Loading...
#19-7586 Assumption Agreement (Heritage Landscape Group) ASSUMPTION AGREEMENT This Assumption Agreement is made and entered into on this 9' of ^ct 1 , 2020 by and between Heritage Landscape Supply Group, Inc., a Delaware Corporation ("Heritage" or "Contractor") and Collier County, a political subdivision of the State of Florida("County"). WHEREAS, on October 8,2019(Agenda Item No. 16.A.10),the County entered into Agreement #19-7586"Supply and Delivery of Herbicides,Fungicides,and Pesticides"with Florida Irrigation Supply, Inc. The agreement hereinafter referred to as "Agreement" and attached hereto as Exhibit A; and WHEREAS, Heritage hereby represents and warrants to the County that through an Asset Purchase Agreement dated November 22, 2019, Heritage is the successor in interest in relation to the Agreement; and NOW THEREFORE, IN CONSIDERATION of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which are acknowledged by the parties, it is agreed as follows: 1. Heritage accepts and assumes all rights,duties,benefits, and obligations of the Contractor under the Agreement, including all existing and future obligations to pay and perform under the Agreement. 2. Heritage will promptly deliver to County evidence of insurance and required licenses consistent with the Agreement. 3. Further supplements to, or modifications of, the Agreement shall be approved in writing by both parties. 4. Notice required under the Agreement to be sent to Heritage shall be directed to: CONTRACTOR: Heritage Landscape Supply Group, Inc. 5900 S. Lake Forest Dr., Ste 400 McKinney, TX 75070 Main Phone: (214) 491-4149 Attention: Kyle Miller, Corporate Controller Email: kymiller@srsdistribution.com 5. The County hereby consents to Heritage assumption of the Agreement in order to continue the services provided under Agreement# 19-7586. No waivers of performance or extensions of time to perform are granted or authorized. The County will treat Heritage as the Contractor for all purposes under the Agreement. Except as provided herein,all other terms and conditions of the Agreement remain in full force and effect. Page 1 of 2 Assumption Agreement to Agreement# 19-7586 IN WITNESS WHEREOF, the undersigned have executed and delivered this Assumption Agreement effective as of the date first above written. ATTEST: Crystal K. Kinzel, Clerk of Court& BOARD OF COUNTY COMMISSIONERS Comptroller COLLIER COUNTY, FLORIDA 1 ,` 13y. u-G ' (i ,u,fk, - al tderS , Chairman i)al&l: (SEAL), /‘5d- t 4 Chairman's • signatuie only. Contractor's Witnesses: CONTRACTOR: Heritage Landscape Supply Group, Inc. Firs�rnv� N`U•.S yv, Witness e TType/print witness nameT 1 � v6A.t,t*. ( v TType/print signature and titlel econd �fitness l�� -tyYhP. ,) Date TType/print witness nameT Appro e : t i and Legality: Covert . ey .14142100V Print am.'� Page 2 of 2 Assumption Agreement to Agreement# 19-7586 WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF HERITAGE LANDSCAPE SUPPLY GROUP,INC. November 1,2019 The undersigned, being all of the members of the Board of Directors (the "Board") of Heritage Landscape Supply Group, Inc., a Delaware corporation (the "Corporation"), in lieu of holding a meeting of the directors of the Corporation, hereby take the following actions and adopt the following resolutions by written consent pursuant to Section 141(f) of the General Corporation Law of the State of Delaware: Appointment of Officers WHEREAS, the Board has the authority, pursuant to the bylaws of the Corporation, to appoint and remove any person as an officer of the Corporation who shall have such powers and perform such duties incident to such person's office as may from time to time be conferred upon or assigned to it by the Board;and WHEREAS, the Board has determined the appointment of the following persons to the offices set forth opposite their respective names to be necessary, advisable and in the best interest of the Corporation. NOW,THEREFORE,BE IT RESOLVED,that the following persons are hereby elected to serve as officers of the Corporation (each, an "Officer" and, collectively, the "Officers") in the capacities set forth opposite their respective names, each to hold such office until his or her successor shall be duly elected and qualified or until his or her earlier death,resignation or removal: Name Title Matthew McDermott President R. Scott Vansant Vice President and Treasurer John S. Davis Vice President and Secretary Jeremy Hammett Vice President Dustin Gunderson Vice President Kyle Miller Corporate Controller The actions taken by this consent shall have the same force and effect as if taken at a meeting of the Board duly called and constituted pursuant to the bylaws of the Corporation and the laws of the State of Delaware. [Signature Page Follows] "EXHIBIT A" FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 19-7586 for Supply and Delivery of Herbicides, Fungicides, and Pesticides THIS AGREEMENT, made and entered into on this d ( I3DQY p , —�7---- ay of 20 t� by and between Florida Irrigation Supply, Inc. authorized to do business in the State of Florida, whose business address is 300 Central Park Drive, Sanford, Florida 32771 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing • upon the date of Board approval ❑ on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods, The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement Under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES, The Contractor shall commence the work upon issuance of a C]■ Purchase Order❑Notice to Proeeed- 3, STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of '-:--- e - ' n Invitation to Bid (ITB) U Other ( ) # 19-7586 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. QUI The Contractor shall also provide services in accordance with Exhibit A– Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) Cl+() 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 • The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. 3.3 - e--e- - - -- - • - - .-e- - ae --- _ e. *•-* ** n Othec Exhibit/Attachment: 3A _ -- --- . _ -- _ - - - . - -- -- - e.: - - : •- - -- 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): - - . -- ' : ' -• :- e - - - - e - ee - ; - - is authorized. Trte-a-nd-Ma . •. . •: -e- . -- -- - -- : --• -- - - .:- - -- - --- ■ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2of17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CAU 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six(6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 474 LI - --- --_ _ - . e . . . - - - _ - .. Travel and Mileage Breakfast $6700 Lunch $11.00 Dinner $1-9.00 Airfare ' - -- - --- -• - - -- - - --- class faro Rental car Actual rental cost limited to compact or __ 6 • _ -- - --- - - ••e - - - - - - • - --- - - • - - - .. :•.•e . Parking Actual cost of parking Taxi or Airport Limousine Actual cost of oithcr to - - ---- --r� :- has all coceipts. Contracter shall bo items will be paid enly after sen#rasl:er p roviided • 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption#85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) Company Name: Florida Irrigation Supply, Inc. Address: 300 Central Park Drive Sanford, Florida 32771 Authorized Agent: Attention Name & Title: Casie Lee, Sales Representative Telephone: (407) 995-9095 E-Mail(s): InsidesalesnFISOutdoor.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Albert English Division Name: Road Maintenance Address: 2885 Horseshoe Drive South Naples, FL 34104 Administrative Agent/PM: Melissa Pearson, Contract Administration Specialist Telephone: (239) 252-5591 E-Mail(s): Melissa.Pearson a(�,colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor.The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) 9, NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. UI Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Q Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. ji Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) i CAS) it - - _ •- - • - -- - -the pager-mance of pfefeesienaa services u dee-this this insurance Such insurance chall have limits of not Ices than $ each claim and aggregate. €: E fiber Liability,Coverage shall havo minimum limit of$ per claim. F. IC Pollution : Coverage shall have minimum limits of$1,000,000 per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6of17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Growth Management Road Maintenance Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT, This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), n Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ ! ITB/❑ Other #19-7586 , including Exhibits, Attachments and Addenda/Addendum, ❑ subset quotes, and❑Other Exhibit/Attachmcnt: 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.I) located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law, 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) S 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c)failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County,whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. n CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party.Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. [ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. ( 27. WI PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) • foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or • otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation, The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla, Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. n . - - • = _ e• ee -- - _ e • _•-_ .. . - e -: -. -- persons will be utilized in the per ►anse of the Agreement. The Contractor shall assign personnel. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) El AGREEMENT STAFFING.The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. 0 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. P • - - - - - - - • -- • -.. --• - `=-- - - -- - -- •- - - - -- -- - - " ---a -.._. - -- - - -• , 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CM) County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. 38. n SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver,l) IN WITNESS WHEREOF, the parties have executed this Agreement on the date and year first written above by an authorized person or agent. I i ATTEST: BOARD OF C•. TY COMMISSIONERS COLLIER C• ip'Y, FL*"IPA Crystal iS gKinzei, Clerk of 64-17' 0 Courts&,Comptroller / ,. By By: -..*,''..,,., *!!�► W'riam L. McDaniel Jr. , Chairman t CDC. < l SEA !t `/ Dated(//),1'.-.1��0: . —141 %6/13trov ° Florida Irrigation Supply, Inc. ContriafeiV t tkiii'if* Contractor 'signature only. ELS (j- dryyr DBA ,�i By: 4 ik•' #1 { '" Cont : "'iris first Witn sSignature .�I� _ Su sen t_ C&Y�. L)ecx:e.-:c rrr, LA,� TType/print signature and thief1 TTypelpri t witness n tm: ' J 14)(kvLe -7-\(Av) ‘ Contra ,ton's Second Witness s ,,k,'cl TType/ rint witness name 1 Ap cii as to Formad Legality: L... ount Attorney L..., Print Name 1 Page 14 of 17 IFixed Tenn Service Multi-Contractor Agreement 2017.008(Ver 1) W Exhibit A Scope of Services El following this page (pages 1 through 2 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) CAO #19-7586 "Supply and Delivery of Herbicides,Fungicides,and Pesticides EXHIBIT A-SCOPE OF SERVICES The term"Contractor"and"Vendor"will be used interchangeably and shall mean the same. The term"County"and"Division"will be used interchangeably and shall mean the same. 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. Contractor(s) must provide and deliver chemicals and additives to various Collier County divisions on an "as needed basis." Divisions may place orders throughout the agreement term by issuing individual purchase orders. 2. VENDOR RESPONSIBILITIES AND COMPLIANCE 2.1. 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). 2.2. 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 Depa,tient of Environmental Protection Agency(EPA)guidelines. 2.3. 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. 3. ORDERS Each division will place their orders on an"as needed"basis. 3,1. Order Placements will take place via email or through vendors ordering portal, if available. 3.2. 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. 3.3. 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. 3.3.1.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. 3.3.2.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. Page 1 of 2 3.4. 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. 4. DELIVERY Deliveries shall be FOB (Free on Board)Destination. Delivery Drivers shall be equipped with hand truck,dolly, or pallet jack to offload shipments. 4.1. 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. 4.2. The Contractor shall contact the County representative that placed the order, no less than 24 hours in advance,to coordinate or notify them of the delivery. 4.3. 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. Page 2 of 2 CAO Exhibit B Fee Schedule following this page (pages 1 through 3 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.!) (;Ate • ITB NO.19-7586 SUPPLY AND DELIVERY OF FUNGICIDES,HERBICIDES,AND PESTICIDES EXHIBIT B-FEE SCHEDULE Unit prices,inclusive of'labor,equipment,materials,delivery/shipping/freight charges,packing,transportation,and services. Substitute Bernal 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. Florida Irrigation Supply SUBSTITUTE IEOUIVALENTI TTEM Submit product label Information and SDS with bid for product comparisons,review,and approval as an equivalent, ITEM PRODUCT NAME UOM PRICE _ • i I.product NamdDaniotioR 2.Lobel&SDS Awardeden ,Vdor lnpul"X"ifsubnutted ;By;LineItem. ,,;&; I 333617DG Lite 30 lb.bag S 52.128 Diamond Fertilizer 2 33364PF 2.5 gallon S 233.830 Diamond Fertilizer 3 Advion 25 lb.bag S .,.295 553 1 Flondairrtga,_p:..ipply '.. 4 Allectus SC 120 gallon $30,600.000 Triple Crown X Green Effex 5 Amdro Pro 25 lb.bag No Bid Diamond Fertilizer 6 Armada 2 lb.Jug S -105.862 .. _. - Flonda Imgatiou Supply .j:, 7 Asvlam 3.3 2 X 2.5 gallon jugs No Bid No Bid 8 Asulam 4F 1 gallon No Bid No Bid 9 Asulox 2.5 gallon S 122489 F)`oodaT{ngetinn kupply IO Aquathol K Aquatic 2.5 gallon $ :,:"2:4::2-.7:65 ''NO$UBSTITYTTION5 Flgpdal.,,p ppSupply 11 Atrazine 4L 2.5 gallon . F4tida1trtgatfott SuPPIy 12 Avenue South 2.5 gallon $ 18 .750 FlondalrrigaponSupply' 13 Banner Maxx 1 gallon S 218,000 Diamond Fertilizer 14 Barricade I gallon S 143.000 Diamond Fertilizer 15 BasagranT&O 1 gallon $;: 97883 •- FjondaJmgaponSupply 16 Bayleton 50 T&O 4 X 5.5 oz 5.:.:..,i29247 :: - F1onQaImga9on5v. ply 17 Bifen VT I gallon $ i7.514 Ronda ltrlgahnn SupPl y j 18 Bifen XTS I gallon S 122319 Univar 19 BlindsideIR lb bottle S`' 81 915 -'''';'-';';;: :::;-':';':',:'::::.C.:::' Honda[rrlgatlonSupply F44r.ri tonSu Piy`_�; 20 Blue Marker Dye Igellon S'`. 42043 ;�- ?......'..-:::::::i';:--1.. ..:• ,-7..,...:''.;:-':',..;..7 .''''....: -�:.. P :� 21 Celsius WO 10 oz 10 oz.bottle $ 50400 Fehrenhmt X Ronda Trngatjon Supply': 22 Clipper(Aquatic) 1 gallon S 1,090.000 Sure Guard SC X Green Effex 23 Cohere/gulfalream gallonFlondalmgattonSuppl 1 9:� 16 5917 '�`X . A, . 24 Cohere/gulfatream 2.5 gallon No Bid Mar Green 25 Compass Heritage I lb.bottle S 421.170 Diamond Fertilizer 26 Complex/DLZ 1 gallon B...:-::.1:.1.,,.5.•4.-3 8g20Surf _ -X Flandairngatlon$ripply _;, 27 Confront I gallon S 129872. FlondalrngetlonSalPly 28 Conserve I quart SI'-'121'426 . Flonda(rrrgation Supply.,,,',.. 29 Crosscheck plus 1 gallon 27 1Bifenihml ''''''.....*X''': Flondg7trigaliodSupPly.< 30 Cyper 1 gallon S 43.809 Univac 31 Daconil ZN(Agency) 2.5 gallon S 175.000 Diamond Fertilizer 32 Dimension 2EW 2.5 gallon 5�i 527$00 - • _ F1s 1d47rrig841on SuPpl i 33 Dismiss(Turf) S X 10 oz.bottles $} 103 000 ;-Flonda$erigation Supply.'.``. 34 Dismiss South 1 pint S 165.053 Univac 35 Dominion 2L 2.15 gallon S IQl 11i_Cnterlpn ..-';:; ',•.;', -.XFlo4rdpL'Iigeion upP)y 36 Drive XLRS .5 gallon S 66.160 Diamond Fertilizer 37 Dylox 420 al 2.5 gallon S 181.415 Univac ITB NO,19.7586 SUPPLY AND DELIVERY OF FUNGICIDES,HERBICIDES,AND PESTICIDES $UBST1TUTE(EQUIVALENT)ITEM Submit product label Information and SDS with bid for product comparisons,review,and approval as an equivalent. ITEM PRODUCT NAME UOM PRICE - 1.product Name/Descdoflort ='Label&SOS Alyxrded Vendor Input'X"if submitted By Linelteed 38 Dylox insect. 30 lb.bag $ 38.926 Univar 39 Echelon 42c 2.5 gallon S 787.500 Green Effex 40 Extinguish 25 lb.bag 5 179569 IrupSulfalo2tl°6 - IilondalmgahgpS11pplb1. 41 Ferrous sulfate 50 lb.bag S 15.904 Univar t, i rc 42 Floramite I quart $ :,264600 ,_ �„ Flajtdalaspatto_r SuPP�Y ,. 43 Fusilad ell I quart 5 72.032 Univar 44 Gallery 75 DF 1 lb.bottle 5 ;l}7 SOD Plond4IUtgStIog Supply : • ITB NO.197586 SUPPLY AND DELIVERY OF FUNGICIDES,HERBICIDES,AND PESTICIDES SUBSTITUTE(EOUIVALENTI ITEM Submit product label Information and SDS with bid for product comparitoot,review,and approval at an equivalent. ITEM PRODUCT NAME UOM PRICE - - I.Product Name/Des criodaq 2,Label&SDS 3 AN arded Vendor Input"X"ifsubnulted By Line Item 82 Rodeo 2,5 gallon S 60.638 NO SUBSTITIONS Univar 83 Roundup Pro T&O 2.5 gallon S 50447 Floridg1mgahbn St pply 84 Roundup ProMax® 1,67 gallon S 51.170 Diamond Fertilizer 85 Roundup Quikpro 4 X 6.8 lb.bottles S 251.064 Diamond Fertilizer 86 Safari 2050 3 lb.jug S 330.000 Univar 87 Schooner 5 lb.bottle No Bid Green Effex 88 Scythe 25 gallon S 4134287• :. Flyq�almgadonSupply 89 Sencor 2.5 gallon No Bid Univar • 90 Snapshot® 50 lb.bag S 83.511 Diamond Fertilizer 91 Sonar®PR(Agency) 30 lbs. No Bid No Bid 92 Spec defoamer I quart S S 160:F1S Anti Foam x. Flonda]mgntion Supply ; 93 Specticle G 50 lb.bag No Bid Green Effex 94 SpeedZone(Red) I gallon $ • FlondalmgationSupply, 95 SpeedZone(Red) 2.5 gallon .S"'-':•.19.15,011 Flondnjnigalion Supply 96 SpeedZone Broadleaf 2.5 gallon S J 196,011 • FlondalfrigedooSupply 97 SpeedZone Southern 2.5 gallon S -164 000 • - • - Plot)gtrnigaNvn Supply 98 Subdue OR25 lb.bag S 94947 Flbndalnipadon Supply 99 Subdue Main 1 gallon S 538.000 Univac 100 Telstar® I gallon S 51.202 Mar Green 101 Talatar®GC SO Ib.bag S 28 723 - - F'londairtigadoa5upply 102 Taurus®Trio 0 30 lb.bag $ 70200 FloddniviRadoe Supply 103 Tempo SC Ultra 900 ml bottle S 172.620 Umw 104 Tenacity 6 oz.bottle S,_ 48 420 F'lond¢inlgehon5upply = 105 T-Methyl 50 WSB 4 X 8 oz,bags 5 18 915 -:Floddn ImRmton Supply 106 TopChoice® 50 lb.bag S, 75000 Fproml _ ': Flodd¢Irrigedoo Supply X 107 Trace(Alligare) 2.5 gallon $ )3)5 5 1`ddopr 4e ; Flondnlrt1gadou Supply , 108 Tribute®Total 6 oz.bottle No Bid Green Mica • 109 Trimec®Southem 2.5 gallon S 140.138 Unbent 110 Weeder®64 2,5 gallon No Bid Diamond Fertilizer 111 WEEDestroy®AM-40 Amine Salt 2.5 gallon No Bid Orem Effex • cn(> Other Exhibit/Attachment Description: following this page (pages through _) Nil this exhibit is not applicable • • Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) CAC) � ® DATE(MM/DD/YYYY) A ccoCERTIFICATE OF LIABILITY INSURANCE 3/1/2021 4/28/2020 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). CONTACT PRODUCER Lockton Companies NAME: 3280 Peachtree Road NE,Suite#250 PHONE FAX Atlanta GA 30305 E(A/MAIL (404) Ext): (A/C,No): (404)460-3600 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Safety National Casualty Corporation 15105 INSURED Heritage Landscape Supply Group,Inc. INSURER B:Gemini Insurance Company 10833 1455347 5900 South Lake Forest Dr.Suite 400 INSURER c:Great American Insurance Company 16691 McKinney TX 75070 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 16724794 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE NSD WPOLICY EFF POLICY EXP VD POLICY NUMBER {MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y N GL 4060049 3/1/2020 3/1/2021 EACH OCCURRENCE $ 1,2501000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ 500,000 X $500K SIR MED EXP(Any one person) $ XXXXXXX PERSONAL&ADV INJURY $ 1,250,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PPOLICY JECT X LOC PRODUCTS-COMP/OP AGG $ 2,000,000 X OTHER:$10M-Policy Agg $ A AUTOMOBILE LIABILITY Y N CA 6675528 3/1/2020 3/1/2021 (Ea accidentSINGLE LIMIT $ 2,000,000 000000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS XXXXXXX X HIRED X NON-OWNED PROPERTY DAMAGE $ XXXXXXX B AUTOS ONLY AUTOS ONLY GVE100220501($3M xs$2M) 3/1/2020 3/1/2021 (Per accident) X $250K Ded Colima $250K Ded Coll Excess Auto $ 3,000,000 C X UMBRELLA LIAB X OCCUR N N TUU047886307 3/1/2020 3/1/2021 EACH OCCURRENCE $ 25,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 25,000,000 DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION , PER OTH- A AND EMPLOYERS'LIABILITY N LDS4060052 3/1/2020 3/1/2021 STATUTE ER A ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N PS 4060053(WI,MA) 3/1/2020 3/1/2021 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES FOR THIS HOLDER,APPLICABLE TO THE CARRIERS LISTED AND THE POLICY TERM(S)REFERENCED. Collier County Board of County Commissioners is included as an Additional Insured as respect General Liability and Automobile Liability as required by written contract subject to policy terms,conditions and exclusions.Coverage is on a primary and non-contributory basis as required by written contract subject to policy terms,conditions and exclusions.For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION 16724794 Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE mlami Trail E. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3295 Tami Naples m ACCORDANCE WITH THE POLICY PROVISIONS. FL12 AUTHORIZED REPRESENT/ VE ' / 1 L'''-1 41/</:‘:';---- 4' ©1988-207aORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD ACO® CERTIFICATE OF LIABILITY INSURANCE DATE /DD/YYYY) 1/29/ �.� 9/23/2020 1/29/2020 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). CONTACT PRODUCER LOCkton Companies NAME: 3280 Peachtree Road NE,Suite#250 PHONE FAX (NC. Atlanta GA 30305 E-MANo.Ext): (A/C,No): IL (404)460-3600 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Westchester Fire Insurance Company 10030 INSURED Heritage Landscape Supply Group,Inc. INSURER B 1471205 dba FIS Outdoor INSURER C: 5900 South Lake Forest Dr.Suite 400 INSURER D: McKinney TX 75070 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 16544937 REVISION NUMBER: XXXXXXX 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. INSRLTYPE OF INSURANCE ANSA sWVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX DAMAGE CLAIMS-MADE OCCUR PREM SESO(Ea occurrence) $ XXXXXXX MED EXP(Any one person) $ XXXXXXX PERSONAL&ADV INJURY $ XXXXXXX GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ XXXXXXX PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $ XXXXXXX OTHER: $ AUTOMOBILE LIABILITY NOT APPLICABLE COMBINED SINGLE LIMIT (Ea accident) _$ XXXXXXX ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED BODILY INJURY(Per $ AUTOS ONLY AUTOSHIRED NON-OWNED er accident) XXXXXXX ROPERTY AUTOS ONLY AUTOS ONLY (Per a c d nt) DAMAGE $ XXXXXXX $ XXXXXXX UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE _ $ XXXXXXX EXCESS LIAB CLAIMS-MADE AGGREGATE $ XXXXXXX DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION NOT APPLICABLE PER ERH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ XXXXXXX OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ XXXXXXX If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ XXXXXXX A Pollution Liability Y N G71743391001 9/23/2019 9/23/2020 Aggregate:$1,000,000 Each Occurrence:$1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Collier County Board of County Commissioners included as an Additional Insured as respect Pollution Liability as required by written contract subject to policy terms,conditions and exclusions. CERTIFICATE HOLDER CANCELLATION 16544937 Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3295 Tamiami Trail East THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Naples FL 34112 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENT T VE 411111* Ar ©1988-20 . ACORD CORPO' 'TION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD OZOZJ6I17 ATUUd=dUA1J'ULLLUUIt ui4d(1{LLLJd�I.�J Lt1 /L.�J IU 3 uvt{G.vu.xv J/iia<<<v ul/x•.••� �• •.L+••� "L�"���//•`^++"L 0L09L Xl'A2NNINOW 0017 31S"HO 1S3H0d 3)1V1 S 0069 S NHOf 'SIAVO leTaaoaS'dA el}!1 OLO9L Xl'.l3NNI>1OW 0017 31S"HO 1S3HOd 3>1V1 S 0069 11005'1NVSNVA ao}oaa!O 'aaanseaal'dA al}!1 OLO9L Xl`A3NNl>101/1 0017 31S "HO 1S3H0d 3>1V1 5 0069 H 131NVO'H3>INI1 ao}oana 'luep!saad al}il sse ppV'g aweN Ile}ea.opanapao!;;O 9Z9Z-60EZ£-ld '33SSVHVl1V1 133H1S SAVH 6026 ANVd1A100 301A213S NOLLV210dH00 ssaJppy g aweN}ueby paia}slbaa 0/09/Xl.A3NNIN01A1 0017 31S 'HO 1S32HOd 2)1V1 S 0069 sseippy bullleW OLO9L Xl`A3NN1>10W 001731S "HO 1S3HOd 3>IVl S 0069 ssauppy ledlouud 3N10V sme;S 3O ale}S 6602/Z6/60 Peild eiea C9291-1,1,-917 JagwnN NIB/133 6ZE170000066d JagwnN luawnooO uol}ew�o}ul bu!IH 'ON] 'dl0HJ AlddflS 3dV0SONVl 20VlIH H uoIWaodaoO li}oad u6!aaod aweN 44U3 Ag haled /JagwnN luawnooa AG Rela4 / spiooaa llamas / suoueiodJo3;o uoisln!a / ale1S;o luawuedaa 4rd/a S1,ipiinf,j to 71111,c pn of a Iia IllfterimmossV0h" J.O L r;r r;.rr(J j 6Jo /467f." To l;r3 TAi ales;o luawuedaa epuoId sNoiivaodaoa�o NOISING ZJO i 323d auzeN/Smug' q pupa OZOZ/6/17 •••timug=aanwInouioupQnInsaailoreasitiamasuoguJoaaoD/nzinbuplo•ziquns•uomas//:auq suoileodo�)a uo�snia'a�e�510 auawyedaa epuou wunof dad w aBewi maI LOoad uolaiod--6 LOZ/ZL/60 Wuuo;dad w aBewl maw 1210d321 IVf NNV—OZOZ/OL/ZO sabewl Tuawnooa OZOZ/OL/ZO OZOZ e;eQ paid Jew,podab sijodad lenuuy Z Jo Z 32zd Ouz1N igug icq ITupa .fir [sMoljo,J a&j ain,wuSrs] •aznmeiaQ 3o awlS amp S./AmaqT pun uoTTnzodzoD aql jo smeliiq am of TunTTsznd pornipsuoo pun pun ,iinp pmog auT Jo &paw e Te ua}Inl jii se ToaJa pun aozoj auzes aql ane'Ileus luasuoo sial 1 q ua)l suopon aIr.L zaiiozv o0 alezodzoj °I/C)1 luapisazd as?A uoszapunrJ upsna luapisazd ao?A llauzui H Xwaza f AzETazoaS pun ruapIsazd ao?A STAAQ 'S u'of JOingeou pun luapisazd ao?A luesunA TloaS •g luapIsazd TTouua3ow magllJAI aITIZ auxgl,I :Ienowaz JO uo9e112isaz'Trap zapina.iaq zo silt' [pun zo parjilemb pun paloaia 'Trop oq Tin's zossaoons zaq zo sig Hum pogo frons pion or. pea `sot' u anTloadsaz ziagl ausoddo glzoj las sailioedeo am. uT („szaoz gyp„ am `iilanTloaiioo `pug «z003J0„ ue `trona) uoiTnzodzo3 aql p szoogmo sn anzas oT pomp Agoiaq azn suoszad 2uimoiioj aqT ln'l`aaA'IOSm2I II au `MON •uofezodzo3 aql Jo lsazalu! lsaq am u? pun aigesinpe `kzessaoau oq of saweu aniloadsaz ziagl alisoddo grzoj ras saoujo aIrl of suoszad &uimo1io3 oql jo luow uiodde oq pauturzalap se4 pzeog a'l `SVa2IaHM pun:pznog aql iiq Ti of paaisse zo uodn pauajuoo aq amp of amp woz3 ,feuw se aoJjo suoszad Irons of ruapiout saunp irons uuojiad pine siomod Tions on-nuns oum uoilezodzo3 amp zaoijo up se uoszad/cue anowaz pun luiodde of `uoilezodzoo aql Jo smeiiiq am 01 luensznd `Xuaoglne aql seq pzeog ami `SV flIaHM maw()Jo luauilwoady :aim-spa Jo owls 0Tl2 Jo mel uoipezodzo3 iezauao amp(I)Ibt uoiloas of lunnsznd luasuoo ualltzm ,iq suoilniosaz 2uimorioj aril ldope pun suoiloe Suimoiio3 OTll a3rel Xgazaq `uoilezodzoD a'l Jo szoloazip am Jo fuilaaw e Outplo4 Jo nail uT `(,uotleaooloD„ 042) uo!lezodzoo ammeiau a "our `dnoiD ,fiddns adeospuel a2eluoH Jo („pzeOg„ am) szoloaua jo p.xeog am Jo szagwauz am Jo ire 2uiaq `pau2iszapun aqs 6T0Z`T aaquwanoJ *am`anm o Azaans aaYasamva a9VimaH .1O SU013311 a IO QfIVOH aWL 40 IN SNOa I�I�,L.LRIM [6T OZ`I x3HIN3A0I4'SNI`rnoxo AlddR$3dVDS0NV 130V1RI3H 30(wog 3Hl 301N3SN03 N3.L.LDIM 0130Vd 3UCIIVNOIS] 311esuen 1 OOS Afr"- -- ouuauo Ana ej •UO14LIM anoge aTep auk jo se angoa.ga suoilniosaa 2uio2aioJ sluasuoo Along `uol1e1odzo3 al{}Jo pieog aq; 2utag `pau5isaapun atp `30aIaHM SSaN LIM ILII