Loading...
Backup Documents 11/10/2009 Item #16E 1 16E1 MEMORANDUM DATE: November 19, 2009 TO: Lyn Wood, Contract Specialist Purchasing Department FROM: Teresa Polaski, Deputy Clerk Minutes and Records Department RE: Contract #09-5263: "Office Supplies County Wide" Contractor: Staples Contract $ Commercial, Inc. Enclosed, please find one (1) original, referenced above (Agenda Item #16El) approved by the Board of County Commissioners on Tuesday, November 10, 2009. An original Agreement is being held in the Minutes and Records Department in the Official Records ofthe Board's If you should have any questions, you may contact me at 252-8411. Thank you, Enclosures y&~5 ITEM NO.: m-~~C-OIL\lq t7)"~ \ FILE NO.: ..tc1 c.'\f>~~ i i ~ V y1- , ROUTED TO: ~ ~ '" 0~ AA . J~V DO NOT WRITE ABOVE THIS LINE DATE~ECEIVEDl 6 E 1 ~U-lllllq REQUEST FOR LEGAL SERVICES Date: November 13, 2009 To: Office of the County Attorney Jeff Klatzkow From: Lyn M. Wood, C.P.M., Contract pecialist)f:" Purchasing Department, Extension 2667 ,fir Re: Contract: #09-5263 "Office Supplies County Wide" Contractor: Staples Contract & Commercial, Inc. BACKGROUND OF REQUEST: This item has not been previously submitted. ""emb" 10, 2009'(~.f/ i /, 1'--./ .' This Contract was approved by the BCC on Agenda Item 16.E.1 Contract review and approval. i\ 1\ ~lW ~ \~\~~ ACTION REQUESTED: OTHER COMMENTS: Please forward to BCC for signature after approval. If there are any questions concerning the document, please contact me. Purchasing would appreciate notification when the documents exit your office. Thank you. C: Jack Curran, Purchasing RLS # 0<1- f'I2(' - /Jr If 19 CHECKLIST FOR REVIEWING CONTRACTS Entity Name: --'sTfI!"l ~ 50 c!.:""" TKAt, <f- (\:r'rJfllf-~,,"/" L. .11c)(1. , 16E1 Entity name correct on contract? Entity registered with FL Sec. of State? .1L" Yes - VYes Insurance Insurance Certificate attached? Insured registered in Florida? Contract # &/or Project referenced on Certificate? Certificate Holder name correcl (BCC)? Commercial General Liability General Aggregate Required $ .'roO I 00() Products/Compl/Op Required $ Personal & Advert Required $ Each Occurrence Required $__ Fire/Prop Damage Required $ Automobile Liability Bodily Inj & Prop Required $. 'l 00 I DC " Workers Compensation Each accident Required $ 'lot, DC" Disease Aggregate Required $ . Disease Each Empl Required $ Umbrella Liability Each Occurrence Provided $ kMJ-'=-- Aggregate Provided $ I , Does Umbrella sufficiently cover any underinsured pOItion? Professional Liability Each Occurrence Required $_ Per Aggregate Required $ Other Insurance Each Occur Type: JYes -LL'Yes ~Yes ~Yes Provided $ -z.. Iv. ~"=- Provided $ _'_~ Provided $. I M' L- Provided $----'-1_ Provided $ ----'--l__~ Provided $ .3 1\\.\ L.- Provided $ Provided $ Provided $ " I."" L " No No ._No No ._No _No Exp. Dale Exp. Date Exp. Date Exp. Date, Exp. Date ?-/'//o , " 'I II I I Exp Date :?./, (/f) Exp Date ~{l Il~ Exp Date _ I { Exp Date I { Exp Date~;J I t {I 0 Exp Date . . ---"",,,-Yes Provided $ Provided $ Required $ ~__ Provided $ County required to be named as additional insured? County named as additional insured? -LYes _yYes Indemnification Does indemnification meet County standards? Is County indemnifying other party? /'Yes Yes Performance Bond Bond requirement referenced in contract? If attached, expiration date of bond Does dollar amount match contract? Agent registered in Florida? Signature Blocks Correct executor name in signature block? Correct title of executor? Executor authorized to sign for entity? Proper number of witnesses/notary? Authorization for executor to sign, if necessary: Chairman's signature block? Clerk's attestation signature block? County Attorney's signature block? JYes ---:;7 Yes ~Yes --V-Yes ~\\I< , V Yes --i/- Y es ---J Yes Attachments Are all required attachments included? _.,i,Yes No Exp. Date__ Exp. Date Exp Date_ No No No vNo Yes /No Yes Yes No _No No No No _No No No _No No , Re;i~wer Initials: ~~ Dat, 25ft:~ 04-COA~0 03 222 MEMORANDUM 16E1 TO: FROM: Ray Carter Risk Management Department Lyn M. Wood, C.P.M., Contract Specialist ~ Purchasing Department :j I J November 13, 2009 DATE: RE: Review Insurance for Contract: #09-5263 "Office Supplies County Wide" Contractor: Staples Contract & Commercial, Inc. This Contract was approved by the BCC on November 10, 2009, Agenda Item 16. E.1 Please review the Insurance Certificates for the above referenced contract. If everything is acceptable, please forward to the County Attorney for further review and approval. Also, will you advise me when it has been forwarded. Thank you. If you have any questions, please contact me at extension 2667. C: Jack Curran, Purchasing DATE RECEIVED NOV 1 7 2009 RISK MANAGEMENl A dod/LMW .\..;j /1/0/;9 mausen 9 16Elt;Jff From: Sent: To: Cc: Subject: RaymondCarter Tuesday, November 17. 2009 11 :26 AM LynWood CurranJohn; mausen_g; DeLeonDiana Contract 09-5263 "Office Supplies County Wide" All, I have approved the certificate of insurance provided by Staples Contract & Commercial Inc. for contract 09-5263 which will now be forwarded to the County Attorney's Office for their review. Thank you, Ray ~ Carr.t.eh. Manager Risk Finanace Office 239-252-8839 Cell 239-821-9370 16E1 STAPLES CONTRACT & COMMERCIAL. INC. OFFICER'S CERTIFICATE I, Nicholas P. Hotchkin, hereby certify that I am a duly elected, qualified officer of Staples Contract & Commercial. Inc., a Delaware corporation. operating as Staples Advantage (the "Company"). and that Wayne Hall as Regional Vice President. is an officer of the Company and is duly authorized to execute and deliver bids and contracts in the name of and on behalf of the Company IN WITNESS WHEREOF, I have signed this certificate on behalf of the Company on this 11 th day of November, 2009. /lldt~(V ~)u~/,- ....... --'> Nicholas P Hotchkin. Tr~----- -- //- ~ /A!i~&S uJ.erwf!,..J... heJeuflto SeJ- (YI h{lnd /Aft1d.. oMtlc.:.x.. 9aJ ~iS //I11c!fttj oft. Mvtmhtt-, JedI. fM~LI!~ OJc1lV~ t{V1/111 s S;<m [;pi2.tS : eJl I fjll fY1J _.~\\Wlllllll.l/llllfll1lf1lt. '.~ E. VI8",~~ t~--~~;.:,;..~;:"~\ . ~\t., ~o~ i90:.-r * [S''$'~~ '<;),11 . - '*,~o ~.. \ ~;--~RY p\l?':-6< '~:t,.c,O....~\-~9J;# ~8A~5~"" ""llUnlml~ 'Nww.sunbiz.org - Department of State pailgE 1 Home Contact Us E-Filing Services Document Searches Forms Help Previous on List II!~)(! onUst Return IQ _L..i~! IEnlity Name Search Submit I No Events No Name History Detail by Entity Name Foreign Profit Corporation STAPLES CONTRACT & COMMERCIAL, INC. Filing Information Document Number F98000000322 FEI/EIN Number 043390816 Date Flied 01/20/1998 State DE Status ACTIVE Principal Address 500 STAPLES DR FRAMINGHAM MA 01702-4478 US Changed 05/04/2006 Mailing Address 500 STAPLES DR ATT: NANCY WHITE FRAMINGHAM MA 01702-4478 US Changed 05/04/2006 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION FL 33324 US Officer/Director Detail Name & Address Title P DOODY. JOSEPH 500 STAPLES DR FRAMINGHAM MA 01702 Title S CAMPBELL, KRISTIN 500 STAPLES DR FRAMINGHAM MA 01702 Title T HOTCHKIN. NICHOLAS 500 STAPLES DR FRAMINGHAM MA 01702 http://www.sunbiz.org/scripts/cordet.exe?action=D ETFIL&inG...., doc _ number=F98 000000 ... 10/20/2009 ww'W.sunbiz.org - Department of State Title D MAHONEY, JOHN J 500 STAPLES DR FRAMINGHAM MA 01702 Annual Reports Report Year Filed Date 2007 01/04/2007 2008 01104/2008 2009 01130/2009 Document Images 01130/2009 -- AjlJtl/UALBE;PORT 01/04/2008=-ANI\lUAL BEPORT 01jQ4L2007 -- ANNUAL REPORT 05/04/2006 -, ANNUAlHEPORT OliL1 t/20Q5=-ANNUALBEE'QBI 02/06/2004 =-ANNUAL REPORT 02/10/2003 -:ANNUAL REPORT 05/19/2002 -- ANNUAL REPORT 09/12/2001 -- ANNU.A,J,_RE;PQRT 05/15/2000 =-ANNUAL REPORT 05/14/1999 =-ANNUAL REPORT 01/20/1998 =-Foreign Profit Page 2 of2 16El View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format I fNote: This is not official record. See documents if question or conflict. I Pre.yious on List No Events No Name History IIlltxton List Rl!t!!J"nToList IEntity Name Search Submit I I Home I Contact us I Document Searches I E-FilinQ Services I Forms I Help I Copyright and Privacy Policies Copyright @ 2007 State of Florida, Department of State. http://www.sunbiz.org/scripts/cordet.exe?action=D ETFl L&in~ doc _ number=F98000000... 10/20/2009 A G R E E MEN T 09-5263 16El for Office Supplies County Wide THIS AGREEMENT, made and entered into on this 10th day of November 2009, by and between Staples Contract & Commercial, Inc., authorized to do business in the State of Florida, whose business address is 12730 Commonwealth Drive, Suite 9, Fort Myers, Florida 33913, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITNES SETH: 1. COMMENCEMENT. The contract shall be for a one (1) year period, commencing on November 10,2009, and terminating on November 9,2010. 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 three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide office supplies in accordance with the terms and conditions of Bid #09-5263 and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price for the core items listed on Exhibit A, attached hereto and incorporated herein by reference. Core item numbers and/ or descriptions may be changed from time to time in accordance with notice from the Contractor. All other catalog items will be paid at a fifty-one percent (51 %) discount off catalog price. This Agreement excludes all furniture items (i.e., chairs, book cases, filing cabinets) and technology equipment (i.e., including, but not limited to printers, cables, mouse, and keyboards). Payment will be made upon receipt of a proper invoice and upon approval by the department placing the order, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". Page I of6 16[1 4. 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. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed, faxed or emailed to the Contractor at the following Address: Staples Contract & Commercial, Ine. 2305 SW 32nd Avenue Pembroke Park, Florida 33023 Attention: Jeff Spiro, District Sales Manager Telephone: 954-744-3133 Facsimile: 954-744-3101 Email: Jeff.Spiro@staples.com All Notices from the Contractor to the County shall be deemed duly served if mailed, faxed or emailed to the County to: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing/GS Director Telephone: 239-252-8371 Facsimile: 239-252-6584 Email: stevecarnell@colliergov.net 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. 6. 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. 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.5., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. 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 Page 2 of6 16El with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. 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 contract 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. 9. 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. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liabilitv: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit 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 $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers I Liability with a minimum limit of $500,000 for each accident. Page 3 of6 16E1 Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subContractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the 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. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Purchasing Department. 14. 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. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, Bid #09-5263 Specifi- cations/Scope of Services and Addendum. 16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other Page 401'6 16E1 item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and! or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and! or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and! or quotes; and, c. immediate termination of any contract held by the individual and! or firm for cause. 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.s.e. 1324, et seq. and regulations relating thereto, as either may be amended. 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. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 21. ADDITIONAL ITEMS/SERVICES. Additional items and! or services may be added to this contract upon satisfactory negotiation of price by the Contract Manager and Contractor. 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of 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. Page 5 of6 16El 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. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. A TTE~;r:f;' ~': Dw' h~R'fuol!k; Clerk of Courts " . . ,~ . ~C . OJ. ..... . . ;~~*t~/Cli. f~ , s 19/1it:_ofl' . BOARD OF COUNlY COMMISSIONERS COLLIER :17UNlY, FLORI~A / i i ,! _ / I/. f /7 '.. . "-"v,..>.I(_ ";~/4:~ By: Donna Fiala, Chairman Staples Contract & Commercial, Inc. Contractor ~n L.J;., r~1f- Irst WItness By: LUJLr- ~ Signature 13~ {C. 7:~rv tType / print witness na~e t ~~~~ Second Witness uJD-yI'L t-Iu 1/ f( 0 P Typed signature and title Approved as to form and legal sufficiency: lIem # 1 b (;;"1 ;;; fA Yf)( j~} ~ ~~i6taJilt County Attorney C<,>"'*Y S c..;,tf- 12 ~A-I.-l Print Name Agenda II' .l'IlrD Date ~ Date (II t tj IfIe; ~' Deputy lerk Page 6 of6 16E1 A CORD_ CERTIFICATE OF LIABILITY INSURANCE DATE (MMJDDIYYYY) 10/5/2009 PRODUCER (678)539-4877 FAX: (678)539-4890 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Beecher Carlson - Atlanta ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2002 Summit Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 900 Atlanta GA 30319 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA:.Ace American Ins. Co. 22667 INSURER B: Na t. Union Fire Ins. 19445 Staples, Inc. INSURER c: Indemni tv Ins. of N.A. 43575 500 Staples Drive INSURER D: Framingham MA 01702 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. Ar.;; REr,ATE LlM ITS' !=;H-nWN MAY HAVE RE ED BY PAID CLAIMS. INSR AOO'L POLICY NUMBER PJ>}+i1:~~8~E Pg~!fl{~J,6~~N LIMITS TYPE OF INSURANCE A ~NERAL LIABILITY G2055973-1 2/1/2009 2/1/2010 EACH IY'CURRENCE , 1,000,000 X COMMERCIAL GENERAL LIABILITY ~~~~~J9E~~i~nce\ , 1,000,000 I CLAIMS MADE W OCCUR MEO EXP An one !'\Arson\ $ 5,000 - PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE , 2,000,000 ~'~ AGG~l~~ LIMIT AAES PER: PRODUCTS. COMPIOP AGG $ 2,000,000 X POLICY ~~8r LOC A ~TOMOBILE LIABILITY 80796141-8 2/1/2009 2/1/2010 COMBINEOSINGlE LIMIT 3,000,000 (Eaaccident) , ~ ANY AUTO - ALL OWNED AUTOS BODILY INJURY $ (Perperson) X SCHEDULED AUTOS HIRED AUTOS BODILY INJURY -"- $ ~ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE , (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT , ==1 ANY AUTO OTHER THAN EA ACC , AUTO ONLY: AGG , B ~~SSJUMBRELLA LIABILITY 2227238 2/1/2009 2/1/2010 EACH , 5,000,000 X OCCUR 0 CLAIMS MADE AGGREGATE $ 5,000,000 $ ==1 ~EDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND C4400597-9 (AZ & CA) 2/1/2009 2/1/2010 X I T~~~IfJNs I IOTH- ER EMPLOYERS' LIABILITY 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE C4400598-0 (WI) EL EACH ACCIDENT $ C OFFICER/MEMBER EXCLUDED? C4400599-2 (AOS) EL DISEASE. EA EMPLOYEE $ 1,000,000 If yes, describe under 1,000,000 SPECIAL PROVISIONS below E,L. DISEASE - POLICY LIMIT $ A OTHER Other Empl Liability C4400600-5 (OR) 2/1/2009 2/1/2010 SIR Applies DESCRIPTION OF OPERATIONS!LOCATlONSNEHICLESJEXCLUSIONS ADDED BY ENDORSEMENTfSPECIAl PROVISIONS - Ref. Bid "09-5263 - The certificate holder and Collier County are included as Additional Insured to the extent they have a written contract and follow all other terms and conditions within the insurance contract, for any and all work performed on behalf of Collier County. - Waiver of Subrogation Applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE. THE Collier County Board of Commissioners EXPIRATION DATE THEREOF, THE ISSUING INSURER WIll ENDEAVOR TO M/OJL Naples, FL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT - FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~fkJJ Robert Hessel/DIANST -~- ."_....._.~------ -.--....----.-------- ACORD 25 (2001108) INS025 (0108).08a @ACORD CORPORATION 1988 Pagelof2