Loading...
Backup Documents 06/23/2009 Item #16B 2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING suJ 6 8 2 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Plint on pink paper. Attach to original document. Original documents should be hand delivered to the Board Otllee. The completed routing slip and original documents are to be forwarded to the Board Otlice only after the Iloard has taken action on the item.) ROUTING SLIP Complete routing lines #1 through #4 as appropriate for additional signatures, dates, and/or infomlation needed. If the document is already complete with the exception of the Chairman's signature, draw a line through routin!! lines #1 through #4, complete the checklist, and forward to Sue Filson (line #5), Route to Addressee(s) Office Initials Date (List in routing order) 1. 2. 3. 4. Scott R. Teach, Deputy County Attorney County Attorney SRT 6-29-09 5. Sue Filson, Executive Manager Board of County Commissioners 6. Minutes and Records Clerk of Court's Office PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending Bec approval. Normally the primary contact is the person who created/prepared the executive summary. Primary contact information is needed in the event one of the addressees above, including Sue Filson, need to contact statT for additional or missing information. All original documents needing the BCe Chairman's signature are to be delivered to the BeC office only aner the Bee has acted to approve the item.) Name of Primary Staff Rhonda Cummings, Contract Specialist Phone Number 8941 Contact Agenda Date Item was 6-23-09 Agenda Item Number 16.B.2 Approved by the BCC Type of Document Contract #09-5197 Number of Original Two Attached Documents Attached 1. INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "N/A" in the Not Applicable column, whichever is a TO riate. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and ossibl State Officials.) All handwritten strike-through and revisions have been initialed by the County Attorney's Office and a11 other arties exce t the BCC Chairman and the Clerk to the Board The Chairman's signature line date has been entered as the date ofBCC approval of the document or the final ne otiated contract date whichever is a licable. "Sign here" tabs are placed on the appropriate pages indicating where the Chainnan's si nature and initials are re uired. In most cases (some contracts are an exception), the original document and this routing slip should be provided to Sue Filson in the BCC office within 24 hours of BCC approval. Some documents are.time sensitive and require forwarding to Tallahassee within a certain time frame or the BCe's actions are nullified. Be aware of your deadlines' The document was approved by the BCC on 6-23-09 and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the chan es, if a licable. Yes (Initial) SRT N/A (Not A licable) 2. 3. 4. 5. 6. SRT SRT SRT SRT SRT I: Forms/ County Forms/ Bee Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 224.05 09-PRC-01235/2 MEMORANDUM Date: June 30,2009 To: Rhonda Cummings, Purchasing Contract Specialist From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #09-5197: "Annual Contract for Roadway Contractors" Contractor: Quality Enterprises USA, Inc. Enclosed is one original contract, referenced above (Agenda Item #16B2), approved by the Board of County Commissioners on Tuesday, June 23, 2009. The second contract will be kept in the Minutes and Records Department as part of the Board's permanent records. If you should have any questions, please contact me at 252-7240, Thank you. Enclosure (1) 16B 2 l6a 2 A G R E E MEN T 09-5197 for Annual Contract for Roadway Contractors THIS AGREEMENT, made and entered into on this .23;-..:>(day of J4V1 CL , 2009, by and between Quality Enterprises USA, Inc., authorized to do business in the State of Florida, whose business address is 3894 Mannix Drive, Suite 216, Naples, Florida 34114-5406, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "Owner" or "County": WIT N E SSE T H: 1. COMMENCEMENT. The Agreement shall be for a one (1) year period, commencing on .Ju.t'\f' 2.."3 Zed!' and terminating on ~j,.,-Y)~__22 2.0 I D. 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. In no event, including renewal options, shall the Agreement exceed four (4) years. 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 eighty (180) days. 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 Board of County Commissioners deemed four (4) firms to be pre-qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #09-5197 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. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outline in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. The Owner shall provide a summary of Work to be performed which will afford the Contractor the opportunity to submit a formal quotation for the Work; the Contractor shall respond with the information sought within seven (7) working days. For projects with an estimated cost up to Two Hundred Thousand Dollars ($200,000) or less, the Owner shall Page 10f8 168 2 obtain written proposals from at least three (3) or more of the selected firms, negotiate favorable project terms and conditions, and issue a numbered Work Order, signed by the Department Director to initiate the projects. These quotes may be obtained electronically via the On-Line Bidding System. Completion time and the collection of liquidated damages may be specified in the Quotation and a Performance Bond may be required. A Certification of Final Completion will be required by the County in order for the Contractor to receive final payment. For projects with an estimated cost over Two Hundred Thousand and One Dollars ($200,001) to Seven Hundred Fifty Thousand Dollars ($750,000), competitive quotes shall be solicited from at least three (3) of the selected firms. The completion time and the collection of liquidated damages may be specified in the quotation. The Contractor shall respond with the iniormation sought within seven (7) working days. The County may negotiate favorable project terms and conditions, and issue a numbered Work Order to initiate the projects. A Performance Bond shall be required when projects exceed $200,000. The Contractor shall provide the Performance Bond within seven (7) working days after notification of award of the project. A Certificate of Final Completion will be required by the County in order for the Contractor to receive final payment. Staff recommendations will then be submitted to the County Attorney and Board of County Commissioners for approval In each Request for Quotation, the Owner reserves the right to specify the period of completion and the collection of liquidated damages in the event of late completion. Failure by Contractor to quote work after the third request may result in the Contractor being removed from the Contract. 3. THE CONTRACT SUM: The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the Contractor in his response to a specific Request for Quotation. Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Section 218.70, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e- mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: 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. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Page 2 of8 16.8 2 Quality Enterprises USA, Inc. 3894 Mannix Drive, Suite 216, Naples, Florida 34114-5406 Phone: 239/435-7200 Fax: 239/435-7202 Attention: Louis J. Gaudio, Vice-President All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasingl GS Director Telephone: 239-252-8371 Facsimile: 239-252-6584 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. 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 contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the Page 3 of8 168 2 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 sole judge of non-performance. 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. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 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 $2,000,000 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. Ie. 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. 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. Page 4 of8 160 2 13. 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. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Transportation Engineering and Construction Management Department. 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 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: RFP 09-5197 Annual Contract for Roadway Contractors; Contractor's Proposal, and Insurance Certifica te. 17. 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. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: (a.) Prohibition by the individual, firm, and/ or any employee of the firm from contact with County staff for a specified period of time; (b.) Prohibition by the individual and/ or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/ or quotes; and, (c.) immediate termination of any contract held by the individual and/ or firm for cause. 19. 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 Page5of8 16B 2 constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the Contractor extending the pricing, terms and conditions of this Agreement to other governmental entities at the discretion of the Contractor. 21. 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. 22. 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. 23. 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. 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. 24. KEY PERSONNEl/PROTECT 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 insure that competent persons will be utilized in the performance of the Agreement. Selected Contractor shall assign as many people as necessary to complete the Work Orders on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/ or experience (2) that the County is notified in writing as far in advance as possible. Firm shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. Page 6 of8 168 2 25. 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. :. :. :. :. :. :. :. :. :. :. :. :. :. :. Page 7 of8 168 2 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. ATTEST: c D~ \..".-. By- .'.~ ..' .., " ", Dat.xl: _~._~ ~ .-=: - - - -- ..*)bt....... . s 1 on~Oft'i.~,' .. ,,~~ : l" _~ '. ;.1 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA tJ. (;1 i ( I ' I, - /) By: . ~rrl",^- c>'~ Donna Fiafa, Chairman Quality Enterprises USA, Inc. Contractor ._--....~._- /~~-- /,- ~ " .......-. By: / /~ ./ _,un, Signature Susan J. Schultz tTypejprint witness namet /J}La~i4" (~ ~ , Second Witness Louis J. Gaudio, Vice President Typed signature and title Marcie Cohen tType j print witness name t Approved as to form and legal sufficiency: ~!I- P2 Ll 14 s~i~tiilni:-County Attorney wf"''7 SI'--l-H r< ~4/~ Print Name Page 80f8 168 2 ACORD." CERTIFICATE OF LIABILITY INSURANCE PRODUCER Phone: 757-456-0577 Rutherfoord 222 Central Park Avenue, Virginia Beach VA 23462 Fax: 757-456-5296 6 15 2009 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 1340 INSURED Quality Enterprises USA Inc & Quality Environment Co. 3894 Mannix Drive, Suite 216 Naples FL 34114-5406 INSURERS AFFORDING COVERAGE NAIC # -~--'--~._'~"'-------"._._._----""~,~--- .I~.S~RERA: ~'La.lJQ9J.l__B.usill.~sS Insurance Comp--'tbl1 .I.N.SURER B: WauRi;l,:u._QnQ~X\Nd,J::ers Insurance .1.N.SURERC:Int~n?j:.9t.~..F_i);"e.& Casualt Co .INS.~RER_Q.lim~ );"i~gnLn t 'LSPe.c ii;l, 1 ty L i De ?/ 1.- 2q '). 9 ..J,k~-- INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR N~~~ ~_.__.._._..~ Pr?.kICY EFFECTIVE POLICY EXPIRATION _mn_ __~__.__ "_ LTR POLICY NUMBER LIMITS W A GENERAL LIABILITY TBKZ91449711038 7/1/2008 7/1/2009 EACH OCCURRENCE $ 1 ,000 , 000V-," - DAMAGETORENTED JL COMMERCIAL GENERAL LIABILITY P.REt.1Ii'ES 1fu! occurence 1 $300 000 - :=J CLAIMS MADE EJ OCCUR MED EXP (Anyone person) $ ~Q.Q_._--- .- PERSONAL & ADV INJURY L1.-,-OOO , 000 - ---~~- --~_.__._- GENERAL AGGREGATE $ 2 .....Q.Q.Q-LQQ1L__ - GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2->-.Q.o..Q_,.9_0 O~_ -l POLICY !Xl ~~8T !Xl LOC B AUTOMOBILE LIABILITY ASJZ91449711018 7/1/2008 7/1/2009 COMBINED SINGLE LIMIT $1,000,000 V; V -- lL ANY AUTO (Ea accident) ALL OWNED AUTOS BODIL Y INJURY $ u.,. ~ ..- SCHEDULED AUTOS (Per person) -- ..---- lL HIRED AUTOS BODILY INJURY $ lL NON.OWNED AUTOS (Per accident) ---------~-~--- -- lL 1,000 Camp Ded PROPERTY DAMAGE $ X 1 000 Call Ded (Per accident) GARAGE LIABILITY I AUTO ONLY. EAACCIDENT $ =l ANY AUTO I......_._--~.- ..---.-------- EAACC $ OTHER THAN..___. AUTO ONLY: AGG $ / C EXCESS/UMBRELLA LIABILITY PFX1003079 7/1/2008 7/1/2009 EACH OCCURRENCE $10......Q..QQ, OOO_~ :x=l OCCUR [] CLAIMS MADE AGGREGATE LLQ--,-OOO, 000__ .-..--. $ .. =l DEDUCTIBLE $ .. ...... RETENTION $ $ B WORKERS COMPENSATION AND [WCJZ9144 971102 8 7/1/2008 7/1/2009 x_lwCSTATu- I .lOTH. .._ TORY LIMITS _..J;R. EMPLOYERS' LIABILITY ooo/",lu ,,(p. ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $500 _""_.0 ... OFFICER/MEMBER EXCLUDED? !~LJJ~EI\SE- EA EMPLOYEE , If yes, describe under $ 50QLQ1tQ~__ SPECIAL PROVISIONS below E.L. DISEASE. POLICY LIMIT $500 000 D OTHER 1351083 7/1/2008 7/1/2009 1,000,000 each claim Pollution Liability i 2,000,000 aggregate I / I DESCRIPTION OF O~RATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS .........- rontract #09-5197 Annual Contract for Roadway Contractors. Collier County Board of County Commissioners is Additional Insured under the General Liability policy with respect to work performed by the insured, as required by written ontract. Umbrella follows form over Workers Compensation Employers Liabiliy. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commisioners 3301 Tamiami Trail, East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENT A TIV ACORD 25 (2001/08) 1""._.11 filA Wi 168 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) 1682 MEMORANDUM Date: July 28, 2009 To: Rhonda Cummings, Purchasing Contract Specialist From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #09-5197: "Annual Contract for Roadway Contractors" Contractor: Bonness, Inc. Enclosed is one original contract, referenced above (Agenda Item #16B2), approved by the Board of County Commissioners on Tuesday, June 23, 2009. The second contract will be kept in the Minutes and Records Department as part of the Board's permanent records. If you should have any questions, please contact me at 252-7240. Thank you. Enclosure (I) ITEM NO.:t>t ,.f,)~" Dl~~O FILE NO.: ",,' if i'~f.\ri:.dFfECEI' B 2 ", . 22 0 II\-}- ~l(, !O;;(., +;v f3~l !:Il vf/l g-.'C 1-' · tr ~ .\~} l ../ 0[\ 1)~D ~<<&O'( SI1 ~\./S' ..Y ROUTED TO: DO NOT WRITE ABOVE THIS LINE REQUEST FOR LEGAL SERVICES Date: June 24, 2009 To: County Attorney's Office Attention: Jeff Klatzkow From: Rhonda Cummings, FCCN, CPPB, Contract Specialist Purchasing Department, Extension 8941 Re: Contract: #09-5197 "Annual Contract for Roadway Contractors" Contractor: Bonness, Inc. BACKGROUND OF REQUEST: . This Contract was approved by the BCC on June 23, 2009; Agen(1dCl. /// Item 16.B.2 / This item has not been previously submitted. ACTION REQUESTED: Contract review and approval. OTHER COMMENTS: This is a standard contract with no changes. 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: Dan Hall, TECM ^.~...~..._--,----,-,,--""""'.,-,.._._--- MEMORANDUM 16B2 TO: FROM: Ray Carter \) j/ Risk Management Department -y^y ,y' Rhonda Cummings, FCCN, CPPB, Contract Specialist " J" ~\,Y Purchasing Department .f." / ~ June 24, 2009 )X... DATE: RE: Review of Insurance for Contract: #09-5197 "Annual Contract for Roadway Contractors" Contractor: Bonness, Inc. This Contract was approved by the BCC on June 23, 2009; Agenda Item 16.B.2 Please review the Insurance Certificates for the above referenced contract. If you have any questions, please contact me at extension 8941. Thank you. dod/RC C: Dan Hall, TECM MtE RECEIVED 1682 mausen_g From: Sent: To: Cc: Subject: RaymondCarter Monday, July 27,200910:11 AM CummingsRhonda; DeLeonDiana HallDaniel; mausen_9 Contract 09-5197 Annual Contract for Roadway Contractors All, I have approved the revised certificate of insurance provided by Bonness, Inc. for contract 09-5197. The contract will now be forwarded to the County Attorney's Office for their review. Thank you, Ray ~~ Manager Risk Finanace Office 239-252-8839 Cell 239-821-9370 1 ... vww.sunbiz.org - Department of State 16B2 Page 1 of2 Home Contact Us E-Filing Services Document Searches Forms Help Previous on List Next on List BeturnTc:>l....jjit IEntity Name Search Sybmit I No Events No Name History Detail by Entity Name Florida Profit Corporation BONNESS, INC. Filing Information Document Number F19249 FEIIEIN Number 592055219 Date Filed 02/04/1981 State FL Status ACTIVE Principal Address 1990 SEWARD AVE NAPLES FL 34109 US Changed 07/01/2002 Mailing Address 1990 SEWARD AVE POBOX 9140 NAPLES FL 34101 US Changed 04/22/1998 Registered Agent Name & Address BAILIE, KATHLEEN M 1990 SEWARD AVE NAPLES FL 34109 US Name Changed: 01/18/2006 Address Changed: 04/22/1998 Officer/Director Detail Name & Address Title ST BARATTA, JAN E E 4951 BONITA BAY BLVD UNIT 504 BONITA SPRINGS FL 34134 Title D BONNESS, JOSEPH D III 6830 SANDALWOOD LN NAPLES FL 34109 Title V WAGONER, STEVE D http://www.sunbiz.org/scripts/cordet.exe?action= D ETFIL&inq__ doc _number= F 19249&inq... 5/29/2009 .".-."--...,-...---,- .~"- vww.sunbiz.org - Department of State 6236 12TH AVENUE S.W NAPLES FL 34116 Title D KELLY, DANIEL J 6831 SANDALWOOD LN NAPLES FL 34109 US Title PDC BAILIE, KATHLEEN M 267 CHANNING CT. NAPLES FL 34110 US Annual Reports Report Year Filed Date 2008 03/24/2008 2009 01/15/2009 2009 03/30/2009 Document Images 03{30/2009 -- ANNUAl" REPOJ'U 01!l!:i/2009 -.:-~6NNUAL_BEPOF:U Q;3L24/200~ -- ANNUAl" REF>QRI 0-4/1Q!2QQZ.:-:~N NlIAL_ R E F'Q81 o 1/18/2006=-=-ANNt..JAl.REPORT 04/30/200!:i =ANNUALREPORT 04/30/2_Q04 --_6.NNUALREPQBI Q112J/200;3=-ANNLJAl.B EPORT 07/0112002.:-:ANNLJAL REPORT 04/~4!20QL=ANNUAL REPORT 05122/2000-- ANNUAL REPORT 05/06/1999 =-ANNUAL REPORT 04/22/19913 =-ANNLJALREPORT 05109/1997::ANNUAL REPORT QJ/2Qlt996-- ANl-I.U.AL REPQEL"l 06/201199!:i.=ANNLJA1-RE;PQR T 16 B 2 Page 2 of 2 Vie"Vimage in PDF format VieW image inpDF 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 inPDF format View imageil1 PDF format View image inPDF format View image in PDF format View image in PDF format View imagejn PDF format I Note: This is not official record. See documents if question or conflict. I PrevioU!i_9JLList No Events No Name History NextClI1_ Li!iJ Return To_List IEntity Name Search Submit I I Home I Contact LIS I Document Searches I E-Filinq Services I Forms I Help I Copyright and Privacy PoliCies Copyright ,c:) 2007 State of Florida, Department of State. http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&inCL doc _ number= F 19249&inq... 5/29/2009 RLS# Oq-I~- t)J;;l.SO CHECKLIST FOR REVIEWING CONTRACTS 13~~tJ€.!;s ) (Ale-. 16 B 2 Insurance Insurance Certificate attached? Insured registered in Florida? Contract # &/or Project referenced on Certificate? Certificate Holder name correct (BCC)? Commercial General Liability General Aggregate Required $ 'Z. Mot L. Products/CompVOp Required $ Personal & Advert Required $ Each Occurrence Required $ Fire/Prop Damage Required $ Automobile Liability Bodily Inj & Prop Required $ Z M.\ L. Workers Compensation Each accident Required $ 1 M.I L.. Disease Aggregate Required $ Disease Each Empl Required $ Umbrella Liability Each Occurrence Provided $ r Molt... Aggregate Provided $ II Does Umbrella sufficiently cover any underinsured portion? Professional Liability Each Occurrence Required $ Per Aggregate Required $ Other Insurance Each Occur Type: Entity Name: Entity name correct on contract? Entity registered with FL Sec. of State? Required $ County required to be named as additional insured? County named as additional insured? Indemnification Does indemnification meet County standards? Is County indemnifying other party? Performance Bond Bond requirement referenced in contract? Ifattached, expiration date of bond Does dollar amount match contract? Agent registered in Florida? Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ ~Yes _~ Yes No No ~Yes ~Yes v-Yes ----1L- Y es No No No No .~ ~,t.. Exp. Date "II (IO II Exp. Date H 7.50) ~ Exp. Date L , ~( Exp. Date , I S'~OI ItO Exp. Date / ' Z Mol L Exp Date (, {. {ID I MolL Exp Date {, [I {ID ~I Exp Date C I ~l Exp Date I' Exp Date Exp Date ~Yes "II/lf} I ' No Provided $ Provided $__ Signature Blocks Correct executor name in signature block? Correct title of executor? Executor authorized to sign for entity? Proper number of witnesses/notary? Authorization for executor to sign, if necessary: Chairman's signature block? Clerk's attestation signature block? County Attorney's signature block? Attachments Are all required attachments included? ~\~ \ Exp. Date Exp. Date Provided $ Exp Date_ ~Yes - No V" Yes - No _ V Yes _No -- Yes ~No - Yes No Yes No - Yes No -L Yes - No vYes No ---LYes No ~Yes - No ~Yes - No ~Yes - No ~Yes - No d- Yes No ~ Reviewer Initials: Date ,., lZ-'i!l4C( 04-COA-Ot030/ 22 1682 A G R E E MEN T 09-5197 for Annual Contract for Roadway Contractors I'"-=' THIS AGREEMENT, made and entered into on this 2.::L day of ~J \A. VI e....., , 2009, by and between Bonness, Inc., authorized to do business in the State of Florida, whose business address is 1990 Seward Avenue, Naples, Florida 34109, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "Owner" or "County": WITNESSETH: 1. COMMENCEMENT. The Agreement shall be for a one (1) year period, commencing on Jll r'\€ 2~ 2ccCf, and terminating on Ju. VH!.. 2..2_( 2.C I() . 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. In no event, including renewal options, shall the Agreement exceed four (4) years. 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 eighty (180) days. 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 Board of County Commissioners deemed four (4) firms to be pre-qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #09-5197 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. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outline in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. The Owner shall provide a summary of Work to be performed which will afford the Contractor the opportunity to submit a formal quotation for the Work; the Contractor shall respond with the information sought within seven (7) working days. For projects with an estimated cost up to Two Hundred Thousand Dollars ($200,000) or less, the Owner shall Page lof8 16B2 obtain written proposals from at least three (3) or more of the selected firms, negotiate favorable project terms and conditions, and issue a numbered Work Order, signed by the Department Director to initiate the projects. These quotes may be obtained electronically via the On-Line Bidding System. Completion time and the collection of liquidated damages may be specified in the Quotation and a Performance Bond may be required. A Certification of Final Completion will be required by the County in order for the Contractor to receive final payment. For projects with an estimated cost over Two Hundred Thousand and One Dollars ($200,001) to Seven Hundred Fifty Thousand Dollars ($750,000), competitive quotes shall be solicited from at least three (3) of the selected firms. The completion time and the collection of liquidated damages may be specified in the quotation. The Contractor shall respond with the information sought within seven (7) working days. The County may negotiate favorable project terms and conditions, and issue a numbered Work Order to initiate the projects. A Performance Bond shall be required when projects exceed $200,000. The Contractor shall provide the Performance Bond within seven (7) working days after notification of award of the project. A Certificate of Final Completion will be required by the County in order for the Contractor to receive final payment. Staff recommendations will then be submitted to the County Attorney and Board of County Commissioners for approval In each Request for Quotation, the Owner reserves the right to specify the period of completion and the collection of liquidated damages in the event of late completion. Failure by Contractor to quote work after the third request may result in the Contractor being removed from the Contract. 3. THE CONTRACT SUM: The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the Contractor in his response to a specific Request for Quotation. Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Section 218.70, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e- mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: 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. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Page 2 of8 1682 Bonness, Inc. 1990 Seward Avenue, Naples, Florida 34109 Phone: 239/597-6221 Fax: 239/597-7416 Attention: Kathleen M. Bailie, President All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasingl GS Director Telephone: 239-252-8371 Facsimile: 239-252-6584 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. 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 contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the Page3of8 16B2 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 sole judge of non-performance. 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. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 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 $2,000,000 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. 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. Page 4 of8 1682 13. 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. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Transportation Engineering and Construction Management Department. 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 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: RFP 09-5197 Annual Contract for Roadway Contractors; Contractor's Proposal, and Insurance Certificate. 17. 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. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: (a.) Prohibition by the individual, firm, and/ or any employee of the firm from contact with County staff for a specified period of time; (b.) Prohibition by the individual and/ or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/ or quotes; and, (c.) immediate termination of any contract held by the individual and/ or firm for cause. 19. 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.c. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall Page 5 of8 16B2 constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the Contractor extending the pricing, terms and conditions of this Agreement to other governmental entities at the discretion of the Contractor. 21. 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. 22. 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. 23. 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. 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. 24. KEY PERSONNEL/PROTECT 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 insure that competent persons will be utilized in the performance of the Agreement. Selected Contractor shall assign as many people as necessary to complete the Work Orders on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/ or experience (2) that the County is notified in writing as far in advance as possible. Firm shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. Page 6 of8 1682 25. 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. -'- -'- -'- -'- -'- -'- -'- -'- -'- -'- -'- -'- -'- -'- Page 7 of8 16B2 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. ATTEST: . C. D~ By: .....' ':., '.....~ '. Dated:.' '" . ..' (SE~L) -:,.". . AtteSt ai' -W...... , .t....... ..,,'"' BOARD OF COUNTY COMMISSIONERS COLLIElRNTY, FLORIDA / ~ ~d~ By: Donna Fiala, Chairman Bonness, Inc. Contractor ~ :re~e. c.a.r J1,e<1 tTypejprint witness namet 'I/~>( /' .J By: I.J IU/~~" vi'.iJ ~ . r.,/l.L. Signature ~~~~ t=-~ Second Witness Kathleen M. Bailie, President Typed signature and title ~~AN rJ )< L \ ~~G tTypejprint witness namet Approved as to form and l~f;CI?J~L Aesistant ~ounty Attorney Der .....,1 . Su-t1 1< 7i"A ~ L.. Print Name Page 80f8 1682 ~-~~ ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDfYYYY) 07/14/2009 PROOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Marsh ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3031 N. ROCk~ Point Drive, Suite 700 HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Tampa, FL 3 607 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Altn: Erica Connick 813-207-5121 1 01266-Bonn-Cas-09-1 0 INSURERS AFFORDING COVERAGE NAIC # /' -~--~-- ./ INSURED INSURER A Travelers Property Casualty Company Of 25674 Bonness, Inc. -~---------_._._--_.~~,-- ./' 1990 Seward Avenue INSURER B Everest National Insurance Co 10120 Naples, FL 34109 -_._._-~~----- ----- INSURER c: --~---_. INSURER D: --..------ _____m___'._'.._______. INSURER E COVERAGES 6 -( ~--------~._- THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR ADD'L TYPE OF INSURANCE . POLICY NUMBER ----icOLICY EFFECTIVE POLICY EXPIRATioN- LIMITS LTR INSRC : DATE (MM/DD/YY) DATE (MM/DD/YY) X GENERAL LIABILITY ! 06/01/09 EACH OCCURRENCE :j) 75000 A ~MMERCIAL GENERAL LIABILITY VT J EXGL 5800B671 06/01/10 ~~~~~U~~~~~;~ce) $ 500,000 i CLAIMS MADE [R] OCCUR i MED EXP (Anyone person) $ XJSIR' $?!;O 000 PERSONAL & ADV INJURY $ 750,00 - GENERAL AGGREGATE $ 2,000,000 GENERAL AGGREGATE LIMIT APPLIES PER -- PRODUCTS - COMP/OP AGC $ 2,000,00jl Xl 'n PRO- n LOC X POLICY JECT A X AUTOMOBILE LIABILITY VTC2J CAP 5800B683 06/01/09 06/01/10 COMBINED SINGLE LIMIT 2,000,000 Xl ANY AUTO (Ea accident) $ - ALL OWNED AUTOS --------.-- BODILY INJURY $ - (Per person) SCHEDULED AUTOS I - HIRED AUTOS BODILY INJURY $ I---- NON.OWNED AUTOS (Per accident) I---- PROPERTY DAMAGE ~ (Per accident) $ I GARAG E LIABILITY ! AUTO ONLY - EA ACCIDENT $ H ANY AUTO -- $ OTHER THAN EA ACC , i AUTO ONLY $ AGG I EXCESS/UMBRELLA LIABILITY 71C10001117091 06/01/09 I 06/01/10 EACH OCCURRENCE $ 5,000,00C I B 'x' I D 5,000,000 ~ OCCUR CLAIMS MADE I I AGGREGATE $ -------.-. I H DEDUCTIBLE I $ ----- 1 I $ I I RETENTION $ A WORKERS COMPENSATION AND !VTC20 UB 5800B66A , 06/01/09 06/01/10 X IT~~T fJI~s I IOTH- ' EMPLOYERS' LIABILITY FR 1,000,00Q .L EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE ~..DISEASE - EA EMPLOYE5.!____ OFFICERIMEMBER EXCLUDED? 1,000,000 If yes, describe under L DISEASE - POLICY LIMIT: $ 1,000,000 SPECIAL PROVISIONS below A OTHER Auto Physical Damage VT J BAP 5800B695 06/01/09 06/01110 Comp/Collision Deductible: i 2004 vehicles or newer: $5,000 20,000 Ibs or heavier: $10,000 / DESCRIPTION OF OPERATlONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSE~SPECIAL PROVISIONS Re: Contract #09-5197 - Annual Contract for Roadway Contractors ColliElr County Boa~d of County Commissioners is included as Additional Insured where required by wrilten contract and allowed by law with respect to General d'.'; ~ ,/ ,..-' /'" Liability and Auto Liability. ~ CERTIFICATE HOLDER / r/ A TL-001855393-03 CANCELLATION Collier County Board of County Commissioners Altn: Rhonda Cummings, FCCN, CPPB 3301 East Tamiami Trail Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ 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 I I I ACORD 25 (2001108) UPON THE INSURER, A~fTAA~~~'U'I~~~i,SENT A TIVE Erica Connick OR REPRESENTATIVES. o...-A.c...I{ o ACORD CORPORATION 1988 1682 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Acord 25 (2001/08) Reverse of Page 1 l6B 2 MEMORANDUM Date: July 21, 2009 To: Rhonda Cummings, Purchasing Contract Specialist From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #09-5197: "Annual Contract for Roadway Contractors" Contractor: Better Roads, Inc. Enclosed is one original contract, referenced above (Agenda Item #16B2), approved by the Board of County Commissioners on Tuesday, June 23, 2009. The second contract will be kept in the Minutes and Records Department as part of the Board's permanent records. If you should have any questions, please contact me at 252-7240. Thank you. Enclosure (1) ITEM NO.: 'l:>uc.- "'\\\"\'11> B ~ , OAT. E RECEI~D~~ ...-bl' " - ~ () v.-- Vr": ~ (/IJI ~,~ ~ ~ ff~Y\' :J ~ \.-h ~(, [ ~ ~1).,1 ()V / ~ 1)Jbt Suo yf) 1;7 FILE NO.: ROUTED TO: m... f~c -O/~ r"r DO NOT WRITE ABOVE THIS LINE REQUEST FOR LEGAL SERVICES Date: June 24, 2009 To: County Attorney's Office Attention: Jeff Klatzkow From: Rhonda Cummings, FCCN, CPPB, Contract Specialist Purchasing Department, Extension 8941 Re: Contract: #09-5197 "Annual Contract for Roadway Contractors" Contractor: Better Roads, Inc. This Contract was approved by the BCC on June 23, 2009; Agen Item 16.B.2 BACKGROUND OF REQUEST: This item has not been previously submitted. ACTION REQUESTED: Contract review and approval. OTHER COMMENTS: This is a standard contract with no changes. 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: Dan Hall, TECM .168 2 MEMORANDUM TO: FROM: ~~ ~~~':.'gement Department Y Rhonda Cummings, FCCN, CPPB, Contract Specialist . _ { ~ Purchasing Department (,t/ '~~ June 24, 2009 .J<I DATE: RE: Review of Insurance for Contract: #09-5197 "Annual Contract for Roadway Contractors" Contractor: Better Roads, Inc. This Contract was approved by the BCC on June 23, 2009; Agenda Item 16.B.2 Please review the Insurance Certificates for the above referenced contract. If you have any questions, please contact me at extension 8941. Thank you. dod/RC C: Dan Hall, TECM DATE Al:CEIVEO JUN 2 5 2009 RISK MANAGEMENT 168 2 mausen_9 From: Sent: To: Cc: Subject: RaymondCarter Wednesday, July 15, 2009 1 :04 PM DeLeonDiana; CummingsRhonda Hall Daniel; mausen_g Contract 09-5197 "Annual Contract for Roadway Contractors" All, I have approved the Certificate of Insurance as provided by Better Roads, Inc for Contract 09-5197. It will now be forwarded to the County Attorney's Office for their review. Thank you, Ray ~~ Manager Risk Finanace Office 239-252-8839 Cell 239-821-9370 1 www.sunbiz.org - Department of State Home Contact Us E-Filing Services Document Searches Forms Help Previous on List Next on List Return To List IEntity Name Search Submit I No Events No Name History Detail by Entity Name Florida Profit Corporation BETTER ROADS INC. Filing Information Document Number 858146 FEI/EIN Number 592319514 Date Filed 09/02/1983 State FL Status ACTIVE Principal Address 1910 SEWARD AVE NAPLES FL 34109 US Changed 04/07/2003 Mailing Address 1910 SEWARD AVE NAPLES FL 34109 US Changed 04/07/2003 Registered Agent Name & Address BONNESS, JOSEPH D III 1910 SEWARD AVE NAPLES FL 34109 US Name Changed: 02/23/2009 Address Changed: 04/07/2003 Officer/Director Detail Name & Address TitleVS RESTINO, JOSEPH M 1910 SEWARD AVENUE NAPL.ES FL 34109 Title CEOD BONNESS, JOSEPH D III 1910 SEWARD AVENUE NAPLES FL 34109 Title SD BAILIE, KATHLEEN M 1910 SEWARD AVENUE http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&ina doc m]mh~r=G'i~ 14flRrin .::;/')o/')()()O www.sunbiz.org - Department of State NAPLES FL 34109 Title TD KELLY, DANIEL J 1910 SEWARD AVENUE NAPLES FL 34109 Title P TURNER, JOE L 1910 SEWARD AVENUE NAPLES FL 34109 Title V O'BRIEN, THOMAS W 1910 SEWARD AVENUE NAPLES FL 34109 US Annual Reports Report Year Filed Date 2007 10/16/2007 2008 01/28/2008 2009 02/23/2009 Document Images 02/2:~/ZQQ9=-ANNWAL REPORT 01/2812008 -- ANNUAL REPORT 10/16/2007 -- ANNUAL REPORT 94/16/200]--ANNUALREPORT 04fQ7/Z906::Af\ttilJALRI;;P_QET Q3!0I3/ZQQ5._:::..ANNUA.L.R.E:.POEI 0311Q/20Q4.::::ANNlJALBI;;PQET Q4!Q7!2003....::::..ANNUALRI;;PORT OS/21/2002 -- ANNUAL REPORT 05/1[)j200J:.: ANNUALREPORT 07/14/2000.::::ANNlJALREPORT 05/15/2000 = ANNUALREPORJ 05I1J/1999.:_: ANNUAL REPORT 05/06/1998.:.:: ANNUAL REPORT OZI12/199L: ANNUALBEPORT 02/12/1996::.6NNUAL.RE:PORT 05/1JI/J~m()=-ANNUAL REPORT I Note: This is not official record. See documents if question or conflict. Prev i Q...u!?...QI1J_i~j N~xt on Lilil Return To List No Events No Name History I Home I Contact us I Document Searches I E-Filing Services I Forms I Help I http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&ina doc numher=GSR 14fl&in Page 2 of3 16B rEntity Name Search Submit I 'ij)Qj)()()Q www.sunbiz.org - Department of State Page 3 of3 Copyright and Privacy Policies Copyright @ 2007 State of Florida, Department of State. .168 2 http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&inq doc number=G58146&in... 5/29/2009 168 RLS# b'1-;JR~- I)pl};;).._ CHECKLIST FOR REVIEWING CONTRACTS /3Erroc ~~])Sl /IUCl, Insurance Insurance Certificate attached? Insured registered in Florida? Contract # &/or Project referenced on Certificate? Certificate Holder name correct (BCC)? Commercial General Liability General Aggregate Required $ 'Z.. Moll- Products/CompI/Op Required $ Personal & Advert Required $ Each Occurrence Required $ Fire/Prop Damage Required $ Automobile Liability Bodily Inj & Prop Required $ Z t.I\..\ l.. Workers Compensation Each accident Required $ ,M I L- Disease Aggregate Required $ Disease Each Empl Required $ Umbrella Liability Each Occurrence Provided $ S- f\It II Aggregate Provided $ I ' Does Umbrella sufficiently cover any underinsured portion? Professional Liability Each Occurrence Required $ Per Aggregate Required $ Other Insurance Each Occur Type: Entity Name: Entity name correct on contract? Entity registered with FL Sec. of State? Required $ County required to be named as additional insured? County named as additional insured? Indemnification Does indemnification meet County standards? Is County indemnifying other party? Performance Bond Bond requirement referenced in contract? Ifattached, expiration date of bond Does dollar amount match contract? Agent registered in Florida? 2 ~Yes ~Yes No No ~Yes No ~Yes No ~Yes No ~Yes _No Provided $ -z.. 'M \l.. Exp. Date ~! ~~ Provided $ \ I Exp. Date t I Provided $ 'l.f;OJ "D Exp. Date L , Provided $ II Exp. Date l , Provided $ 5"~ Ill" Exp. Date I ' Provided $ 2.. ~ l L.. Exp Date (, It / If) , I 1M 11 Exp Date b ! ( [10 \1 Exp Date l' \. , Exp Date I' Provided $ Provided $ Provided $ Exp Date ~ Exp Date I ' ~es No Provided $ Provided $ Exp. Date Exp. Date Provided $ Exp Date_ \/"'Yes ~Yes No No ~Yes Yes No ~No Yes No Signatllre Blocks Correct executor name in signature block? Correct title of executor? Executor authorized to sign for entity? Proper number of witnesses/notary? Authorization for executor to sign, if necessary: Chairman's signature block? Clerk's attestation signature block? County Attorney's signature block? Attachments Are all required attachments included? Yes Yes No No ~\~ \ /Yes ~Yes ~Yes ~Yes No No No No ""/Yes V Yes V Yes No No No ~Yes No "".. ~ ReViewer Imtlals: J~ Date: ? {~gq 04-COA-of03 222 168 2 A G R E E MEN T 09-5197 for Annual Contract for Roadway Contractors THIS AGREEMENT, made and entered into on this .23,-.J day of ,fu.. Vl Ie:.- , 2009, by and between Better Roads, Inc., authorized to do business in the State of Florida, whose business address is 1910 Seward Avenue, Naples, Florida 34109, hereinafter called the "Contractorll and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "Owner" or "County": WIT N E SSE T H: 1. COMMENCEMENT. The Agreement shall be for a one (1) year period, commencing on .l.tV\1". 23, 2.lx.,cr, and terminating on JUVl<:"_ 22( 20 (Q . 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. In no event, including renewal options, shall the Agreement exceed four (4) years. 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 eighty (180) days. 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 Board of County Commissioners deemed four (4) firms to be pre-qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #09-5197 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. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outline in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. The Owner shall provide a summary of Work to be performed which will afford the Contractor the opportunity to submit a formal quotation for the Work; the Contractor shall respond with the information sought within seven (7) working days. For projects with an estimated cost up to Two Hundred Thousand Dollars ($200,000) or less, the Owner shall Page 1 of8 168 2 obtain written proposals from at least three (3) or more of the selected firms, negotiate favorable project terms and conditions, and issue a numbered Work Order, signed by the Department Director to initiate the projects. These quotes may be obtained electronically via the On-Line Bidding System. Completion time and the collection of liquidated damages may be specified in the Quotation and a Performance Bond may be required. A Certification of Final Completion will be required by the County in order for the Contractor to receive final payment. For projects with an estimated cost over Two Hundred Thousand and One Dollars ($200,001) to Seven Hundred Fifty Thousand Dollars ($750,000), competitive quotes shall be solicited from at least three (3) of the selected firms. The completion time and the collection of liquidated damages may be specified in the quotation. The Contractor shall respond with the information sought within seven (7) working days. The County may negotiate favorable project terms and conditions, and issue a numbered Work Order to initiate the projects. A Performance Bond shall be required when projects exceed $200,000. The Contractor shall provide the Performance Bond within seven (7) working days after notification of award of the project. A Certificate of Final Completion will be required by the County in order for the Contractor to receive final payment. Staff recommendations will then be submitted to the County Attorney and Board of County Commissioners for approval In each Request for Quotation, the Owner reserves the right to specify the period of completion and the collection of liquidated damages in the event of late completion. Failure by Contractor to quote work after the third request may result in the Contractor being removed from the Contract. 3. THE CONTRACT SUM: The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the Contractor in his response to a specific Request for Quotation. Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Section 218.70, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e- mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: 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. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Page2of8 16B 2 Better Roads, Inc. 1910 Seward Avenue, Naples, Florida 34109 Phone: 239/597-2181 Fax: 239/597-1597 Attention: Joseph M. Restino, Vice President All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing/ GS Director Telephone: 239-252-8371 Facsimile: 239-252-6584 The 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. 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 contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the Page 3 of8 168 2 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 sole judge of non-performance. 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. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 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 $2,000,000 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. 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. Page 4 of8 16B 2 13. 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. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Transportation Engineering and Construction Management Department. 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 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: RFP 09-5197 Annual Contract for Roadway Contractors; Contractor's Proposal, and Insurance Certificate. 17. 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. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the followingconsequences: (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. 19. 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.c. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall Page 5 of8 IbB 2 constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the Contractor extending the pricing, terms and conditions of this Agreement to other governmental entities at the discretion of the Contractor. 21. 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. 22. 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. 23. 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. 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. 24. KEY PERSONNEl/PROTECT 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 insure that competent persons will be utilized in the performance of the Agreement. Selected Contractor shall assign as many people as necessary to complete the Work Orders on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and! or experience (2) that the County is notified in writing as far in advance as possible. Firm shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. Page 6 of8 168 2 25. 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. .:. .:. .:. .:. .:. .:. .:. .:. .:. .:. .:. .:. .:. .:. Page 7 of8 16B 2 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. ATTEST: D~ ' . " ,.. ,., F " . "' - . - '--"',. . .. , By: / .....'.. " , ' . n ',., D'atoo: .,..'.~:.., ~(SEAL) .. .... ....m. . ....../....::._.3 - ........ '. ~ . I..... . ':.'_' .',_1 . ~rn'" BOARD OF COUNTY COMMISSIONERS COLLIER C UNTY, FLORIDA ~~ By: Donna Fiala, Chairman Better Roads, Inc. Contractor 111111 111111"'// ",\1\ ROADS II"" ",~<8' ......... ~"''''~ j..,...... ........ ~ '" OD..' ~ ~ ~ "" 1"/, \, ~ S AL = ~ ' \ ......". 198'1..,' j /;1 "0 ....,1. " '/ . ..... ~ ' //;'1// FlOR\Q",,"\ ///1/11111111\\" ,~ss Ml~~ Donna DiMare tTypejprint witness namet ~'f!!:Jf- Seco Witness Joseph M. Restino, Vice President Typed signature and title Amy M. Manley tTypejprint witness namet Approved as to form and legal sufficiency: :1Jt. f? )~ A~~i~ldlfi. County Attorney O(P't~1 54# R. --;:eA.~L " Print Name Page8of8 16B ACORD", 2 PROOUCER Marsh 3031 N. Rocky Point Drive, Suite 700 Tampa, FL 33607 Attn: Erica Connick (813) 207-5100 10 1266-Bett.Cas-09-1 0 DATE (MMIDDIYYYY) 06/08/2009 -- --- - .-- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COVERAG'ES U -------' '-----~--~~~-~-- -------- --,~------ -~~-~--- -- THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'NSRI ADD'li TYPE OF INSURANCE POLICY NUMBER rOLlCY EFFECTIVE IPOLICY EXPIRATION ; LTR: INSRq . DATE (MMIDDIYY) . DATE (MM/DDIYY) A X GENERAL LIABILITY VTJ EXGL 5800B671 i.~ COMMERCIAL GENERAL LIABILITY ! :=J CLAIMS MADE [R] OCCUR I X SJR:..$2.5D~aQ<L-__._~ IGENERAL AGGREGATE LIMIT APPLIES PER Ixl POLICY m?-i LOC I A x! AUTOMOBILE LIABILITY VTC2J CAP 5800B683 CERTIFICATE OF LIABILITY INSURANCE INSURERS AFFORDING COVERAGE INSURER A Travelers Property Casualty Company Of ___,____.___. _________ __"_______n_n_ INSURER B- Everest National Insurance Co i INSURER C INSURER D INSURER E- INSURED Better Roads, Inc. 1910 Seward Avenue Naples, FL 34109 LIMITS I 06/01/09 06/01/10 PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AG 06/01/09 I COMBINED SINGLE LIMIT (Ea accident) 06/01/10 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per person) BODILY INJURY (Per accident) rP~~~;c~le~gAMAGE $ NON-OWNED AUTOS I AUTO ONLY - EA ACCIDENT $ , OTHER THAN EA ACC $ , AUTO ONLY AGG '$ i EACH OCCURRENCE $ AGGREGATE $ $ - ---.---..-.". -~--_._~---- l___ i EXCESS/UMBRELLA LIABILITY 71C10001117091 06/01/09 06/01/10 ,-, :X OCCUR CLAIMS MADE DEDUCTIBLE VTC20 UB 5800B66A 06/01/09 06/01/10 I ANY PROPRIETOR/PARTNER/EXECUTIVE I OFFICER/MEMBER EXCLUDED? ~~~MtS~~~v~~?o~S below OTHER Auto Physical Damage VT J BAP 5800B695 06/01/09 06/01/10 L DISEASE - POLICY LIMIT Comp/Collision DeduCtible: 2004 vehicles or newer: $5,000 20,000 Ibs or heavier: $10,000 X DESCRIPTION OF OPERATlONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS I Re: Contract #09-5197 Annual Contracy for Roadway Contractors I Collier County BOCC is included as Additional Insured where required by written contract and allowed by law with respect to General Liability and Auto : Liability. CERTIFICATE HOLDER A TL-001855281-01 CANCELLATION Collier County BOCC 3301 Tamiami Trail E. Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL .lL- 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, A~lAA~~fiEf]!,H~rENTATlVE Erica Connick ITS AGENTS OR REPRESENTATIVES. 6 ~""c..-V-- NAIC# '25674 10120 i -----Z------.J I 75000 500,00 750,OOQ 2,000,00 1 ?"OOQ,QQ $ 2,000,009 ,----1 , $ $ 1,000,00 1,000,00 1,000,00 ACORD 25 (2001/08) --------.-~~_.___._._____.J o ACORD CORPORATION 1988 168 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Acord 25 (2001/08) Reverse of Page 1 168 2 MEMORANDUM Date: July 14, 2009 To: Rhonda Cummings, Purchasing Contract Specialist From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #09-5197: "Annual Contract for Roadway Contractors" Contractor: AP AC-Southeast, Inc. Enclosed is one original contract, referenced above (Agenda Item #16B2), approved by the Board of County Commissioners on Tuesday, June 23, 2009. The second contract will be kept in the Minutes and Records Department as part of the Board's permanent records. If you should have any questions, please contact me at 252-7240. Thank you. Enclosure (I) ITEM NO.:Dq" ?(2C'" 01 2~" \', DATE RE<!16B )- o ~ GJI>~ ~~ ~~~11 ~~ f1l"" :J-.l~ ~ ~~r" f7"r{pA1 bl'J q JD ..T!) FILE NO.: ROUTED TO: DO NOT WRITE ABOVE THIS LINE REQUEST FOR LEGAL SERVICES Date: June 24, 2009 _ jJ County Attorney's Office ~ <;7 €/Il ) L Attention: Jeff Klatzkow / J~ rP Rhonda Cummings, FCCN, CPPB, Contract Specialist , Purchasing Department, Extension 8941 To: From: Re: Contract: #09-5197 "Annual Contract for Roadway Contractors" Contractor: APAC-Southeast, Inc. This Contract was approved by the BCC on June 23, 2009; Agen Item 16.B.2 BACKGROUND OF REQUEST: This item has not been previously submitted. ACTION REQUESTED: Contract review and approval. OTHER COMMENTS: This is a standard contract with no changes. 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: Dan Hall, TECM RLS # 01- ~ltt - Of;J. 3 "l CHECKLIST FOR REVIEWING CONTRACTS 16 B A'PA~ - ...5l'(/rHfA.~/' IN C!., - Insurance Insurance Certificate attached? Insured registered in Florida? Contract # &/or Project referenced on Certificate? Certificate Holder name correct (BCC)? Commercial General Liability General Aggregate Required $"7 M,t\L.. Products/Compl/Op Required $ Personal & Advert Required $ Each Occurrence Required $ Fire/Prop Damage Required $ Automobile Liability Bodily Inj & Prop Required $ "2 MIL Workers Compensation Each accident Required $ \ ,^^l L- Disease Aggregate Required $ Disease Each Empl Required $ Umbrella Liability Each Occurrence Provided $ Aggregate Provided $ Does Umbrella sufficiently cover any underinsured portion? Professional Liability Each Occurrence Required $ Per Aggregate Required $ Other Insurance Each Occur Type: Entity Name: Entity name correct on contract? Entity registered with FL Sec. of State? Required $ County required to be named as additional insured? County named as additional insured? Indemnification Does indemnification meet County standards? Is County indemnifying other party? Performance Bond Bond requirement referenced in contract? If attached, expiration date of bond Does dollar amount match contract? Agent registered in Florida? Provided $ '2 M \ L Provided $ l \ Provided $ I , Provided $ I ' Provided $ I/)f)) 00 0 Provided $ z. lA \ L Provided $ i \V\ \ \.. Provided $ I, Provided $ I , Provided $ Provided $ Signature Blocks Correct executor name in signature block? Correct title of executor? Executor authorized to sign for entity? Proper number of witnesses/notary? Authorization for executor to sign, if necessary: Chairman's signature block? Clerk's attestation signature block? County Attorney's signature block? Attachments Are all required attachments included? -Lies \,./Yes ) ~Yes ---iL. Y es Yes ~Yes No No VNo No Exp. Date q/. I b1 Exp. Date I l ( Exp. Date I ( Exp. Date ( ( Exp. Date ( I Exp Date 0../ I / r)'1 ( Exp Date t{ I, I DCf Exp Date l r Exp Date I, Exp Date Exp Date Yes Exp. Date Exp. Date 2 No No No 168 2 POWER OF ATTORNEY _ 2009 Power of Attorney executed by APAC-Southeast, Inc., (the 'Company"), relative to its operations. KNOW All MEN BY THESE PRESENTS: That, pursuant to the authority granted in resolutions adopted by its Board of Directors on October 1, 1981, the Company, acting by and through its duly elected and qualified President, John H. Skidmore, does hereby authorize the following trade names and grants the following authority to the persons herein designated, subject to the limitations herein set forth, as follows: A DEFINITION~ The following teons shall have the indicated meanings in this Power of Attorney: The Comoanv shall mean APAC-Southeast. Inc., a Georgia corporation, which includes business operations of the Company conducted under and by, and the assets and properties of the Company managed by, the various units and divisions INhose trade names are hereinafter generaHy described. Cc!ntnct Documenm shall mean any and all bids, proposals, agreements, instruments, contracts, bonds, releases, satisfactions, labor and payroll affidavits and reports, periodic and final estimates, consents to the releases of retained percentages and the payment of final estimates, and all other documents, writings, COIlSen18 or reports necessary or requisite to the irnP'en'1entation of any of the foregoing doaMnents herein defined that shaH be related to, connected with or arise out of the regular and ordinary business activities of the Company. omce~ shall mean persons from time-t~time designated by the Company as SUCh officers of the Company. Authorized EmDJ~ and Auistant Secretariee shall mean persons designated from time to time as such by the Company or by any two Officers as hereinafter set forth. B. AUT H 0 R I ZED T R A DEN AM E ~ The activities and operations of the Company may be carried on in any of the following manners or styles as may from time-t~time be deemed necessary or appropriate: Alablun. Division, APAC-Southeast, Ine.. Ballenger Paving Division, APA~ Inc. Central Florida DIvIsion, APAC-Southeast.lnc. First Coast Division, APAC-Southeast, Inc. Gulf Coaet DlW.Ion, APAC-8outheast, Inc. Major Projects Group, APAC-8outheast, Inc. Southern Florida DIvision, APACoSoutheast, Inc. C. AUTHORIZED ATTORNEYS I. OFFICER~ The follOWing persons are hereby designated OFFICERS of the Company and are hereby made, constituted and appointed the true and lawful attorneys of the Company for the purposes and subject 10 the limitations hereinafter set forth, to act in its name, place and stead in the matters hereinafter mentioned: ~ John H. Skidmore Guadalupe Atanda Steven C. Ayers Gregory P. Baier Ken Barber David M. Church HarT)' S Curlin Qftlg& President Vice President/Ass! Sec. VICe President/Asst. See. Vice President/Asst. Sec. VICe President/Asst. Sec. Vice President/Aut Sec. Vice President/Asst. Sec. ~ It Glenn Phillips Charles F. Potts, Jr. Robert Royal James A Strain, Jr. John W. TaylcI' Bret Thornton Creed Jackson Williams 2mai VICe Pre$ident/Asst Sec. Vrce President/Asst. Sec. V/C8 President/Ass! Sec. VI08 President/Asst See. VIC8 Pr1!SldentlAsst Sec. VICe Pres.denttAsst Sec. Vice President/Asst. See. Sam W. Head. Jr. Raymond J. Hit John R. Hooper Jeffery L. Janeway Timothy G. Mullendore David M. Murphree Sean T. O'Sullivan Tunstan B. Perry IV 16B 2 Vice President/Asst. Sec. VICe President/Asst. Sec. VICe PresidentJAsst. Sec. VIOt PresidentJAsst. Sec. VICe President/Asst. Sec. VICe PresidentlAsst. Sec. Va PresidentfAsst. Sec. Vice President/Asst Sec. Charles Brown David Anthony Donofrio Robert Delisle Jennifer K. Edwards Michael R. Halpin Kenneth C. Laing David A. South T reasur&l'/Asst. See. Secretary/Asst. Treas. Asst. SecJAsst. Treas. Asst. SecJAsst. Tress. Asst. SecJAsst. Treas. Asst. SecJAsst. Treas. Asst SecJAsst Treas. The following persons are hereby designated OFFICERS solely for the purposes of executing and attesting various corporate documents, tax returns, affidavits. and similar such instruments as may be necessary from time to time: William B. Miller Alan Monaghan Michael F. Deaton M. Craig Hal Heather E. Harper Gary P. Hidcman David C. Lewis Deborah l. Murphey Michael G. O'DriscoJ David M. Toolan Administrative VICe President/Asst. SecnKary Am Treaa.lAsst Seaetary Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary II. AUTHORIZED EMPLOYEE~ The following pen;ons are hereby designated AUTHORIZED EMPLOYEES of the Company and aU are hereby made, constituted and appointed the true and lawful attorneys of the Company for the purposes and subject to the limitation hereinafter set forth, to act in its name, place and stead: Jeffrey R. Andrews Anita M. Billingsley J9mes R. Boterf John S. Bramonte Jerry L Crisp Ricky D. Cross John J. Davis David Denison Joseph F. Donaruma Jerry Ray Doss Bobby J. Dykes Doug Eckhoff" Jerry F. Fletcher ChartatlB S. Garvin Lisa S. Haber R. Delane Hartzog Gerald Hoffman RicK E. Jarvis G. Michael Johnson Craig Ketron CIiIroro B. Latta 1/1 TIII'1Othy 8. Ma)flaII Patrick B. McKnight Wlliam R. Nowak Michael Pabnbo Grant G. Peterson Matthew A. Phillips Steven Schauer John D. Smith Jeffrey M. Snyder Kenneth W. Sweet Carl J. Thompson John A. Wabr John B. Wilson III. ASSISTANT SECRETARIES Any and all Contract Documents of the Company which may be signed or executed pursuant to the powers of attorney herein granted to the Oflicers and Authorized Employees hereinbefore named may be attested on behalf of the Company and the Company's corporate seal may be affixed thereto by any one of the following named persons, each of whom is hereby designated an ASSISTANT SECRETARY of the Company for the 6mited purposes stated herein: Anila M. BiI/ingsIey Mark K Blair Charles J. Blinne Linda A. Bradley Roma M. Carpenter Jeremy R Christopher Ricky O. Cross Jerry Ray Doss Judith M. FletcIler Charlotte S. Garvin I. OFACE~ Steven M Graycheck Cynthia l. Hall Kathy Hambleton R. Delane Hartzog Metlnda Lewis Ooramelia M. Martin Dona O. Oliver Marizabed Perez Grant G. Peterson Carmine Restino Rodolfo Reyna PameIia M. Sahr Joan Schuh Alan L. Scott Tracy L. Shores James H. Stltm Ashley Turner John G. Walker D. EX E C U TI 0 N 0 F DOC U MEN T S ., .:. 168 2 Each of the Officers hereinbefore named is hereby given and granted the right. power, and authority to sign. execute and deliver on behalf of the Company any and all Contract Documents and each of said attorneys on behalf of the Company may do an other acts and things requisite or necessal)' in respect of the signing. execution or delivery thereof; and all that its said attorneys. and each of them. shalllawfuHy do or cause to be clone by virtue of the authority and power herein granted is hereby ratified and confirmed by the Cornpany. II. AUTHORIZED EMPLOYEES Each Authorized Employee hereinbefore named is hereby given and granted the right, power and authority to sign. execute and deliver on behalf of the Company any and all Contract Documents relative to the offering to perform or to the perfonnanoe of WOt1(. and said attorneys on behalf of the Company may cIo all other acts and things requisite or necessal)' in respect of the signing. execution or delivefY thereof; and all that its said attorneys, and each of them, shall lawfully do or cause to be done by virtue of the authority herein granted is hereby ratified and confirmed by the Company. III. CHANGE IN AUTHORIZED EMPLOYEES & ASSISTANT SECRETARIES Any two of the aforesaid Officers acting together may from time-to-time grant further powers of attorney designating any person or persona in the employ of the Company as an Authorized Employee or Assistant Secretary and may at any time withdraw from any Authorized Employee or Assistant Seaetary the designation as such, with or without cause, and such person shaH thereafter no longer have the authority of an Authorized Employee or Asaistant Secretary under this instrument. Said Officers may also in connection with the granting or withdrawing of the designation of an Authorized Employee or Assistant Secretary from time-to-time add to the lists of Authorized Employees and Assistant Secretaries on this instrument the names of those employees granted such designation and delete from such list the names of those whose designation has been withdrawn. IV. ADDmONAL UMITED POWERS OF ATTORNEY Any two Officers acting together are hereby made, constituted and appointed the true and lawful attorneys of the Company for the purpose of granting further powers of attorney authorizing any person or persons in the employ of the Company to execute Contract Documents on behalf of the Company. E. BINDING EFFECT Any and aN of the aforesaid Contract Documents and aN other documents styled, executed and attested pursuant to the authority hereinbefore granted shall be valid. lawful and binding upon the Company in accordance with the teons and conditions of the document or documents 80 executed and attested; provided. however. that nothing herein contained shall authorize any person authorized to act hereunder to underwrite, warrant, endorse. or guarantee the debt. performance, obligation or any other undertaking of any kind or desaiption of any third party or parties. The Power of Attorney and authority hereby granted and confirmed upon the said Officers. Authorized Employees and Assistant Secretaries shall continue in full fon::e and effect through December 31, 2009. IN TESTIMONY WHEREOF. the Company has caused this instrument to be executed by its President and attested to by its SecretarylTreasurer. and its Corporate Seal to be hereto affixed, effective the 1st day of January 2009. ATTEST: --,1' 1111. O~l'~, ~~-. ) David Anthony Donofrio, Secretlry/Aut. Treasurer c~::m State of Florida County of Pasco 55: 3 168 2 The undersigned Notary Public, d~ QWllified, com~iSsioned. swom and CICti~ in and for the county and state aforesaid, hereby certify that on this H" day of ~~ I) to"" ~ I- 200},( there personally appeared before me, John H. Skidmore. President of the Com ny, and David Anthony Donofrio, Secretary/Asst. Treasurer of the Company, and each, personally known to me to be that person and designated Officer of the Company who signed said instrument on behalf of said corporation and being by me duly sworn, did acknowledge and say to me that he did so sign, seal and deliver said instrument in the name and on behalf of said corporation as such designated Officer, that the same is the free and voluntary act and deed as such designated Officer and the free and voluntary act and deed of said COfpOration for the consideration. uses and purposes therein mentioned; that he is duly authorized thereunto by the Board of Directors of such corporation; and that the seal affixed to said instrument is the corporate seal of such corporation. .\ IN TESTIMONY WHEREOF, I have hereunto set my hand and official notarial seal this~()~ay of ~2OOi' (1 I o. 'i. f-iJ-f \\\\111111'1"" ~ ~,\\\ CYN;I/:;J~ My Commission Expires: [Notary Seal) ~~ ...........'4(% ~ 1f ..' "''{ COMAf/8,so,b'" ~~ ~ ~ .... ~~emhel' ~ ... "?:: ~ :~: ~ ~~r-= -~. " 1">"'0.:: =?l:1 ~ ., 8~: = ~...~;,!.~ "'6'6:" '0 c.,: :::: ~~...~~ ~ .: ~ ~~'.;"l'u,~ ." 1f.~ ~":..o"..~ ... ~ '* '',( 1.>7'...,;.......^'\~ i$' JJ;J'"f, c OF Flu" '1\"", "'11"" Illll \,\'1: 4 168 2 MEMORANDUM DATE: Ray Carter Risk Management Department V Rhonda Cummings, FCCN, CPPB, Contract Specialist ~' Purchasing Department j'" ~ ~ AA , 'l Cf,tY .I (y June 24, 2009 r TO: FROM: RE: Review of Insurance for Contract: #09-5197 "Annual Contract for Roadway Contractors" Contractor: APAC-Southeast, Inc. This Contract was approved by the BCC on June 23, 2009; Agenda Item 16.B.2 Please review the Insurance Certificates for the above referenced contract. If you have any questions, please contact me at extension 8941. Thank you. dod/RC C: Dan Hall, TECM DATE RECEIVED JUN 2 5 2009 RISK mausen_9 16B 2 From: Sent: To: Cc: Subject: RaymondCarter Friday, June 26,20098:36 AM CummingsRhonda HallDaniel; mausen_g; DeLeonDiana 09-5197 "Annual Contract for Roadway Contractors All, I have approved the Certificate of Insurance provided by APAC-$outheast, Inc for contract 09-5197. The Contract will now be forwarded to the County Attorney's Office for their review. Thank you, Ray ~ Cah.t.ch. Manager Risk Finanace Office 239-252-8839 Cell 239-821-9370 1 Www.sunbiz.org - Department of State 16 age 1 of 3 ... ~ 2 Home Contact Us E-Filing Services Document Searches Forms Help Even~ Name History IEntity Name Search Submit I Previous on List Next on List RetyrrLTQl..ist Detail by Entity Name Foreign Profit Corporation APAC-SOUTHEAST, INC. Filing Information Document Number P25884 FEI/EIN Number 581401468 Date Filed 09/01/1989 State GA Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 04/03/2003 Event Effective Date NONE Principal Address 900 ASHWOOD PARKWAY, SUITE 700 ATLANTA GA 30338 US Changed 04/18/2008 Mailing Address 900 ASHWOOD PARKWAY, SUITE 700 ATLANTA GA 30338 US Changed 04/18/2008 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION FL 33324-2525 US Name Changed: 09/14/2006 Address Changed: 09/14/2006 Officer/Director Detail Name & Address Title PRES MULLENDORE, TIMOTHY G PRES 900 ASHWOOD PARKWAY, SUITE 700 ATLANTA GA 30338 US Title TRSR BROWN, CHARLIE TRSR 900 ASHWOOD PARKWAY, SUITE 700 ATLANTA GA 30338 US Title SEC htto://www.sunbiz.org/scriots/cordet.exe?action=DETFIL&inq doc number=P25884&inq... 5/29/2009 www.sunbiz.org - Department of State DONOFRIO, DAVID ANTHONY SEC 900 ASHWOOD PARKWAY, SUITE 700 ATLANTA GA 30338 US Title VP ASHMORE, RONALD C VP 900 ASHWOOD PARKWAY, SUITE 700 ATLANTA GA 30338 US Title DIR KEATING, JOHN J DIR 900 ASHWOOD PARKWAY, SUITE 700 ATLANTA GA 30338 US Title DIR MERGENS, RICHARD DIR 900 ASHWOOD PARKWAY, SUITE 700 ATLANTA GA 30338 US Annual Reports Report Year Filed Date 2008 04/18/2008 2008 09/03/2008 2009 03/23/2009 Document Images 03/23/2009.-c ANNUAL REE'QRT 09/03/2001~ccANNLJALRI;E'QRT 04/18/2008 -- ANNUAL REPORT 0312.E)/200Z~cANNLJALRE.PQ8.I O.9L1A/2006c-Reg. AgentChi30ge OJjO:~12006cc ..ANNLJALREPQRI 1..1./3.Q1200Q...cc..Reg.,...Age2.0.LCh90Q.e 05/0J1l2005 ccJ:se~6.geotCb9llile OJ/.1.Q/2QQQ...ccA.N.NUALREEQRI 01/21/2004 -- ANNUAL REPQRT 09/30/2003 -cANNUALREPQRT 08/11/2003ccANNuALRI;PQ8T 04/03/2003 ccNi:lilleCbQillle 0310012003c-ANNLJAl_REPQRI 03/05/2002 -- ANNUALREPORI Q~Q.V2QQ~-cANNUAL REPORT 02/2QDW.QQ.-:ANN_UAL REPORT Q3/03/1999-:ANNUAUlE_E'QRT 02/16/1998. cc ANNUALJlEEQ!H 02/03/1997 -- ANNUAL REPORT 02/09/1996 c- ANNUAL REPORI 04/J 8/J99Qc:ANNuALRI;E'QRT Page 2 of3 168 2 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 POF format View image in POF format View image in POF format View image in PDF format View image in POF format View image in POF format View image in POF format View image in PDF format View image in PDF format View image in POF format View image in POF format View image in PDF format View image in POF format .----- http://www.sunbiz.org/scripts/cordet.exe?action=D ETFIL&inq doc number= P25 884&inq... 5/29/2009 www,sunbiz.org - Department of State Page 3 of3 168 I Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List IEntity Name Search Submit I I;yen~ Name History I Home I Contact us I Document Searches I E-Filing Services I Forms I Help I Copyright and Privacy Pol icies Copyright @ 2007 State of Florida, Department of State, http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&inq doc number=P25884&ina... 5/2912009 168 2 A G R E E MEN T 09-5197 for Annual Contract for Roadway Contractors THIS AGREEMENT, made and entered into on this ;)3r-d. day of c l.AY1t' J , 2009, by and between AP AC-Southeast, Inc., authorized to do business in the State of Florida, whose business address is 14299 Alico Road, 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 "Owner" or "County": WITNESS ETH: 1. COMMENCEMENT. The Agreement shall be for a one (1) year period, commencing on J~Z3 20DOC, and terminating on . Il-tVle... 2..2- ;U.:iU. 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. In no event, including renewal options, shall the Agreement exceed four (4) years. 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 eighty (180) days. 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 Board of County Commissioners deemed four (4) firms to be pre-qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #09-5197 and the Contractor1s 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. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outline in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. The Owner shall provide a summary of Work to be performed which will afford the Contractor the opportunity to submit a formal quotation for the Work; the Contractor shall respond with the information sought within seven (7) working days. For projects with an estimated cost up to Two Hundred Thousand Dollars ($200,000) or less, the Owner shall Page 1 of8 168 2 obtain written proposals from at least three (3) or more of the selected firms, negotiate favorable project terms and conditions, and issue a numbered Work Order, signed by the Department Director to initiate the projects. These quotes may be obtained electronically via the On-Line Bidding System. Completion time and the collection of liquidated damages may be specified in the Quotation and a Performance Bond may be required. A Certification of Final Completion will be required by the County in order for the Contractor to receive final payment. For projects with an estimated cost over Two Hundred Thousand and One Dollars ($200,001) to Seven Hundred Fifty Thousand Dollars ($750,000), competitive quotes shall be solicited from at least three (3) of the selected firms. The completion time and the collection of liquidated damages may be specified in the quotation. The Contractor shall respond with the information sought within seven (7) working days. The County may negotiate favorable project terms and conditions, and issue a numbered Work Order to initiate the projects. A Performance Bond shall be required when projects exceed $200,000. The Contractor shall provide the Performance Bond within seven (7) working days after notification of award of the project. A Certificate of Final Completion will be required by the County in order for the Contractor to receive final payment. Staff recommendations will then be submitted to the County Attorney and Board of County Commissioners for approval In each Request for Quotation, the Owner reserves the right to specify the period of completion and the collection of liquidated damages in the event of late completion. Failure by Contractor to quote work after the third request may result in the Contractor being removed from the Contract. 3. THE CONTRACT SUM: The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the Contractor in his response to a specific Request for Quotation. Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Section 218.70, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e- mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: 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. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Page 2 of8 16B 2 AP AC-Southeast, Inc. 14299 Alico Road, Fort Myers, FL 33913 Phone: 239/267-7767 Fax: 239/267-1336 Attention: Charles F. Potts, Jr., Vice-President All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing/GS Director Telephone: 239-252-8371 Facsimile: 239-252-6584 The 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. 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 contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the Page 3 of8 168 2 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 sole judge of non-performance. 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. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 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 $2,000,000 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. 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. Page 4 of8 168 2 13. 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. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Transportation Engineering and Construction Management Department. 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 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: RFP 09-5197 Annual Contract for Roadway Contractors; Contractor's Proposal, and Insurance Certifica te. 17. SUBTECT 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. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: (a.) Prohibition by the individual, firm, and! or any employee of the firm from contact with County staff for a specified period of time; (b.) Prohibition by the individual and! or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and! or quotes; and, (c.) immediate termination of any contract held by the individual and! or firm for cause. 19. 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 Page 5 of8 168 2 constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENT AL ENTITIES. Collier County encourages and agrees to the Contractor extending the pricing, terms and conditions of this Agreement to other governmental entities at the discretion of the Contractor. 21. 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. 22. 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. 23. 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. 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. 24. KEY PERSONNEl/PROTECT 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 insure that competent persons will be utilized in the performance of the Agreement. Selected Contractor shall assign as many people as necessary to complete the Work Orders on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/ or experience (2) that the County is notified in writing as far in advance as possible. Firm shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. Page 6 of8 168 2 25. 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. ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ Page 7 of8 168 2 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. BOARD OF COUNTY COMMISSIONERS COLLIER~NTY' FLORIDA ~J~ By: Donna Fiala, Chairman ATTEST: I Dwight E. Broc~, Clerk of Courts ... . ,':~,1 :~~ By: "";' . . .'1. Datedpc)V1 1 ~EAL) , ." ~.' ,j",:-~ . ~. *,.',".~;..'.' .t...~. ~ ~.~. .~:: . LL.1 ,1 "",..... AP AC-Southeast, Inc. Contractor ?{)), ~ -~Wi~ --- By: a~dY~ SIgnature ::JiLJ~ N ~/fJ1meYp1-+tJ tTypejprint witness namet -:Z~~~ Second Witness I. /Z4)l. l,u Fi {3 ~(J IE ;.J TE"' 12- tTypejprint witness namet t' ~~G tts ,c: ~.J: ::JA... 0 Ct" ~SIt:;1n7T , Typed signature and title A pproved as to form and legal sufficiency: C~ YvLkr/2kQ_ Assistant County Attorney Colleetl M .6ree~ Print Name Page80f8 Certificate of Insurance THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION. ONLY AND CONFERS NO RIGHT UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. This is to Certify that I APAC Southeast, Inc. 14299 Alico Road I Libert,x Mutual@ I Fort Myers FL 33913 NAME AND ADDRESS OF INSURED ~ is. al the issue date of this certificale, insured by Ihe Company under the policy(ies) listed below. The insurance a!lorded by the listed policy(ies) is subject 10 all Iheir lerms, exclusions and Conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued. EXP DATE TYPE OF POLICY o CONTINUOUS POLICY NUMBER /~nT OF LIABILITY o EXTENDED III POLICY TERM W A? -C8D-004095-028 COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY...... ~. WORKERS 9/1/2009 LA W OF THE FOLLOWING STATES: COMPENSA TION WC? -C85-004095-018 ALL STATES EXCLUDING Bodily Ir~ury by Accident ' MONOPOLlSTICS STATES AND 1 000 000 Each Accident NY Bodily Injury By Disease OR,WI $1 000 000 0,,"' ";-;, Bodily Injury By Disease $1 000000 GENERAL LIABILITY 9/1/2009 TB2-C85-004095-118 General Aggregate-Other than Producls I Completed Operations $2 000 000 ~. G2J OCCURRENCE Producls I Completed Operations Aggregate . $2 000 000 - o CLAIMS MADE Bodily Injury and Property Damage Liability / //'7" Il:? nnn nnn I...... Per Occurrence ) I RETRO DATE I Personal Injury Included* Per Person I Organization O\~e~luded in BIIPD Liability rt~I'{RE .~~~AGE $100,000; PER ~ AUTOMOBILE 9/1/2009 AS2-C85-004095-128 Each Accident-Single Limit "" LIABILITY $2,000,000 B.1. And P.D. Combined o OWNED Each Person 1ZI NON-OWNED Each Accident or Occurrence o HIRED Each Accident or Occurrence OTHER Auto: Comp Ded $10,OOO/ColI Ded $10,000 EVIDENCE OF COVERAGE ADDITIONAL COMMENTS Certificate holder is named as additional insured. . If the certificate expiration date is continuous or extended term. you will be notified if coverage is terminated or reduced before the certificate expiration dale. SPECIAL NOTICE-OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD. IMPORTANT NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS: IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION ABOUT THIS CERTIFICATE FOR ANY REASON, PLEASE CONTACT YOUR LOCAL SALES PRODUCER WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LOWER RIGHT HAND CORNER OF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS NUMBER. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE S'-ATED EXPIRATION DATE THE COMPANY WILL NOT C.e.~CEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST ;:SU DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: Liberty Mutual Insurance Group I Collier County Board of County Pittsburgh I 0387 Commissioners 12 Federal Street, Ste. 310 3301 E. Tamiami Trail Pittsburgh PA 15212-5706 412-231-1331 LNaples, FL 34112 .-J OFFICE PHONE This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies I tj IJ~ Judith Balazentis AUTHORIZED REPRESENTATIVE . i " O! . d u 04-22-09 DATE ISSUED NM772