/4"Sq 12 Ga. Sleeve 100 ea $18.90 59 3' 3"Square,7 Ga.Anchor 100 ea $18.90 60 "8"multi-directional Slip Base Assembly for 2'A" 12 Gauge Steel Post complete with Hardware 100 ea $330.00 61 12'2"Sq. 14 gauge 100 ea $42.83 62 14'2"square 14 Ga. 100 ea $47.97 63 Total Section 7: $549.61 2of3 Section 8:Brackets Primary:Annat Inc. Line ►tem Description Estimated Unit of Price Per Unit Quantity Measure 64 Rok-Prof#2 Sign Bracket for 2 3/8"round posts. 50 ea $2.70 65 97SQF flat 12"blade sign bracket for 2"square posts 50 ea $3.95 66 97SQF flat 12"blade sign bracket for 2.5"square posts 50 ea $4.05 67 #4 wing bracket Edge Mount Bracket-H 255 4.25 x 1.38"x 2"or equal 50 ea $1.95 68 #8 Metro wing bracket 16" H-265 8.13"x 16.5"x 2"or equal 50 ea $5.70 69 #800 Metro wing bracket 24" H-365 8.75"x 24.0"x 2"or equal 50 ea $11.00 70 SNAP-Snap-lock assembly,40"strap length 50 ea $2.55 71 SNAP-Snap-lock assembly,20"strap length 50 ea $2.35 72 #812 Bracket U-Channel cap,12"slot 90 degree 50 ea $8.90 73 #812 Bracket U-Channel cross,12"slot 90 degree 50 ea $8.90 74 BB-832 2 3/8"Round pole.2 sign(double sided)bracket 50 ea $4.10 75 Z238 2 3/8"Round pole(single sided)bracket 50 ea $2.65 76 Interlocking bracket to attach signs to 2"aluminum poles 50 ea $3.20 77 9-90f 90-degree cross Bracket,H.D.slot width.160 50 ea $2.95 78 #457-F bracket;universal cross street names 50 ea $1.85 79 Interlocking bracket to attach signs to 2.5"aluminum poles 50 ea $2.85 80 Interlocking bracket to attach signs to 3"aluminum poles 50 ea $3.00 81 Total Section 8: $72.65 Section 10:Sign Decals Primary:Annat Inc. Line Item Description Estimated Unit of Price Per Unit Quantity Measure 4"X4"PL black on white decal,3M's super engineering grade or equal,P/S 89 center score for easy application,no border(DECAL-See Attached(Tab 500 Ea "Decals and Bar Codes)(500 pcs)) $0.75 4"XI"PL black on white decal,3M's super engineering grade or equal,P/S 90 center score for easy application,no border(DECAL-See Attached(Tab" 500 Ea Decals&Bar Codes))(500 pcs) $0.65 Bar Codes: 3-mil Flexible Anodized Aluminum Foil,with Serial Numbering, 91 Black on White. Size 2"x 1"County will indicate the beginning Number See 5,000 Ea pic ure under Decals&Bar Codes $0.70 92 Total Section 10: $2.10 Section 11:Stop Signs Prefabricated on.080 gauge aluminum Manufactures'Warranty Required Primary:Annat Linc./Secondary Osburn Signs Line Estimated Unit of Item Description Price Per Unit Price Per Unit Quantity Measure 93 30"Stop Sign-3M-Diamond Grade or ASTM equal ASTM Type XI 250 Ea $39-09 $38.00 94 36"Stop Sign-3M•Diamond Grade or ASTM equal ASTM Type XI 250 Ea $58.30 $54.00 95 48"Stop Sign-3M-Diamond Grade or ASTM equal ASTM Type XI 250 Ea $1-03-99 $95.00 96 Total Section 11: $2930 $187.00 Section 12:Delineator-Impact Recovery-Spring Loaded Primary:Annat Inc./Secondary:Asset Management Solutions Line ►tem Description Estimated Unit of Price Per Unit Quantity Measure Tuff Post 3"Flexible Post Assembly,Quick release base,white tube,yellow 97 reflective sheeting,36"in height 50 Ea $95.00 98 Total Section 12: $95.00 3 of 3 es) Other Exhibit/Attachment Description: fI following this page (pages through ) n this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) "....4 ANNAINC-01 D2NMCCARRICK A,C €10 SURDATE(AAM.'DD/YYTY) �.� CERTIFICATE OF LIABILITY INANCE 03/2712019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#L077730 iCONTACT L NAME: AssuredPartners of Florida,Naples !PHONE — 1 FAX 8950 Fontana Del Sol Way Suite 300 1(AJC,No,Ext):(800)226-6117 I(A/C,Ne):p39)261-28.03 Naples,FL 34109 _ASS: i— INSURER(S1AFFORDING COVERAGE NAIC# i INSURER WP4tfield Insurance Company '2411.2 INSURED i INSURER B:FCCI Insurance Company 10178 Annat,Inc.dba Municipal Supply&Sign Company i INSURER C:Lloyd's of London 1095 5th Avenue North INSURER o —•,- Naples,FL 34102 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE IADDLISUBR';. POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD;WVD IMMIOO/YYYYI (MM)DDIYYYY) A X COMMERCIAL GENERAL LIABILITY ! - 1,000,000 EACH OCCURRENCE .„_5 -_ j- CLAIMS-MADE X I OCCUR X (CWP7668222 ( 07/17/2018 07/17/2019 DAMAGE TO RENTED 500,000 ,PREI�SE§tea occunencg] L$.— I--_ �. MED EXplAny onepersonl $ 1'000 1 PERSONAL&ADV INJURY $ 1,000,000 Ror—I .�APPLIES ! GENERAL AGGREGATE 'r GEN'L AGGREGATE LIMIT PER: 2,000,000 1 POLICY X i JEL'T I 1 LOC I i ' 2,000,000 ..._—. PRODUCTS-COMP/OP AGG $,. OTHER: I $ A j AUTOMOBILE LIABILITY . i COMBINED SINGLE LIMIT I 1,000,000 -AUTOS ONLY _ ! i BODILYea INJURent) Y -__.. $ X ANY AUTO ' .CWP7668222 07/17/2018 i 07/17/2019�BODILY INJURY(Per penton) $ f OWNED SCHEDULED —"`-' --- ;.__ .AUTOS ', BODILY INJURY(Per accident)i$ X HIRED 1 X 1 NON-AWNEDPROPERTY DAMAGE ' AUTOS ONLY j_�AUTOS ONLY (Per accident) !$ A . X UMBRELLA LIAB X OCCURI 1,000,000 — EACH OCCURRENCE $ _ EXCESS LIAB -CLAIMS-MADE !CWP7668222 07/17/2018107/17/2019 i IAGGREGATE $ 1,000,000 DED 1 X i RETENTION$ 0�i i i j$ B WORKERS COMPENSATION I.X_!_PERTjjTE 1 1 0TH 1 !AND EMPLOYERS'LIABILITY ! iER_ ANY(MandatoryROP in --' !11230 01/01/2019 01/01/20201 1 000,000 NH Y 1 N'! E.L.EACH ACCIDENT !$ __ ' OFFICER/M M R EXCLUDED? NIA 3 i n I 1,000,000 yes, E.L.DISEASE-EA_EMPLOYE $ If DESCRIPTION describe under ' `E.L. $ 1,000,000 D ON OF OPERATIONS below E L DISEASE-POLICY LIMIT C PropertyMSRC146001 i 07/17/2018 07/17/20191 Limit i 950,000 I ii DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Named Insureds: Annat,Inc.dba Municipal Supply&Sign Co. Southwestern Signs of Florida,LLC dba Signarama LCAC,LLC For any and all work performed on behalf of Coiiier County Collier County is included as Additional insured for General Liability as required by written contract per form CG 7137 11 12. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners 'ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E Naples,FL 34112 AUTHORIZED.REPRESENTATIVE 5414 hA7 • ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD