Loading...
Backup Documents 09/14/2021 Item #16C 7 (Waypoint Contracting Services, LLC) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 C 7 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management Fg cifrf)24 2. County Attorney Office County Attorney Office CC1 V"lam 4. BCC Office Board of County Commissioners 4. Minutes and Records Clerk of Court's Office /2e2( It:P4144- 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Jessica Suarez/PURCHASING Contact Information 239-252-8407 Contact/ Department Agenda Date Item was September 14,2021 Agenda Item Number 16.C.7 Approved by the BCC Type of Document AGREEMENT Number of Original 1 Attached Documents Attached PO number or account N/A 20-7771 WAYPOINT number if document is WAYPOINT CONTRACTING to be recorded CONTRACTING SERVICES, LLC SERVICES, LLC INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be JS signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the JS document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's JS signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 09/14/2021 and all changes made during N/A is not the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. Rf 9. Initials of attorney verifying that the attached document is the version approved by the S E /4i sia BCC,all changes directed by the BCC have been made,and the document is ready for the t Chairman's signature. this line. Risk Management 66 7 MEMORANDUM Date: September 22, 2021 To: Jessica Suarez, Purchasing Technician Procurement Services From: Martha Vergara, Sr. Deputy Clerk Minutes & Records Department Re: Contract #20-7771 for "Small General Contracting Services" Contractor: Waypoint Contracting Services, LLC Attached for your records is an original of the referenced document above, (Item #16C7) adopted by the Board of County Commissioners on Tuesday, September 14, 2021. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-7240. Thank you. Attachment 6C 7 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 20-7771 for Small General Contracting Services - r`- THIS AGREEMENT, made and entered into on this t � #day of V "-" 2021 , by and between Waypoint Contracting, Inc. authorized to do business in the State of Florida, whose business address is 833 Meadowland Drive, Naples, FL 34108 _, (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 n upon the date of Board approval; or on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of I fta 4-Bd--(4-T-B-) U Other Invitation for Qualification ( IFQ ) # 20-7771 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.1 1 6C 7 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. ❑ i ❑ Other Exhibit/Attachment: • 3,4❑ 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to specific Request for Quotation and pursuant to the Price Methodology in Section 4.1 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. 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): • Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. • Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ❑ ,ts; uct or service inventory or cost verification). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.1 16C ? 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.3 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 475 El Travel—a+4 e in writing by the County. Travc4 Reimbursements shall be at the following rates: Mileage $9-:44:-5•.per-mi4e eakfast L-eneh $4 1-99 Dinner $1-9.00 Airfare Actual ticket cost limited to tourist or coach clac., faro Pr&Rtai-C-af Lodging to Parking • items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.1 1 6C 7 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: Company Name: Waypoint Contracting, Inc. Address: 833 Meadowland Drive Naples, FL 34108 Authorized Agent: Katrina Gonzalez, President Attention Name & Title: Telephone: (786) 608-1406 E-Mail(s): Kgonzalez@waypointci.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: Damon Grant Division Name: Facilities Management Division Address: 3335 Tamiami Trail East, Ste 109 Naples, FL 34112 Administrative Agent/PM: Juan Delgado / James Williams Telephone: (239) 252-7292 / (239) 252-8380 E-Mail(s): Juan.Delgado@colliercountyfl.gov/James.Williams@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 2021_Ver.l 1 6C 7 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. ■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑■ Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 500,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.1 1 6C 7 � n liability for claims arising out of the performance of professional services under this this insurance. Such insurance shall have limits of not les,than $ ea& &I I Cvber-hiabifitiv,-Coverage shall have mio1Mum limits-ef-$ pe sta+► - n : Coverage shall have minimum limits of$ 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 6 of 17 Fixed Term Service Multi-Contractor Agreement 202 l_Ver.1 1 6C 7 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 Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A Scope of Services, Exhibit B Fee Schedule, RFP/ /■ Other Invitation for Qualification (IFQ) #20-7771 , including Exhibits, Attachments and Addenda/Addendum, • subsequent quotes, and n Other Exhibit/Attachment: 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 2021_Ver.1 1 6C 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, if applicable, 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) 252-8999 Email: PublicRecordRequest(i colliercountvfl.gov 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 2021_Ver.1 1 6C 7 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 particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.1 16C 7 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. n 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. • 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 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 Page 10 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.l 16C 7 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. U KEY PE-RSON NEL. T,4e— ontractor'c personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations persons will bc utilized in the performance of the Agreement. The Contractor shall assign assigned shall bc available for an amount of time adequate to meet the required service • pefseRRel INC 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 Page 11 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.1 1 6C 7 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. • 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. etweera-or among the terms of any of the Contract Documents and/or the County's Board approved precedence over the Agreement. To the extent any conflict in the terms of the Contract 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 County separates from their employment. This notification is critical to ensure the Page 12 of 17 Fixed Term Service Multi-Contractor Agreement 202 1_Ver.1 1 6C 7 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. 1■I 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 202 l_Ver.l 1 6C 7 IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD COUNTY COMMISSIONERS Crystal K. Kinzel,.Clerk of Court & COLLIE C TY, FLORID Comptroller • By�'1/ By: NNY TA R , Chair Dated: (SE Atestatto Chairman's signature only. Waypoint Contracting, Inc. Contractor's Witnesses: Contractor DBA la^dry By: )41°41)kgA"‘ Contractor first Witness �q gnnatture r & i leZ President Dtivarr. tCin TType/print signature and titleT TType/print witness name'(' Co i ractor's Second Witnesss^ 31/1/614/1,1 tn� ATaiA TType/print witness nameT App a o Form and Legality: County Attorney SGm h\fb At A,! Pr kit Name n 1 Page 14 of 17 Fixed Tenn Service Multi-Contractor Agreement 2021_Ver.l 1 6C 7 Exhibit A Scope of Services ❑■ following this page (pages through 4 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.l 1 6C 7 IFQ # 20-7771 "Small General Contracting Services" EXHIBIT A SCOPE OF SERVICES The Facilities Management Division (herein after referred to as "Division" and/or"County") is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This Agreement establishes a pool of qualified contractors that can provide general construction and construction-related services, including maintenance services, after-hours repairs,and minor renovation services of County-owned and operated facilities to minimize operational downtime and maintain top operating conditions. The terms"Agreement"and"Contract"shall be used interchangeably throughout this Agreement. DETAILED SCOPE OF WORK Contractors, licensed in the State of Florida, shall provide minor repairs, construction, renovation, installation, and maintenance services.Normal and after-hours repair services will be required Countywide and include,but not be limited to,the following example types of work: • Supervision/administration of construction-related work;and • New construction work for renovations and building additions;and • Renovations/retrofits,repairs/replacements, maintenance,and installations;and • Demolition associated with renovations/retrofits;and • Scheduling work and subcontractors in harmony with the County's operations;and • Estimating cost of future projects;and • On-Call Urgent Services. Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM.The County may request services during afterhours as deemed necessary by the County's representative or designee. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County-observed Holidays. Contractors must be qualified and are directly responsible for 100%of the contracted work. In the event the Contractor does not"self-perform"any or all tasks within the specifications,and utilizes subcontractors,the Contractor is directly responsible for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. Contractors are expected to submit quotes for each Request for Quotation that will be issued under this contract. Repeatedly failing to submit a quote,when requested, may result in the termination of Contractors Agreement. A. Procedures for Non-Urgent Work: I. For projects with a value up to S200,000. the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work,project plans,technical specifications,etc.will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation. 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination.This period may also include a pre-bid meeting. Page 1 of 4 Exhibit A—Scope of Services .040 1 6C 7 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item Description Unit Amount Item Cost Number Mobilization Lump Sum I $0.00 2 Sitework Lump Sum I $0.00 3 Demolition Lump Sum I $0.00 4 Masonry Lump Sum I $0.00 5 Structural Lump Sum I $0.00 6 Roofing Lump Sum I $0.00 7 Plumbing Lump Sum 1 $0.00 8 HVAC Lump Sum I $0.00 9 Electrical Lump Sum I $0.00 Lump Sum Total $0.00 4. The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed S200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. II. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of the County.The County reserves the right to supply all necessary parts for selected projects and repairs. B. Urgent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on-call urgent work. Urgent work will be completed on a rotating schedule with one(I)Contractor designated for a one(I) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four(24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three(3)months of future assignments are accessible to all Contractors. Urgent work requests require telephone or email acknowledgement of the request within two(2) hours. Contractor must provide a Time and Materials Not to Exceed(T&M NTE)quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair. Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall be contacted.Any failure to provide coverage by a Contractor, may be subject to termination. C. 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 provide the County with a T&M NTE proposal for any changes in the work. D. Invoices: All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates,which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract Page 2 of 4 Exhibit A—Scope of Services C9 1 6C 7 for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount;however,mark-ups will not be allowed. Mark-ups will not be allowed on sales tax,consumer fees or taxes,use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following,as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead. insurance, profit and use of company owned small tools and equipment. E. Contractor's Responsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills,and incidentals required for the services requested.All work,equipment,parts and materials must meet Collier County Vertical Standards. If the work request is not specific and/or the Collier County Vertical Standards do not specify,then the work/equipment/parts/materials must be approved by the County's representative or designee. F. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative(with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs,when necessary and applicable. G. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents.The Contractor shall warrant their work for one(1)year following final acceptance by the County. Parts and fixtures shall be new and warranted for a minimum of one (I) year or the maximum allowed by the manufacturer, whichever is greater. An extended warranty may be purchased through the Contractor from the manufacturer without any markup being charged to the County. H. Records and Documentation:The Contractor(s)is responsible to maintain and update records for services provided. The documentation will include,and not be limited to, records of all service calls, maintenance performed,and any modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, materials, location, and/or disposal information. The County reserves the right to require photographs of the completed work. Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County for work requests under the resultant contract.The Contractors may be required to update, complete and close work requests and attach before and after pictures,as necessary. I. Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health Administration(OSHA)requirements. J. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting Purchase Order.Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee,at the Contractor's expense. K. Equipment Inventory:The Contractor(s)shall,under no circumstances,remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's representative or designee authorized to adjust equipment inventory records. Page 3 of 4 C`l�'Exhibit A—Scope of Services 1 6C 7 L. Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and shall be responsible for all associated costs. At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. The awarded Contractors will be asked to work in the Collier County Sheriffs Office Correctional Facilities and other areas considered"high security",which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein.Any fines levied due to inadequacies,or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws,statutes,rules or regulations will not be allowed on the job site.Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets(MSDS)will be made available and must be provided to the County per the County's representative or designee direction.The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property.The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures(CMA's),Standard Operating Procedures(SOP's)or Job Safety Analysis(JSA's)that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform.These include but are not limited to: • Storage,handling,and use of flammable liquids and hazardous materials. • Storage.handling,and use of compressed gas cylinders. • Periodic safety inspections of equipment and work-site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out!tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings,open trenches,and excavations. M. Clean-up: The Contractor(s)shall be responsible for removing all debris from the site and cleaning affected areas in the most environmentally friendly manner possible.The Contractor(s) shall keep the premises free of debris and unusable materials resulting from their work and as work progresses,or upon request by the County's representative or designee,shall remove such debris and materials from the property.The Contractor(s)shall leave all affected areas as they were prior to beginning work.There will be no cost to the County for clean-up. Page 4 of 4 Exhibit A—Scope of Services C4� 1 6C 7 Exhibit B Fee Schedule following this page (pages 1 through 1 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.1 1 6C 7 IFQ # 20-7771 "Small General Contracting Services" EXHIBIT B FEE SCHEDULE WAYPOINT CONTRACTING INC Project Manager $71.00 Assistant Project Manager $52.00 Superintendent $62.00 Foreman $57.00 Skilled Laborer $35.00 Laborer $30.00 Non-Skilled Laborer $20.00 1. Contractor must provide a Time and Materials Not to Exceed(T&M NTE)quote based on above rates for Urgent Work as set forth in Exhibit A. 2. The mark-up on rental equipment shall not exceed 10%. 3. The mark-up on materials shall not exceed 10%. 4. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 5. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Page 1 of 1 Exhibit B—Fee Schedule 1 6C 7 Other Exhibit/Attachment Description: ❑ following this page (pages through ) • this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2021_Ver.1 1 6C 7 AC CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) `+,'' 7/1/2021 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 be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: RSC Insurance Brokerage, Inc. (A/C,No, (305)446-2271 FAX No): 3350 S Dixie Hwy E-MAIL ies.com MIA-Certificates@risk-strata ADDRESS:MIA-Certificates@risk-strategies.com AFFORDING COVERAGE NAIC# Miami FL 33133 INSURERA:MOnroe Guaranty Ins Co 32506 INSURED INSURER B:FCCI Insurance Co 10178 Waypoint Contracting, Inc. INSURERC:National Trust Insurance Co 20141 7955 NW 12th Street, Suite 400 INSURERD: INSURER E: Doral FL 33126 INSURER F: COVERAGES CERTIFICATE NUMBER:CL217120100 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. I S LTR TYPE OF INSURANCE IINSD WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MMIDD/YYW) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE X OCCUR DAMAGE TO RENTED 100,000 PREMISES(Ea occurrence) $ X GL100046991-03 6/30/2021 6/30/2022 MED EXP(Any one person) $ 10,000 PERSONAL BADVINJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X E 4 LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS X CA100015294-04 6/30/2021 6/30/2022 BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE X HIRED AUTOS — AUTOS (Per accident) $ X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 3,000,000 C EXCESS LIAB CLAIMS-MADE AGGREGATE $ 3,000,000 DED X RETENTION$ 10,000 0M5100025766-03 6/30/2021 6/30/2022 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A C (Mandatory in NH) WC0100070963-01 6/30/2021 6/30/2022 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 mom space is required) PROJECT: 20-7771 Collier County Board of County Commissioners, OR, Board of County Commissioners In Collier County, OR Collier County Government, OR Collier County is included as additional insured under the captioned Commercial General Liability & Automobile Liability Policies on a Primary & Non-Contributory basis as required by written contract for any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E. Naples, FL 34112 AUTHORIZED REPRESENTATIVE R Ins. Brokerage/STED aKi1,--1- ^ •4--,.t_L-� ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401)