Loading...
Agenda 10/08/2019 Item #16A10 (ITB #19-7586 w/Multiple Vendors)10/08/2019 EXECUTIVE SUMMARY Recommendation to award five Agreements for Invitation to Bid No. 19-7586, “Supply & Delivery Fungicides, Herbicides, & Pesticides” to: Diamond R. Fertilizer Company, Inc., Florida Irrigation Supply, Inc., Green Effex, LLC, Mar Green Resources LLC, and Univar Solutions USA, Inc. OBJECTIVE: To approve a countywide contract utilizing multiple vendors, at the lowest price per line items, to purchase chemicals. CONSIDERATIONS: The Road Maintenance Division, Aquatic Plant Control Section and Landscape Operations, utilizes chemicals for maintenance functions. The Aquatic section uses herbicides to control aquatic vegetation in canals, ponds, and secondary ditches, and Landscape Operations uses fungicides, herbicides, and pesticides for plant maintenance and weed control in landscaped medians throughout the County. Other divisions that procure these chemicals are the Immokalee and Marco Island Airports, Parks & Recreation, Pelican Bay Services, Collier County Wastewater, and the Wastewater Laboratory. On May 3, 2019, the Procurement Services Division released Invitation to Bid No. 19 -7586, “Supply & Delivery Fungicides, Herbicides, & Pesticides,” on the County’s online bidding website. The County sent three thousand eight hundred and forty-four (3,844) notices, interested vendors downloaded forty-six (46) bid packages, and staff received seven (7) submittals by the June 10, 2019 deadline. Staff reviewed the bids and found five (5) vendors responsive and responsible, and two (2) vendors non- responsive because they submitted incomplete bid packages. Another vendor submitted a “No Bid” response. The recommended notice of recommended award is based on a line item by line item comparison of the lowest price by vendor. Staff recommends awarding to the vendors offering the lowest prices, as highlighted in yellow on the attached bid tabulation, to: Diamond R. Fertilizer Company, Inc., Florida Irrigation Supply, Inc., Green Effex, LLC, Mar Green Resources, LLC, and Univar Solutions USA, Inc. The attached agreements include an initial term of three (3) years, with two (2), one (1) year renewal options. There were five (5) instances of a tie in the Bid Schedule; in those instances, Procurement utilized the Tiebreaker Procedure set forth in the Collier County Procurement Manual under the ITB section in making the recommended award. FISCAL IMPACT: The Road Maintenance Division budgets for these expenditures and funding is available from the following funds and cost centers: 103-172928 and 112-163644. Other divisions will use their division’s budgets as needs are identified. The anticipated county-wide annual spend is estimated at $325,000.00. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To award five Agreements for Invitation to Bid No. 19-7586, “Supply & Delivery Fungicides, Herbicides, & Pesticides,” to: Diamond R. Fertilizer Company, Inc., Florida Irrigation Supply, Inc., Green Effex, LLC, Mar Green Resources LLC, Univar Solutions USA, Inc., and authorize the Chairman to sign the attached Agreements. Prepared by: Melissa Pearson, Contract Administration Specialist, Operations Support, Growth Management Department. 16.A.10 Packet Pg. 663 10/08/2019 ATTACHMENT(S) 1. 19-7586 NORA_Executed (PDF) 2. 19-7586_Solicitation (PDF) 3. 19-7586 Bid Tab (PDF) 4. 19-7586 DiamondFertilizer_VendorSigned (PDF) 5. 19-7586 DiamondFertilizer_Insurance_ (PDF) 6. 19-7586 FIS_VendorSigned (PDF) 7. 19-7586 FloridaIrrigation_Insurance (PDF) 8. 19-7586 GreenEffex_VendorSigned (PDF) 9. 19-7586 Green Effex_Insurance (PDF) 10. 19-7586 MarGreen_VendorSigned (PDF) 11. 19-7586 MarGreen_Insurance_9-11-19 (PDF) 12. 19-7586 UnivarSolutions_VendorSigned (PDF) 13. 19-7586 UnivarSolutions_Insurance_9-17-19 (PDF) 16.A.10 Packet Pg. 664 10/08/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.10 Doc ID: 10162 Item Summary: Recommendation to award five (5) Agreements for Invitation to Bid No. 19 - 7586, “Supply & Delivery Fungicides, Herbicides, & Pesticides,” to: Diamond R. Fertilizer Company, Inc., Florida Irrigation Supply, Inc., Green Effex, LLC, Mar Green Resources LLC, and Univar Solutions USA, Inc. Meeting Date: 10/08/2019 Prepared by: Title: Contract Administration Specialist – Road Maintenance Name: Melissa Pearson 09/25/2019 8:47 AM Submitted by: Title: – Road Maintenance Name: Albert English 09/25/2019 8:47 AM Approved By: Review: Growth Management Department Christine Arnold Level 1 Reviewer Completed 09/25/2019 9:05 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 09/25/2019 11:42 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/25/2019 12:50 PM Road Maintenance Albert English Additional Reviewer Completed 09/25/2019 1:29 PM Procurement Services Barbara Lance Additional Reviewer Completed 09/25/2019 2:44 PM Procurement Services Ted Coyman Additional Reviewer Completed 09/25/2019 4:56 PM Procurement Services Evelyn Colon Additional Reviewer Completed 09/26/2019 8:26 AM Procurement Services Priscilla Doria Additional Reviewer Completed 09/26/2019 1:50 PM Growth Management Department Jeanne Marcella Deputy Department Head Review Skipped 09/25/2019 3:56 PM Growth Management Department Jeanne Marcella Department Head Review Completed 09/27/2019 3:40 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/28/2019 10:08 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/30/2019 8:49 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 09/30/2019 8:59 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/30/2019 10:47 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 09/30/2019 11:05 AM Board of County Commissioners MaryJo Brock Meeting Pending 10/08/2019 9:00 AM 16.A.10 Packet Pg. 665 16.A.10.a Packet Pg. 666 Attachment: 19-7586 NORA_Executed (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR SUPPLY AND DELIVERY OF HERBICIDES, FUNGICIDES, AND PESTICIDES SOLICITATION NO.: 19-7586 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.10.b Packet Pg. 667 Attachment: 19-7586_Solicitation (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7586 PROJECT TITLE: Supply and Delivery Herbicides, Fungicides, and Pesticides LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: June 10, 2019 @ 3:00 pm PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Road Maintenance Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) wi th the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $1,290,000.00 dollars; purchasing fungicides, herbicides, and pesticides with the current agreement. however, this may not be indicative of future buying patterns. BACKGROUND The quantity and chemical types purchased and delivered to County divisions throughout the agreement term varies as products are “as needed” and applied based on multiple factors such as weather and landscape conditions TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pr icing structure. The County Manager, or 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 Manager, or designee, shall give the Cont ractor 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 ef fect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest tra nsportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheles s remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 16.A.10.b Packet Pg. 668 Attachment: 19-7586_Solicitation (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest price per line item ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Award to multiple vendors ➢ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. DETAILED SCOPE OF WORK 1. SCOPE OF WORK Collier County divisions are responsible in maintaining right-of-way (ROW), medians, parks, Municipal Service Taxing Districts (M.S.T.D), Municipal Service Taxing Units (M.S.T.U), and County owned and leased properties. The purpose of this Invitation to Bid is to obtain vendors tasked with providing and delivering chemicals and additives to various Collier County divisions on an “as needed basis.” The divisions may place orders throughout the agreement term by issuing individual purchase orders. 2. QUALIFICATIONS Bidder must provide three (3) verifiable governmental, industrial, or commercial references, demonstrating the bidder has experience providing and delivering chemicals within the past five (5) years. Provide information on the similar arrangements completed by the vendor that best represent projects of similar size, scope and complexity of this project using the Reference Form provided. Vendors may include two (2) additional pages for each arrangement to illustrate aspects of the completed project that provides the information to assess the experience of the vendor on relevant work. 3. LICENSES State of Florida requires a valid dealer license issued by the Florida Department of Agriculture and Consumer Services, Division of Agricultural Environmental Services, for any person holding or offering for sale, selling, or distribution of restricted-use pesticides (RUP). 3.1. Vendors bidding on restricted use products (RUP) under this contract must provide the license to Procurement Services Division within five (5) calendar days of the bid closing. If RUPs are added at a later, the vendor shall provide the County with a valid dealer license before supplying and delivering the products. 4. BID SCHEDULE The bid schedule is structured with an item number, product name, unit of measure, and price. There is also a section to bid a substitute item if it is equivalent to the item listed on the bid schedule; however, not all items are available to substitute, and they are marked with “NO SUBSTITUTIONS.” Vendors may bid one (1) item or multiple items. 4.1. Unit Prices: Bidders unit prices shall be inclusive of labor, equipment, materials, delivery/shipping/freight charges, packaging, and transportation. Bidders shall submit product label verification information for the items they are bidding with their bid submission. Substitutions (Equivalent): Bidders may submit for the County’s consideration and determination of substitutions that are equals to the chemicals listed on the bid schedule. Bidder(s) submitting a substitute that is an equivalent to the product being requested, must input the following information under the bid tab header "SUBSTITUTE ITEM:" 1. Input Product Name/Description; 2. The product label(s) and Safety Data Sheets (SDS) must be submitted for review. 4.2. Bidders offering substitute items must submit product label information for comparison with bid submission. The county division will determine if the substitution is an equivalent to the product being requested. 16.A.10.b Packet Pg. 669 Attachment: 19-7586_Solicitation (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 4.3. Bid schedule Modifications post contract award: may include, but not be limited to, adding items, deleting items, or a chemical name modification. 5. VENDOR RESPONSIBILITIES AND COMPLIANCE 5.1. Florida Laws and Regulations that pertain to pesticide sale and distribution (Chapter 487, Florida Statutes, and Rule Chapters 5E- 2 and 5E-9, Florida Administrative Code). 5.2. Chemical Spillage or Leakage that may occur at time of delivery, the Contractor is responsible for providing containers or materials for cleanup. The Contractor delivery personnel shall be trained in the containment and removal of chemicals. No Bill of Lading, Manifest, or Invoice shall be signed by County staff until the spillage is contained and removed from the site per industry standards and Florida Department of Environmental Protection Agency (EPA) guidelines. 5.3. Safety Data Sheets (formerly known as Material Safety Data Sheets (MSDS)) shall be included with the delivery tickets for all chemical shipments. The Hazard Communication Standard (HCS) requires chemical manufacturers and distributors to provide SDS, so consumers are aware of the exposure with handling hazardous chemicals, chemical compounds, and chemical mixtures. 6. ORDERS Each division will place their orders on an “as needed” basis. 6.1. Order Placements will take place via email or through vendors ordering portal, if available. 6.2. Order Confirmation shall include, but not limited to: line item number, item description, unit of measure, quantity, unit cost, and extended cost for each item ordered. The division representative shall email orders to the Contractor’s assigned point-of-contact for the County or place orders via a website portal, if available. 6.3. Order Processing shall be within one (1) business day, and order delivery shall occur within five (5) business days from receipt of order, complete, and ready to use. 6.3.1. If the vendor is unable to process the order within five (5) business days, the County representative may use the next lowest vendor for the item being requested. 6.3.2. If the next lowest bidder’s price is significantly higher than the lowest bidder, the County representative can request a price quote from a vendor off contract following Collier County Procurement Ordinance. 6.4. Backorders shall be communicated by the vendor to the County representative immediately at order placement or as soon as the vendor is made aware. The County reserves the right to cancel the backorder, and order from the next lowest bidder. If there is no other vendor to supply the chemical under this agreement, the County may request quotes following Collier County Procurement Ordinance. Items that were on backorder, the vendor shall notify County staff when items are available to purchase. County staff will also check with the lowest vendor for product availability each time they place orders, unless the vendor is no longer under contract. 7. DELIVERY Deliveries shall be FOB (Free on Board) Destination. Delivery Drivers shall be equipped with hand truck, dolly, or pallet jack to offload shipments. 7.1. Delivery hours are Monday through Friday from 8:00 a.m. to 3:30 p.m. EST. There will be no deliveries after 3:30 p.m. EST, or on 11 County observed holidays which County offices are closed: New Year’s Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve, and Christmas day. 16.A.10.b Packet Pg. 670 Attachment: 19-7586_Solicitation (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 7.2. The vendor shall contact the County representative that placed the order, no less than 24 hours in advance, to coordinate or notify them of the delivery. 7.3. The division receiving an order has final authority as to the quality and acceptability of any products. Any product delivery found to be defective or incorrect (order errors on behalf of the vendor) shall be returned to the vendor at the vendor’s expense. The vendor shall correct the issue and expedite the delivery within one (1) business with the correct product at no additional cost to the County. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed a nd included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.A.10.b Packet Pg. 671 Attachment: 19-7586_Solicitation (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) PS: PM: MELISSA PEARSON ITB NO. 19- SUPPLY AND DELIVERY OF FUNGICIDES, HERBICIDES, AND PESTICIDES Florida Irrigation Supply Green Effex LLC Univar Solutions SiteOne Landscape Supply 1. Product Name/Descri ption 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted Awarded Vendor By Line Item 1 3336®DG Lite 30 lb. bag 49.20$ 52.128$ 55.88$ -$ 50.47$ 39.00$ 34.01$ Lesco T-Storm 2G 30lb bagx -$ Diamond Fertilizer 2 3336®F 2.5 gallon 56.80$ Primera One 4.5L X 233.830$ 287.50$ -$ 252.98$ 193.38$ 130.00$ Lesco T-Storm 2.5 gal x -$ Diamond Fertilizer 3 Advion 25 lb. bag No Bid 295.553$ 360.00$ -$ 300.92$ 284.00$ 302.00$ Advion Fire Ant Bait 25lbx -$ Florida Irrigation Supply 4 Allectus SC 120 gallon No Bid 30,600.000$ Triple Crown X 386.25$ -$ no bid -$ NO BID -$ no bid -$ Green Effex 5 Amdro Pro 25 lb. bag 155.50$ No Bid 412.50$ -$ 160.70$ ProBait Fire Ant BaitX 346.25$ 378.05$ -$ Diamond Fertilizer 6 Armada 2 lb. Jug No Bid 105.862$ 127.50$ -$ 111.78$ 96.70$ 112.15$ -$ Florida Irrigation Supply 7 Asulam 3.3 2 X 2.5 gallon jugs No Bid No Bid -$ -$ no bid 221.75$ Asulox 3.34 -$ no bid -$ No Bid 8 Asulam 4F 1 gallon No Bid No Bid -$ -$ no bid -$ -$ no bid -$ No Bid 9 Asulox 2.5 gallon 294.50$ 122.489$ 156.25$ -$ 142.11$ 110.63$ -$ no bid -$ Florida Irrigation Supply 10 Aquathol K Aquatic 2.5 gallon No Bid 212.766$ no bid 181.38$ 92.00$ -$ Florida Irrigation Supply 11 Atrazine 4L 2.5 gallon 39.00$ 32.021$ 47.50$ -$ 35.73$ 34.63$ 38.00$ -$ Florida Irrigation Supply 12 Avenue South 2.5 gallon 204.50$ 186.750$ 233.44$ -$ 189.75$ 186.75$ 186.75$ -$ Florida Irrigation Supply 13 Banner Maxx 1 gallon 84.10$ Strider X 218.000$ 272.50$ 218.00$ 218.00$ 218.00$ Agency item -$ Diamond Fertilizer 14 Barricade 1 gallon 87.66$ Prodiamine 4L X 143.000$ 178.75$ -$ 143.00$ 143.00$ 143.00$ Agency item -$ Diamond Fertilizer 15 Basagran T&O 1 gallon No Bid 97.883$ 118.75$ 100.00$ 101.08$ 92.77$ 165.00$ Broadloom 2.5gal x -$ Florida Irrigation Supply 16 Bayleton 50 T&O 4 X 5.5 oz No Bid 129.479$ 156.25$ -$ no bid -$ NO BID 548.68$ Bayleton 50WSP 4x5.5ozx -$ Florida Irrigation Supply 17 Bifen I/T 1 gallon 48.90$ UpStar Gold X 27.514$ 57.50$ 48.00$ Bisect L 4x1gal X 46.19$ 38.00$ 42.21$ Lesco Crosscheck plus 1galx -$ Florida Irrigation Supply 18 Bifen XTS 1 gallon 136.79$ 122.319$ 151.25$ -$ 88.36$ 98.25$ 110.96$ -$ Univar 19 Blindside 1/2 lb bottle 114.22$ 81.915$ 117.50$ -$ 98.10$ 93.80$ 104.91$ -$ Florida Irrigation Supply 20 Blue Marker Dye 1 gallon No Bid 42.043$ 50.00$ -$ 43.50$ 15.80$ Spec Spray Indicator 42.00$ Lesco Tracker spray dye blue 2.5galx-$ Florida Irrigation Supply 21 Celsius WG 10 oz 10 oz. bottle No Bid 50.000$ Fahrenheit X 127.50$ -$ 102.00$ 102.00$ 102.00$ Agency item -$ Florida Irrigation Supply 22 Clipper (Aquatic)1 gallon No Bid 1,090.000$ Sure Guard SC X 43.75$ -$ no bid 344.00$ -$ no bid -$ Green Effex 23 Cohere/gulfstream 1 gallon 40.00$ <R> Cling X 16.590$ X 50.00$ new balance x 20.00$ MAR Green Supreme 90:10 2x 2.5gXno bid 35.50$ Cohere -$ no bid -$ Florida Irrigation Supply 24 Cohere/gulfstream 2.5 gallon 83.00$ <R> Cling X No Bid -$ 50.00$ MAR Green Supreme 90:10 2x 2.5gXno bid 88.75$ Cohere -$ no bid -$ Mar Green 25 Compass Heritage 1 lb. bottle 178.88$ Strobe X 421.170$ 500.00$ -$ no bid 323.00$ Heritage 323.00$ Agency item - Heritage 1 lb.-$ Diamond Fertilizer 26 Complex/DLZ 1 gallon No Bid 11.543$ 80/20 Surf X 53.40$ microyl x 45.00$ MAR Green Adjutex 2x2.5gXno bid 75.00$ DLZ 2.5 gallon container -$ no bid -$ Florida Irrigation Supply 27 Confront 1 gallon No Bid 129.872$ 160.00$ -$ 141.26$ 132.85$ 131.44$ -$ Florida Irrigation Supply 28 Conserve 1 quart No Bid 121.426$ 155.00$ -$ 139.90$ 134.22$ 128.13$ -$ Florida Irrigation Supply 29 Crosscheck plus 1 gallon 48.90$ UpStar Gold X 27.514$ Bifenthrin X 41.00$ avalon x 48.00$ Bisect L 4x1g X 46.18$ MasterLine BMAXXX -$ NO BID 42.21$ Lesco Crosscheck plus 1galx -$ Florida Irrigation Supply 30 Cyper 1 gallon No Bid 43.809$ 55.00$ -$ 38.86$ 38.65$ 42.92$ -$ Univar 31 Daconil ZN (Agency)2.5 gallon 120.80$ Echo ZN T&O X 175.000$ 218.75$ -$ 175.00$ 175.00$ 175.00$ Agency item -$ Diamond Fertilizer 32 Dimension 2EW 2.5 gallon No Bid 527.500$ 722.00$ -$ 611.42$ 578.75$ 578.75$ -$ Florida Irrigation Supply 33 Dismiss (Turf) 8 X 10 oz. bottles No Bid 103.000$ 128.75$ -$ 103.00$ 824.00$ 824.00$ Agency - Dismiss NXT 8x10ozx -$ Florida Irrigation Supply 34 Dismiss South 1 pint No Bid 165.053$ 199.00$ 168.00$ 142.52$ 153.45$ 174.85$ -$ Univar 35 Dominion 2L 2.15 gallon No Bid 101.119$ Criterion X 150.00$ 120.00$ Malice 2F 4x1gal X 121.84$ 14.42$ 142.29$ -$ Florida Irrigation Supply 36 Drive XLR8 .5 gallon 58.66$ Quinclorac 1.5L X 66.160$ 80.00$ -$ 67.63$ 62.45$ 51.97$ -$ Diamond Fertilizer 37 Dylox 420 sl 2.5 gallon No Bid 181.415$ 220.00$ -$ 180.10$ 172.75$ 192.19$ -$ Univar 38 Dylox insect.30 lb. bag No Bid 38.926$ 48.00$ -$ 38.70$ 36.60$ 41.24$ -$ Univar 39 Echelon 42c 2.5 gallon No Bid 787.500$ 393.75$ -$ no bid 787.50$ 315.00$ Agency- Echelon 4SC 1galx -$ Green Effex 40 Extinguish 25 lb. bag 196.20$ 179.569$ Iron Sulfate 20%217.50$ -$ 188.50$ 158.75$ 45.00$ Extinguish plus fire ant bait 4.5lbx -$ Florida Irrigation Supply 41 Ferrous sulfate 50 lb. bag 17.80$ 15.904$ 25.00$ -$ 15.50$ 170.00$ Ferrilene in a 20 lb bag 14.25$ -$ Univar 42 Floramite 1 quart No Bid 264.600$ 330.00$ -$ no bid 257.25$ Actuste SC 379.85$ -$ Florida Irrigation Supply 43 Fusilade II 1 quart No Bid 72.032$ 87.50$ -$ 69.50$ 64.15$ 73.56$ -$ Univar 44 Gallery 75 DF 1 lb. bottle No Bid 117.500$ 158.75$ -$ no bid 127.50$ 127.50$ -$ Florida Irrigation Supply 45 Garlon 3A 2.5 gallon 153.05$ 140.000$ 148.75$ -$ 153.53$ 125.00$ NO SUBSTITUTIONS 185.00$ -$ Florida Irrigation Supply 46 Garlon 4 Ultra 2.5 gallon 209.50$ 217.223$ 297.50$ -$ 236.69$ 199.38$ 182.00$ Lesco Triclopyr 4 Ester 2.5galx -$ Diamond Fertilizer 47 Green Clean 5.0 5 gallon No Bid No Bid 82.50$ -$ no bid 156.75$ -$ no bid -$ Green Effex 48 Green Clean Granular 50 lb. bag No Bid 76.590$ 100.00$ -$ no bid 67.25$ no bid -$ Florida Irrigation Supply 49 Heritage (Agency) 1 lb.178.88$ Strobe X 323.000$ 403.75$ 190.00$ Strobe 50WG 6x1lbX 323.00$ 323.00$ 323.00$ -$ Diamond Fertilizer 50 Horticulture Oil (Omni Supreme Oil)2.5 gallon 42.80$ 28.255$ 66.25$ -$ 51.15$ TriTek X 15.63$ 27.00$ Lesco Horticultural oil 2.5galx -$ Florida Irrigation Supply 51 Hydrothol 191 20 lb. bag No Bid No Bid -$ -$ no bid 68.00$ -$ no bid -$ No Bid NO SUBSTITUTIONS NO SUBSTITUTIONS Diamond R Fertilizer Co., Inc.Helena Agri Enterprises, LLCMAR Green Resources LLC NO SUBSTITUTIONS NO SUBSTITUTIONS NO SUBSTITUTIONS PRICE SUBSTITUTE (EQUIVALENT) Project Manager: Melissa Pearson Procurement Strategist: Barbara Lance LINE ITEM INSTRUCTIONS Substitute items: bidder(s) submitting a substitute that is an equivalent to the product being requested must input the following information below the header "SUBSTITUTE ITEM:" 1. Input Product Name/Description; 2. The product label(s) and Safety Data Sheets (SDS) must be submitted for review. Place an "X" indicating both have been submitted and clearly identify the documentation with your company name and bid number. Please note: The UOM for the substitue is the same UOM for the bid item listed. ITEM PRODUCT NAME UOM Unit prices: inclusive of labor, equipment, materials, delivery/shipping/freight charges, packing, transportation, and services. SUBSTITUTE (EQUIVALENT) NO SUBSTITUTIONS NO SUBSTITUTIONS PRICE SUBSTITUTE (EQUIVALENT) ITEM NO SUBSTITUTIONS NO SUBSTITUTIONS PRICE SUBSTITUTE (EQUIVALENT) PRICE SUBSTITUTE (EQUIVALENT) PRICE SUBSTITUTE (EQUIVALENT) SUBSTITUTE (EQUIVALENT) NO SUBSTITUTIONS NO SUBSTITUTIONS Notices Sent: 3,844 Bid Pkgs Downloaded: 46 Submittals: 7 + 1 No Bid PRICE Organic Laboratories NO SUBSTITUTIONS NO SUBSTITUTIONS PRICE SUBSTITUTE (EQUIVALENT) NO SUBSTITUTIONS NO SUBSTITUTIONS PRICE NO BID Non-Responsive Incomplete Bid Pkg Non-Responsive Incomplete Bid Pkg 16.A.10.c Packet Pg. 672 Attachment: 19-7586 Bid Tab (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) PS: PM: MELISSA PEARSON ITB NO. 19- SUPPLY AND DELIVERY OF FUNGICIDES, HERBICIDES, AND PESTICIDES 1. Product Name/Descri ption 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted Awarded Vendor By Line Item PRICE SUBSTITUTE (EQUIVALENT) ITEM PRODUCT NAME UOM SUBSTITUTE (EQUIVALENT) PRICE SUBSTITUTE (EQUIVALENT) ITEM PRICE SUBSTITUTE (EQUIVALENT) PRICE SUBSTITUTE (EQUIVALENT) PRICE SUBSTITUTE (EQUIVALENT) SUBSTITUTE (EQUIVALENT) PRICEPRICE SUBSTITUTE (EQUIVALENT) PRICE 52 Imidaclorprid/bandit/criterion 1 gallon 59.80$ 52.128$ 71.25$ Zenith 2F x 55.00$ Malice 2F 4x1gal X 44.50$ 42.85$ Criterion 2F 47.39$ Lesco Bandit 2F 1galx -$ Univar 53 Impel Red Dye 11.25 gallon No Bid No Bid $ no bid 109.69$ no bid -$ No Bid 54 Inlet 2.5 gallon No Bid No Bid 66.25$ NIS 90:10 x -$ no bid 30.88$ -$ no bid -$ Green Effex 55 Kammo Plus 2.5 gallon No Bid No Bid -$ -$ no bid 64.13$ -$ no bid -$ No Bid 56 Lake Colorant WSP®Case (16 per)No Bid 127.660$ Aqua Black WSB Case 10x4 354.00$ Jet Black EZ soluble Case (5.25oz/24per)x -$ no bid 185.20$ -$ no bid -$ Florida Irrigation Supply 57 Lesco-Wet 10 gallon No Bid 125.020$ 80/20 Surfactant X 205.00$ NIS 80:20 x -$ no bid 30.88$ Inlet 273.44$ 4x2.5gal -$ Florida Irrigation Supply 58 Malathion 57EC 1 gallon 34.80$ 36.085$ 62.50$ -$ 46.75$ 33.25$ 122.69$ Malathion 5EC 2.5galx -$ Diamond Fertilizer 59 Manor 2 oz.No Bid No Bid 30.00$ -$ 13.63$ 10.50$ MSM 60DF 2 oz 40.90$ MSM 60DF 8oz x -$ Univar 60 Mentholated seed oil 1 gallon No Bid 28.436$ 13.75$ -$ 40.72$ Alligare MSO 2.5gallonX -$ NO BID 20.70$ Lesco MSO 1gal x -$ Green Effex 61 Merit 75WSP 4 x 1.6 oz. packs 39.80$ PrimeraImidacloprid 75WSPX 245.744$ 73.75$ -$ 30.84$ Imidacloprid T&O 75WSBX 231.20$ 1,255.00$ Agency - Merit 75WSP x -$ Univar 62 Monument 75WG 25 gram box No Bid 250.000$ 312.50$ -$ no bid 250.00$ 250.00$ Agency -$ Florida Irrigation Supply 63 MSM 60 16 oz. bottle 38.00$ Rometsol 60DF X 81.490$ 87.50$ 85.00$ Tide MSM 8oz X no bid 85.60$ 40.90$ -$ Diamond Fertilizer 64 Non-Ionic Drift Retardant 1 gallon No Bid 30.980$ No Drift X 147.50$ Border2 / 2.5 gal onlyx 20.00$ MAR Green No Mist 4x1gX no bid 26.75$ Accuracy -$ no bid -$ Mar Green 65 Nutra-Sol 2 lb bottle No Bid No Bid 12.50$ -$ no bid 7.70$ 10.59$ -$ Green Effex 66 Orthene TTO 97 Spray (Acephate 97)1 lb. bag 9.90$ 9.617$ 15.00$ -$ 10.66$ 8.75$ 9.25$ -$ Florida Irrigation Supply 67 Pendulum 2.5 gallon 97.50$ Pin-Dee 3.3 EC 91.340$ 108.75$ -$ 102.50$ 84.38$ 166.23$ -$ Florida Irrigation Supply 68 Pennant Magnum 1 gallon No Bid 216.000$ 262.50$ -$ no bid 193.00$ 226.71$ -$ Florida Irrigation Supply 69 Pillar 30 lb bag No Bid 69.160$ 85.00$ -$ 98.75$ 65.40$ 75.00$ Pillar G 30 lb x -$ Florida Irrigation Supply 70 Poast 2.5 gallon 270.00$ 716.000$ Segway X 332.00$ -$ no bid 246.63$ -$ no bid -$ Diamond Fertilizer 71 Podium 1 gallon 128.00$ Groom X 131.064$ 168.75$ -$ no bid 112.35$ T-NEX AQ 150.74$ -$ Diamond Fertilizer 72 Princep Liquid 2.5 gallon 52.00$ Simtrol 4L X 54.128$ 63.75$ -$ 55.77$ Simazine 4L X 47.50$ 58.00$ -$ Diamond Fertilizer 73 Pro sedge 2 oz.56.68$ Sedgehammer X 48.234$ SedgeHammer X 68.75$ -$ 58.65$ Segehammer X 42.85$ Empero 1.33 oz 58.49$ Pro Sedge 2 1.33 ozx -$ Florida Irrigation Supply 74 Profile® Greens Grade™ Emerald 50 lb. bag 14.90$ No Bid 16.25$ -$ no bid -$ NO BID 18.15$ -$ Diamond Fertilizer 75 Promate Accuracy 1 gallon No Bid No Bid 142.25$ Direct x -$ no bid 26.75$ -$ no bid -$ Green Effex 76 Quick Silver 8 oz. bottle 140.00$ 132.979$ 212.50$ -$ 159.64$ 148.35$ 168.82$ -$ Florida Irrigation Supply 77 Ranger Pro 30 gallon drum 419.40$ 368.617$ Glyphosate 41%500.00$ 699.00$ 495.00$ 355.50$ 37.00$ Lesco prosecutor pro 2.5gal x -$ Florida Irrigation Supply 78 Renovate 3 2.5 gallon No Bid 128.330$ Triclopyr 3A X 420.00$ -$ no bid 196.25$ Trycera -$ no bid -$ Florida Irrigation Supply 79 Resolute™ 65WG 5 lb.59.00$ Primera Prodiamine 65WGX 102.500$ Barricade 65WG X 62.50$ -$ no bid 45.50$ 92.00$ Resolute 4FL 1gal x -$ Diamond Fertilizer 80 Revolver 1 quart No Bid 251.277$ 312.50$ -$ 263.33$ 235.85$ 588.50$ Agency - Revolver 87ozx -$ Florida Irrigation Supply 81 Reward 2.5 gallon No Bid 197.500$ 245.00$ -$ 197.50$ 197.50$ NO SUBSTITIONS 197.50$ -$ Florida Irrigation Supply 82 Rodeo 2.5 gallon No Bid 60.638$ 60.00$ -$ 56.50$ 46.25$ NO SUBSTITIONS -$ -$ Univar 83 Roundup Pro T&O 2.5 gallon 54.75$ 50.447$ 60.00$ -$ no bid 44.38$ 50.68$ -$ Florida Irrigation Supply 84 Roundup ProMax®1.67 gallon 49.80$ 51.170$ 65.00$ -$ 77.75$ 35.75$ 56.00$ -$ Diamond Fertilizer 85 Roundup Quikpro 4 X 6.8 lb. bottles 63.40$ 251.064$ 328.00$ -$ 76.35$ 257.00$ 274.20$ -$ Diamond Fertilizer 86 Safari 20SG 3 lb. jug No Bid 330.000$ 412.00$ -$ 125.00$ 330.00$ 330.00$ -$ Univar 87 Schooner 5 lb. bottle No Bid No Bid 681.25$ Sureguard SC / 64ozx -$ no bid 225.00$ Semera -$ no bid -$ Green Effex 88 Scythe 2.5 gallon No Bid 134.287$ 200.00$ -$ 163.40$ 133.38$ 153.75$ -$ Florida Irrigation Supply 89 Sencor 2.5 gallon 129.50$ TriCor 75 DF X No Bid 93.75$ -$ 80.00$ 185.50$ 420.25$ Sencor 75 Post 5 lbx -$ Univar 90 Snapshot®50 lb. bag 74.50$ T/I 2.5 G X 83.511$ 115.00$ -$ no bid 85.50$ 76.75$ -$ Diamond Fertilizer 91 Sonar® PR (Agency)30 lbs.No Bid No Bid -$ -$ no bid 1,130.10$ 659.40$ Sonar One Aquatic 20lbx -$ No Bid 92 Spec defoamer 1 quart No Bid 5.160$ FIS Anti Foam X -$ -$ 8.60$ 4.75$ PINT ONLY 9.50$ Lesco Recede antifoam 2 x16ozx -$ Florida Irrigation Supply 93 Specticle G 50 lb. bag No Bid No Bid 121.25$ -$ no bid 97.00$ 97.00$ -$ Green Effex 94 SpeedZone (Red)1 gallon -$ 79.574$ 93.00$ -$ no bid -$ NO BID 83.98$ -$ Florida Irrigation Supply 95 SpeedZone (Red)2.5 gallon -$ 196.011$ 231.25$ -$ no bid 169.50$ 208.00$ Speedzone post emergentx -$ Florida Irrigation Supply 96 SpeedZone Broadleaf 2.5 gallon -$ 196.011$ 231.25$ -$ no bid -$ NO BID 208.00$ Speedzone post emergentx -$ Florida Irrigation Supply 97 SpeedZone Southern 2.5 gallon -$ 164.000$ 205.00$ -$ 170.24$ 164.00$ 164.00$ -$ Florida Irrigation Supply 98 Subdue GR 25 lb. bag 141.75$ 94.947$ 225.00$ -$ no bid 108.75$ 132.00$ -$ Florida Irrigation Supply 99 Subdue Maxx 1 gallon 426.00$ Mefenoxam 2AQ X 538.000$ 672.50$ -$ 424.24$ Mefenoxam 2 AQ FungicideX 538.00$ 538.00$ Agency -$ Univar 100 Talstar®1 gallon No Bid 51.202$ 62.00$ 48.00$ Bisect L 4x1g X 54.33$ 37.80$ Upstar Gold 7.9%70.62$ -$ Mar Green 101 Talstar® GC 50 lb. bag No Bid 28.723$ 58.75$ -$ no bid 24.00$ Nursery granular 49.68$ -$ Florida Irrigation Supply 102 Taurus® Trio G 30 lb. bag 70.80$ 70.200$ 87.50$ -$ no bid 70.20$ 75.00$ -$ Florida Irrigation Supply 103 Tempo SC Ultra 900 ml bottle No Bid 172.620$ 182.00$ -$ 141.53$ 151.25$ 175.00$ -$ Univar 104 Tenacity 6 oz. bottle No Bid 48.420$ 78.00$ -$ 63.68$ 59.60$ 8 oz bottle 66.57$ x -$ Florida Irrigation Supply 105 T-Methyl 50 WSB 4 X 8 oz. bags 19.88$ 18.915$ 23.00$ -$ 24.50$ 54.60$ 22.00$ -$ Florida Irrigation Supply 106 TopChoice®50 lb. bag 80.25$ Fipronil Braodcast X 75.000$ Fipronil X 173.75$ -$ -$ 139.00$ 139.00$ Agency -$ Florida Irrigation Supply 107 Trace (Alligare)2.5 gallon No Bid 131.515$ Triclopr 4e X 244.00$ Citru shield x -$ no bid 30.88$ Inlet -$ no bid -$ Florida Irrigation Supply 108 Tribute® Total 6 oz. bottle No Bid No Bid 440.00$ -$ no bid 352.75$ 352.75$ Agency -$ Green Effex 109 Trimec® Southern 2.5 gallon No Bid 140.138$ 177.50$ -$ 129.84$ 131.13$ 117.00$ Trimec Classic Broadleaf 2.5galx -$ Univar 110 Weedar® 64 2.5 gallon 33.50$ No Bid 45.00$ -$ no bid 42.50$ 55.17$ -$ Diamond Fertilizer 111 WEEDestroy® AM-40 Amine Salt 2.5 gallon No Bid No Bid 45.00$ Amine 4 x -$ no bid 42.50$ Weedar 64 -$ no bid -$ Green Effex NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS AGENCY - NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS NO SUBSTITIONS 16.A.10.c Packet Pg. 673 Attachment: 19-7586 Bid Tab (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) PS: PM: MELISSA PEARSON ITB NO. 19- SUPPLY AND DELIVERY OF FUNGICIDES, HERBICIDES, AND PESTICIDES 1. Product Name/Descri ption 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted 1. Product Name/Des cription 2. Label & SDS Input "X" if submitted Awarded Vendor By Line Item PRICE SUBSTITUTE (EQUIVALENT) ITEM PRODUCT NAME UOM SUBSTITUTE (EQUIVALENT) PRICE SUBSTITUTE (EQUIVALENT) ITEM PRICE SUBSTITUTE (EQUIVALENT) PRICE SUBSTITUTE (EQUIVALENT) PRICE SUBSTITUTE (EQUIVALENT) SUBSTITUTE (EQUIVALENT) PRICEPRICE SUBSTITUTE (EQUIVALENT) PRICE YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO Form 2: Vendor Check List Yes Yes Yes Yes Yes No Yes Form 3: Conflict of Interest Affidavit Yes Yes Yes Yes Yes No Yes Form 4: Vendor Declaration Statement Yes Yes Yes Yes Yes No Yes Form 5: Immigration Affidavit Certification Yes Yes Yes Yes Yes No Yes Form 6: Vendor Substitute W – 9 Yes Yes Yes Yes Yes No Yes Form 7: Vendor Submittal – Local Vendor Preference Affidavit Yes Yes Yes Yes Yes Yes Yes Insurance and Bonding Requirements Yes Yes Yes Yes Yes Yes Yes E-Verify Yes Yes Yes Yes Yes No Yes Addendum 1 Yes Yes Yes Yes Yes Yes Yes References (3) Verifiable governmental, industrial, or commercial references Yes Yes Yes Yes Yes No No SunBiz Yes Yes Yes Yes Yes No Yes Dealer License from FL Dept Ag & Consumer Services Yes Yes Yes Yes Yes No No Non-Responsive- Incomplete Bid PkgNon-Responsive- Incomplete Bid Pkg Opened / Date: Barbara Lance 6/10/19 Witness / Date: Kris Lopez 6/10/19 Description Diamond R Fertilizer Co., Inc.Helena Agri Enterprises, LLCMAR Green Resources LLC Univar SolutionsGreen Effex LLCFlorida Irrigation Supply SiteOne Landscape Supply 16.A.10.c Packet Pg. 674 Attachment: 19-7586 Bid Tab (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 675Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 676Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 677Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 678Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 679Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 680Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 681Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 682Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 683Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 684Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 685Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 686Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 687Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.d Packet Pg. 688 Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 689Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 690Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 691Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 692Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 693Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 694Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 695Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.dPacket Pg. 696Attachment: 19-7586 DiamondFertilizer_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.e Packet Pg. 697 Attachment: 19-7586 DiamondFertilizer_Insurance_ (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 698Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 699Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 700Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 701Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 702Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 703Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 704Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 705Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 706Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 707Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 708Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 709Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 710Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.f Packet Pg. 711 Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 712Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 713Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 714Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 715Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 716Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 717Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 718Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.fPacket Pg. 719Attachment: 19-7586 FIS_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 8/21/2019 (321) 832-7601 19488 Florida Irrigation Supply, Inc. dba FIS Outdoor 300 Central Park Drive Sanford, FL 32771 21105 23396 A 1,000,000 X CPP20702010901 1/1/2019 1/1/2020 1,000,000 5,000 1,000,000 2,000,000 2,000,000 1,000,000A CA20702050901 1/1/2019 1/1/2020 10,000,000B 5821114041 1/1/2019 1/1/2020 10,000,000 0 10,000,000 C WC208521606 1/1/2019 1/1/2020 500,000 500,000 500,000 Re: For Any and All Work Performed on Behalf of Collier County When required by written contract, those parties listed in said contract including the certificate holder, Collier County Board of County Commissioners are added as an additional insured with respect to the General Liability and Automobile Liability and a primary and non-contributory basis as afforded by the policy and/or endorsements. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 FLORIRR-01 TMOREHOUSE Collinsworth, Alter, Fowler & French, LLC 8000 Governors Square Blvd Suite 301 Miami Lakes, FL 33016 Trish Morehouse Tmorehouse@caffllc.com Amerisure Insurance Co North River Insurance Company Amerisure Mutual Ins Co Prod/Comp Ops X X X X X X X X X X 16.A.10.g Packet Pg. 720 Attachment: 19-7586 FloridaIrrigation_Insurance (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 9/24/2019 (321) 832-7601 Florida Irrigation Supply, Inc. dba FIS Outdoor 300 Central Park Drive Sanford, FL 32771 A Pollution Liability G71743391001 9/23/2019 Aggregate 1,000,000 A Pollution Liability G71743391001 9/23/2019 9/23/2020 Ea Pollution Conditi 1,000,000 When required by contract those parties listed in said contract including the certificate holder, Collier County Board of County Commissioners are listed as additional insureds with regards to pollution liability as afforded by the policy and/or endorsements. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 FLORIRR-01 HHATFIELD Collinsworth, Alter, Fowler & French, LLC 8000 Governors Square Blvd Suite 301 Miami Lakes, FL 33016 Trish Morehouse Tmorehouse@caffllc.com Westchester Insurance Company 9/23/2020 16.A.10.g Packet Pg. 721 Attachment: 19-7586 FloridaIrrigation_Insurance (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 722Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 723Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 724Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 725Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 726Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 727Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 728Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 729Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 730Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 731Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 732Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 733Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 734Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.h Packet Pg. 735 Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 736Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 737Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 738Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 739Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 740Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 741Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 742Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.hPacket Pg. 743Attachment: 19-7586 GreenEffex_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.i Packet Pg. 744 Attachment: 19-7586 Green Effex_Insurance (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.i Packet Pg. 745 Attachment: 19-7586 Green Effex_Insurance (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 746Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 747Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 748Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 749Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 750Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 751Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 752Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 753Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 754Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 755Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 756Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 757Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 758Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.j Packet Pg. 759 Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 760Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 761Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 762Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 763Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 764Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 765Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 766Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.jPacket Pg. 767Attachment: 19-7586 MarGreen_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR LTR DATE (MM/DD/YYYY) INSURED POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY)POLICY NUMBER LIMITSTYPE OF INSURANCE GENERAL LIABILITY AUTOMOBILE LIABILITY GARAGE LIABILITY EXCESS/UMBRELLA LIABILITY WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS 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 UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE INSURER A: INSURER B: INSURER C: INSURER D: INSURER E: EACH OCCURRENCE $ DAMAGE TO RENTEDPREMISES (Ea occurence)COMMERCIAL GENERAL LIABILITY $ CLAIMS MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER:PRODUCTS - COMP/OP AGG $ PRO- JECTPOLICY LOC COMBINED SINGLE LIMIT (Ea accident)$ ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per person)$ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per accident)$ NON-OWNED AUTOS PROPERTY DAMAGE (Per accident)$ AUTO ONLY - EA ACCIDENT $ ANY AUTO EA ACC $OTHER THAN AUTO ONLY:AGG $ EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $$ WC STATU-TORY LIMITS OTH-ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 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. THIS CERTIFICATION 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. INSURERS AFFORDING COVERAGE NAIC # COVERAGES CERTIFICATE HOLDER CANCELLATION ACORD 25 (2001/08)© ACORD CORPORATION 1988 CERTIFICATE OF LIABILITY INSURANCE ADD'L INSRD PRODUCER $ 08/21/2019 GSI Insurance, LLC 8201 Peters Road, Suite 1000 Plantation, FL 33324 MAR Green Resources, LLC 113 Van Gogh Way West Palm Beach, FL 33411 RSUI Covington AX CLP1780509 05/03/2019 05/03/2020 1,000,000 100,000 5,000 2,000,000 Collier County Board of County Commissioners is included as an additional insured under the captioned Commercial General Liability Policy on a primary and non-contributory basis if and to the extent required by written contract.For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 16.A.10.k Packet Pg. 768 Attachment: 19-7586 MarGreen_Insurance_9-11-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) ACORD 25 (2001/08) If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statment on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. DISCLAIMER IMPORTANT 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). 16.A.10.k Packet Pg. 769 Attachment: 19-7586 MarGreen_Insurance_9-11-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 200,000.00 Collier County Board of Commissioners 3925 Tamiami Trail East, Naples, FL 34112 KRISS/WHITNEY RAMROOP Collier County board of County Commissioners, or Board of County Commissioners in Collier County, or Collier County Government, or Collier County included as an additional insured under the captioned Pollution and Automobile Liability on a primary and non-contributory basis. CONTRACT#19-7586 ENV562001863-00 x 648852149 Allstate Insurance Company Any one occurence AGGREGATE DEDUCTIBLE FL FL3333411 annmariebatten@allstate.com10130 Northlake Blvd, Suite 212 A $1,000,000.00 Palm beach $2,000,000.00 2,500.00 08/26/2020 Batten Insurance Services, Inc.561-627-1806 $1,000,000.00 33412 Ann Marie Batten UNINSURED MOTORIST DBA Mar Green Resources, LLC West Palm Beach A 08/26/2019 POLLUTION LIABILITY X 113 Van Gogh Way 5618288320 05/01/202005/01/2019 08/26/2019 16.A.10.k Packet Pg. 770 Attachment: 19-7586 MarGreen_Insurance_9-11-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) EFFECTIVE DATE: PERSON: BUSINESS NAME AND ADDRESS: SCOPE OF BUSINESS OR TRADE: KRISS RAMROOP MAR GREEN RESOURCES LLC 113 VAN GOGH WAY WEST PALM BEACH, FL 33411 FEIN: JIMMY PATRONIS CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * IMPORTANT: Pursuant to Chapter 440.05(14), F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to Chapter 440.05(12), F.S., Certificates of election to be exempt... apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to Chapter 440.05(13), F.S., Notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS? (850)413-1609 Store: Wholesale -NOC Clerical Office Employees NOC NON-CONSTRUCTION INDUSTRY EXEMPTION 5/13/2019 EXPIRATION DATE:5/12/2021 471444868 EMAIL:SALES@MARGREENRESOURCES.COM This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. 16.A.10.k Packet Pg. 771 Attachment: 19-7586 MarGreen_Insurance_9-11-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 772Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 773Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 774Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 775Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 776Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 777Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 778Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 779Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 780Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 781Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 782Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 783Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.l Packet Pg. 784 Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 785Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 786Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 787Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 788Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 789Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 790Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 791Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.lPacket Pg. 792Attachment: 19-7586 UnivarSolutions_VendorSigned (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) Holder Identifier : 7777777707070700077761616045571110767717006304446307662007550507120070571577277302230777071513345402107173732123522230072360005760577130766515516112746007363330663007512076727242035772000777777707000707007 7777777707070700073525677115456000732014503573106007320145175730074073201041243731320703326274602655107532227253177001070233762164330400712232735317210007033326252063100077756163351765540777777707000707007Certificate No :570078258692CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 09/17/2019 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Philadelphia PA Office One Liberty Place 1650 Market Street Suite 1000 Philadelphia PA 19103 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 27960Illinois Union Insurance CompanyINSURER A: 22667ACE American Insurance CompanyINSURER B: 43575Indemnity Insurance Co of North AmericaINSURER C: 20702ACE Fire Underwriters Insurance Co.INSURER D: 19437Lexington Insurance CompanyINSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: Univar Solutions, USA, Inc. 3075 Highland Parkway Suite 200 Downers Grove IL 60515 USA COVERAGES CERTIFICATE NUMBER:570078258692 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $3,000,000 $1,000,000 Excluded $3,000,000 $3,000,000 $3,000,000 B 06/01/2019 06/01/2020 SIR applies per policy terms & conditions XSLG71232736 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $5,000,000B06/01/2019 06/01/2020 PPT COMBINED SINGLE LIMIT (Ea accident) ISAH25279578 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $4,000,000 $4,000,000 06/01/2019 SIR applies per policy terms & conditions UMBRELLA LIABA 06/01/2020XCEG27380566006 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTE C 06/01/2019 06/01/2020 AOS WCUC65891475B 06/01/2019 06/01/2020 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN CA OH OR WA SIR applies per policy terms & conditions WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WLRC65891359 SIRPPLG7150794400103/31/2019 06/01/2022 Claims Made Form $10,000,000Ea occurrence Aggregate $16,000,000 Env Site LiabA SIR applies per policy terms & conditions $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Bid 19-7586: Supply and Delivery of Herbicides, Fungicides, and Pesticides. Certificate Holder includes: Collier County Board of County Commissioners OR Board of County Commissioners in Collier County OR Collier County Government. Collier County Board of County Commissioners OR Board of County Commissioners in Collier County OR Collier County Government are included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability policy evidenced herein is Primary and Non Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. Should General Liability policy be cancelled before the expiration date thereof, the policy provisions will govern how notice of cancellation may be delivered to Certificate Holders in accordance with the policy CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECollier County Board of County Commissioners 3295 Tamiami Trail East, Bldg. C2 Naples FL 34112 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 16.A.10.m Packet Pg. 793 Attachment: 19-7586 UnivarSolutions_Insurance_9-17-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Central, Inc. 570000014538 570078258692 570078258692 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Univar Solutions, USA, Inc. TYPE OF INSURANCE POLICY NUMBER LIMITS AUTOMOBILE LIABILITY B MMTH2527961A 06/01/2019 06/01/2020 WORKERS COMPENSATION B WLRC65891396 06/01/2019 06/01/2020 D SCFC65891438 06/01/2019 06/01/2020 OTHER E Archit&Eng Prof 027015036 06/01/2019 06/01/2020 Combined Single Limi $5,000,000 Each Claim $5,000,000 Aggregate $5,000,000 Deductible $25,000 Truckers Liab AZ MA WI Claims Made Form N/A N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 16.A.10.m Packet Pg. 794 Attachment: 19-7586 UnivarSolutions_Insurance_9-17-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) provisions of each policy. FORM TITLE:FORM NUMBER: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER Aon Risk Services Central, Inc. NAMED INSURED ADDITIONAL REMARKS SCHEDULE AGENCY LOC #: 570000014538AGENCY CUSTOMER ID: © 2008 ACORD CORPORATION. All rights reserved. See Certificate Number: See Certificate Number: The ACORD name and logo are registered marks of ACORD 570078258692 570078258692 ACORD 25 Certificate of Liability Insurance Additional Description of Operations / Locations / Vehicles: ACORD 101 (2008/01) Page _ of _ Univar Solutions, USA, Inc. 16.A.10.m Packet Pg. 795 Attachment: 19-7586 UnivarSolutions_Insurance_9-17-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.m Packet Pg. 796 Attachment: 19-7586 UnivarSolutions_Insurance_9-17-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides) 16.A.10.m Packet Pg. 797 Attachment: 19-7586 UnivarSolutions_Insurance_9-17-19 (10162 : Supply and Delivery of Herbicides, Fungicides, and Pesticides)