Loading...
Backup Documents 01/28/2014 Item #16E4 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1,e6 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE ,�z� i .,.-Baa :s;�S o,. �/'�,,,E„„._,. .... ..,; Routed by Purchasing Department to Office Initials Date the Following Addressee(s)(In routing order) 1. Risk Management Risk WI a-k/Alg 2. County Attorney Office County Attorney Office ait 3. BCC Office Board of County Commissioners / / -AAA 4. Minutes and Records Clerk of Court's Office l —TO\ 2(2,504 ( z3 vv 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Scott Johnson Phone Number 252-8375 Purchasing Staff February 24,2014 Contact and Date Agenda Date Item was January 28,2014 V Agenda Item Number 16.E.4 Approved by the BCC Type of Document Contract Number of Original 2 Attached Documents Attached PO number or account N/A Solicitation/Contract 13-6163 G4S Secure number if document is NumberNendor Name Solutions to be recorded 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? DD 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 signed by the Chairman,with the exception of most letters,must be reviewed and signed clvite 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 N/A 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 DD signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. __ 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the <ivue.., BCC,all changes directed by the BCC have been made,and the document is ready for Chairman's signature. 16E 4 MEMORANDUM Date: February 25, 2014 To: Diana De Leon, Contracts Technician Purchasing Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #13-6163 "Security Services" Contractors: G4S Secure Solutions, Inc. Attached is an original of the contract referenced above, (Agenda Item #16E4) approved by the Board of County Commissioners on Tuesday, January 28, 2014. The second original will be held on file in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-7240. Thank you. Attachment 16E4 G4S Secure Solutions(USA)Inc 1395 University Drive Jupiter,FL 33458 Telephone:800-922-6488 Fax: 561691.6680 A UTIIORIZAT ION I, Julie T. Payne, as Senior Vice President, General Counsel, and Secretary, of G4S Secure Solutions (USA) Inc., 1395 University Blvd., Jupiter, Florida 33458, do hereby certify that Vinny Marrone is the Operations Manager for G4S Secure Solutions (USA) Inc. in Fort Myers, Honda and is authorized to sign the Contract documents and related forms regarding the County of Collier Agreement No, 13-6163 to provide security officer services on behalf of G4S Secure Solutions (USA) Inc. IN WITNESS WHEREOF, I hereunder subscribe my name and affix the seal of this Corporation the 7d) day of February,2014. '`----,:/119A7,. J./ (SEAL) - JulieT. Payne = Scnibr Vice President, General Counsel, Secretary, Sworn to and subscribed beftne me this 7th day of February,2014. ° JILL DIVENS • (Sig s ture of Notary Public State of Florichi) ,1:111.1 Commission* Fr 70219 t Commission Txpues December 07, 2017 (Print,Type or Stamp Commissioned Name of Notary Public) Personally Known(X) OR Produced Identification( Type of Identification Produced 4 AGREEMENT13-6163 for Security Services THIS AGREEMENT, made and entered into on this Z411 day of icuN -r 2014, by and between G4S Secure Solutions (USA) Inc., authorized to do business in the State of Florida, whose business address is 2830 Winkler Ave, Suites 101 & 102, Fort Myers, FL, 33916, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the work upon issuance of a Purchase Order. 2. CONTRACT TERM. The contract shall be for a two (2) year period, commencing on Date of Board award and terminating two (2) year(s) from that date. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term not less than ten (10) days 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 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 not less than ten (10) days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK. The Contractor shall provide Security Services in accordance with the Scope of Work, terms and conditions of RFP #13-6163 and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County Purchasing Ordinance and Purchasing Procedures in effect at the time such services are authorized. 4. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement based on the prices set forth in Exhibit "A" Schedule of Payments, included in this Agreement, subject to Change Orders as approved in advance by the County. Page 1 of 9 (1) 16E4 ' Payment will be made upon receipt of a proper invoice and upon approval by the County Contract Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 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 contract. 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. 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-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: G4S Secure Solutions (USA) Inc. 2830 Winkler Ave, Suites 101 & 102, Fort Myers, FL, 33916 Attn: Bill Buchinsky, General Manager Telephone: 239-252-8407 Facsimile: 239-252-6480 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Purchasing & General Services Director Telephone: 239-252-8407 Facsimile: 239-252-6480 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. Page 2 of 9 CA 16E 4 1 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 provision of services under this Agreement shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the provision of services shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Contract 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. Page 3 of 9 16E 4 ` 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 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 $2,000,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) 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 Consultant 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 he is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, 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 Page 4 of 9 GP 16E 4 1 construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 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. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Department. 15. CONFLICT OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Exhibit A "Schedule of Payments", Contractor's Proposal, Insurance Certificate(s), RFP #13-6163 Specifications/Scope of Work. 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Page 5 of 9 16E 4 19. 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 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)-(d) and (3))). 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. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with Purchasing Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. 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. Page 6 of 9 16E 4 ' 25. KEY PERSONNEL/PROJECT STAFFING: The Choose one: Contractor's 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 as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. 26. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Request for Proposal (RFP) and/or the Contractor's Proposal, the Contract Documents shall take precedence. 27. 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. *******************************Remainder of page intentionally left blank*************************** Page 7 of 9 CA 16E 4 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, .+LORIDA Dwight E.Bq4£_t1ale('if Courts M rt •� g / r By � � B - Tom Henning, Chai Iran Dated: ■ A ` yip (SEAL)Attest .s to, h irman's signature only. G4S Secure Solutions (USA) Inc. Contractor By:9(464#014144-e_, First Witness Si n to e 6 o.) - VNIegg k1 0 ORaat I4 O aqE12, TType/pri t witness nameT TType/print signature and titleT /r-r d.—i/1_ Second Witness 2vieeR144 A1iL � . TType/print witness nameT Approved as to Form and Legality: e OP ail A to t �• Attorney rn► ` • r, Print Name Page 8 of 9 .A 13-6163-Security Services 16E 4 .� Exhibit A-Schedule of Payments Cost of Services to the County(Traditional Payments,including Additional Cash Discount) Position Status Employee's Contractor's Price Cost to the County Chief** Salary $ 65,000.00 $ 65,000.00 $ 85.862,40 Assistant Chief** Salary $ 55,000.00 $ 55,000.00 $ 72,550.40 Major** Salary $ 50,000.00 $ 50,000.00 $ 66.206.40 Captain** Salary $ 45,000.00 $ 45,000.00 $ 59,862.40 Sergeant** Hourly $ 17.50 $ 36,400.00 $ 24.97 Corporal* Hourly $ 16.00 $ 33,280.00 $ 22.94 Executive Protection Officer* Hourly $ 16.00 $ 33,280.00 $ 22.94 Exe Prot. Officer*on details Hourly $ 21.00 $ 29.70 Officer(armed)* Hourly $ 15.00 $ 31,200.00 $ 21.59 Officer(not armed)* Hourly $ 14.00 $ 29,120.00 $ 20.00 Operations Center* Hourly $ 16.00 $ 33,280.00 $ 22.94 Report Writing Hourly $ 20.74 Markup on ammunition % 10.00 Markup on equipment % 10.00 Markup on supplies(targets, shooting and security supplies) % 10.00 *Does not include benefits. **Regardless of being armed or not. The County may pay overtime at a rate of 1.5 for officer working details over 40 hours per week or 8 hours per day. Pricing should include any impact the Patient Protection and Affordable Care Act might have on their employees now or in the future. The County anticipates other positions will be added, Please provide markup on positions not listed above. Percentage mark up over what the employee receives for unidentified positions 41.73% Page 9 of 9 16E 41 ____, . , °Anr, CERTIFICATE OF LIABILITY INSURANCE DATE(MM/02/05/2014 ,4 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 a BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. Li 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 laT certificate holder in lieu of such endorsement(s). c PRODUCER CONTACT 13 NAME: Aon Risk Services, Inc of Florida PHONE FAX 1001 Bri ckel l Bay Drive (A/C.No.Ext): (866) 283-7122 INC.No.): (800) 363-0105 -000 Suite 1100 EMAIL O Miami FL 33131 USA ADDRESS: - I INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: National union Fire Ins Co of Pittsburgh 19445 G4S Secure Solutions (USA) Inc. INSURER B: New Hampshire Ins Co 23841 1395 University Blvd Jupiter FL 33458 USA INSURER C: Illinois National Insurance Co 23817 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570052862459 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD VD POLICY NUMBER IMM/DD ff MM/DO//YvYvYrYv)) W LIMITS A X COMMERCIAL GENERAL LIABILITY GL5302718 10/01/ 10/01/2014 EACH OCCURRENCE $2,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED $2,000,000 PREMISES(Ea occurrence) _ MED EXP(Any one person) Excluded PERSONAL&ADV INJURY $2,000,000 2 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,006 C X POLICY I I PRO- JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 0 OTHER: m N- A AUTOMOBILE LIABILITY CA 640-39-36 10/01/201310/01/2014 COMBINED SINGLE LIMIT $1,000,000 Lo AOS (Ea accident) B X ANY AUTO CA 640-39-37 10/01/2013 10/01/2014 BODILY INJURY(Per person) O Z ALL OWNED —SCHEDULED MA BODILY INJURY(Per accident) N A AUTOS AUTOS CA 640-39-38 10/01/2013 10/01/2014- el NON-OWNED PROPERTY DAMAGE HIRED AUTOS VA (Per accident) t~ _AUTOS d UMBRELLA LIAB OCCUR EACH OCCURRENCE L..1 EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION B WORKERS COMPENSATION AND wC015630735 10/01/2013 10/01/2014 X H PERTUTE 0T EMPLOYERS'LIABILITY A OFFICER/MEMBER/EXCLUDED?EXECUTIVE YNN N/A wCC015630736 10/01/2013 10/01/2014.E.L.EACH ACCIDENT $2,000,000 (Mandatory in NH) CA E.L.DISEASE-EA EMPLOYEE $2,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $2,000,000— A Excess wC xwC6636227 10/01/2013 10/01/2014 EL Each Accident $1,000,000— OH-Statutory WC j EL Disease - Policy $1,000,000 M ti SIR applies per policy terns & condions EL Disease - Ea Emp $1,000,000 _■. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more(space is required) RE: Agreement 13-6163 for Security Services, G4S office: Ft. Myers. Collier County, a political subdivision of the state of Florida collier County Government Center, Facilities Management Department are included as Additional Insured excluding • workers' Compensation and Employers' Liability as required by written contract but limited to the operations of the Insured under said contract, and always subject to the policy terms, conditions and exclusions. A CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2 Collier County, a political subdivision AUTHORIZED REPRESENTATIVE of the State of Florida, Collier County �.xe Government Center, Facilities Management Ir}` Department, Attn. Skip Camp . 3327 Tamiami Trail, East Bldg "w" M k gel aric4 Naples, FL 34112 USA ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 16E 4 ' AGENCY CUSTOMER ID: 10515775 LOC#: ..4° °. ADDITIONAL REMARKS SCHEDULE Page _ of AGENCY NAMED INSURED Aon Risk Services, Inc of Florida G4S Secure solutions (USA) Inc. POLICY NUMBER See Certificate Number: 570052862459 CARRIER NAIC CODE see Certificate Number: 570052862459 EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORb 25 FORM TITLE: Certificate of Liability Insurance INSURER(S)AFFORDING COVERAGE NAIC# INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information,refer to the corresponding policy on the ACORD certificate form for policy limits. POLICY POLICY INSR ADDL SUBR POLICY NUMBER EFFECTIVE EXPIRATION LIMITS LTR TYPE OF INSURANCE INSD WVD DATE DATE (MM/DD/YYYY) (MM/DD/YYYY) WORKERS COMPENSATION C N/A wc015630737 10/01/2013 10/01/2014 FL g N/A WC015630742 10/01/2013 10/01/2014 MN g N/A wc015630740 10/01/2013 10/01/2014 MA, WI g N/A WC015630739 10/01/2013 10/01/2014 IL,KY,NC,NH,UT,VT g N/A wc015630738 10/01/2013 10/01/2014 AZ,GA,VA g N/A wc015630741 10/01/2013 10/01/2014 ME g N/A wC015630743 10/01/2013 10/01/2014 NJ, PA ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD