Loading...
Backup Documents 10/13/2015 Item #16E6 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP ` ,1:- TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TR' L, G 1 V C D THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE OCT 14 2015 Risk Management Routed by Procurement Services to the Office Initials Date Following Addressee(s) (In routing order) 1. Risk Management Risk 2. County Attorney Office County Attorney Office fr /5 3. BCC Office Board of County Commissioners 10,Vb\l'ET 4. Minutes and Records Clerk of Court's Office tOriG r(5 3 16 pm 5. Return to Procurement Services Procurement Services Division Contact: Diana De Leon PRIMARY CONTACT INFORMATION Name of Primary Diana De Leon for Adam Northrup Phone Number 252-8375 Procurement Staff October 13,2015 Contact and Date Agenda Date Item was October 13,2015 Agenda Item Number 16.E.6 Approved by the BCC Type of Document Contract Number of Original 2 Attached Documents Attached PO number or account N/A Solicitation/Contract 15-6408 Unifirst Corp number if document is Number/Company to be recorded Name 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 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 i+, BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. TTTT 16 E MEMORANDUM Date: October 19, 2015 To: Diana De Leon, Contracts Technician Administrative Services Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #15-6408 "Annual Contract for Uniforms" Contractor: Unifirst Corporation Attached please find an original copy of the contract referenced above, (Item #16E6) approved by the Board of County Commissioners on Tuesday, October 13, 2015. The second original will be held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 1ÔEÔ' Eliwrst C ir Un/Flrst Corporation 68 Uni First Road Wilmington, MA 01887 Phone:978-658-8888 Fax:978-988-1305 September 22,2015 State of Florida To Whom It May Concern: • Please use this letter to serve as authorization for Mr.Edward Miltko,who is the Branch Manager of my Fort Myers,Florida Location. Edward is an acting authorized agent for • UniFirst Corporation to execute any documentation required regarding UniFirst Corporation and all its operations. This includes,but is not limited to,Application for Air Permit for the FPT-Florida facility to comply with all applicable standards for control of air pollutant emissions found in the statutes of the State of Florida and rules of Florida Department of Environmental Protection and revisions thereof This is also applicable to all vehicle documentations including but not limited to registrations,insurance documents,inspection stickers,titles,for the State of Florida Registry of Motor Vehicles. Please feel free to call me with any questions or concerns. Thank you. /0„/4124.t.taam.taitzLii—teJ. RONALD 1). CROATI'I DENISE SQ Chairman,President&C.E.O. Notary Public Signed and sealed this 4th day of September,2015,Ronald D. Croatti provided sufficient identification in the form of his New Hampshire Driver's License: County of Middlesex: I State • of Massachusetts Agri J. .3, a Q a o My scion Expires V�ltutta1/47 DENISE SQUILLANTE •., Zt t Notary Public value ,[ + if Commonwealth of Massachusetts My Commission Expires April 3, 2020_ 1936.2016 16E6 • AGREEMENT15-6408 for Uniforms THIS AGREEMENT, made and entered into on this 3 day of _ 0at (9 2015,by and between Unifirst Corporation, a Massachusetts Corporation authorized to do business in the State of Florida, whose business address is 2839 Lafayette Street, Fort Myers, FL 33901 Fort Myers, FL 33901, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. CONTRACT TERM. The contract shall be for a two (2) year period, commencing on the Date of Board approval, and terminating two (2) years from that date, or until such time as all outstanding Purchase Orders 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 two (2) 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 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. 2. COMMENCEMENT. The Contractor shall commence the services upon the issuance of a purchase order. 3. STATEMENT OF WORK. The Contractor shall provide Apparel Services in accordance with the terms and conditions of Invitation to Bid (ITB) #15-6408 - Uniforms 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 Procurement Ordinance, as amended, and Purchasing Procedures in effect at the time such services are authorized. Page 1 of 16 Contract#15-6408 Uniforms 16E6 4. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price outlined in Exhibit B "Pricing." Any County agency may purchase products and services under this agreement, provided sufficient funds are included in their budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with 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: Unifirst Corporation 2839 Lafayette Street Fort Myers, FL 33901 Attention:James Zindell,Sales Manager Telephone: 239-334-6142 Fax: 239-334-8834 Email: James_Zindell©unifirst.com 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 Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention:Joanne Markiewicz, Director, Procurement Services Division Telephone: 239-252-8407 Facsimile: 239-252-6480 Page 2 of 16 Contract#15-6408 Uniforms 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/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the 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 Page 3 of 16 eA 16E6 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 $500,000 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. 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 Page 4 of 16 1ÔEÔ 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. 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 Procurement Services 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 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: Contractor's Proposal, Insurance Certificate(s), ITB #15-6408-Uniforms including any Addendum, Exhibit A "Scope of Work," and Exhibit B "Pricing." 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, 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 Page 5 of 16 16Et3 specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 19. 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) stated as follows: (2) In addition to other contract requirements provided by law, each public agency contract for services must include a provision that requires the contractor to comply with public records laws, specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. (3) If a contractor does not comply with a public records request, the public agency shall enforce the contract provisions in accordance with the contract. 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 6 of 16 1 6 L.: 0 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 the Procurement Ordinance, as amended, and 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. 25. KEY PERSONNEL/CONTRACT STAFFING. The 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 or dates set forth in the Project Schedule. 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 Page 7 of 16 •ti 16E6 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 ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, 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. * * * * * Page 8 of 16 16E6 . 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, FLORIDA Dwight E. Brock, Clerk of Courts _ B (11(W,' i , d^-�C ' B lv / aG�� YIs . y• / i�' Tim Nance, Chairman Dated: I b ' i5 (SEAL) Attest as to Chairman's Signature only. Unifirst Corporation Contractor 1 By:.. / /1 44-4-' Signature First Witness ignature /S &\1/4 Q-sz,sl\Q "`eZ WiNt\ G""'el(,Fv vi del `)t Cr ko //1✓I TType/print witness nameT TType/print signature and titleT r' LAO Second Witness 11-e `O ca., Ca ( k1 e ~Type/print witness nameT Approved as to Form and Legality: (I;01# /, i 0 / ssistant County r1A�tto/reney C.oi leev��vl.Csv€e4,e— Item# (.PF—LP Print Name Agenda t o.. Date l� Date t.b rA(0AC- R: 'd ----- ‘,,,, Deputy(lap Page 9 of 16 G thEo Exhibit A- Scope of Work Uniforms The Contractor shall provide: a. Rental and cleaning services for uniform clothing and mats; and b. Purchase of uniform clothing. The contract shall include maintenance, repair, and replacement of rental product, as needed at various service locations within Collier County. Uniforms that are supplied under this contract shall be from new stock, not used, to include, initial uniform sets and replacements made during the course of the contract period. Prices are fully inclusive, including any additional state, business, or environmental fees associated with the industry, and the cost of delivery and pickup at agreed upon multiple locations. No additional fees shall be added. Sizing All employees supplied with uniforms shall be accurately measured by the Contractor's representative. Uniform clothing must be initially tried on by each employee, and the Contractor shall accept full responsibility for insuring a good fit, only in occurrence of this "try-for-size". The Contractor will supply the County with agreed to times, days and locations for pickup and return delivery of said uniforms. The Contractor shall have a maximum of six-weeks from the effective date of the contract to complete all measurements and provide all employees with new uniforms, if deemed necessary. Each member of County staff is allowed one (1) size change per year, free of charge, during which any and all current uniforms may be replaced with a different size. Proper fit is mandatory for male and female clothing, unisex clothing must be approved by each Department Project Manager. Copies of sizing records shall be supplied to the representative at the delivery location. Change as Needed At commencement of the contract, the Contractor will meet with Project Managers from each division to evaluate individual staff member's stock of uniforms. At that time the project manager will determine if replacement of any or all uniforms is necessary. The Contractor will have six (6) weeks from commencement of the contract to size and deliver the new items. Page 10 of 16 0 IÔEbThroughout the life of the contract, the Contractor will pro-actively exchange garments that show excessive wear at no cost to the County. Each department's project manager may request a new garment at any time, by first consulting the UniFirst Route Sales Representative (RSR). Any replacement from this consultation deemed to be "normal wear and tear" will be replaced at no cost to the County. Contractor's Personnel Requirements The 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 insure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the project on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. The Contractor shall not change Key Personnel unless the following conditions are met: (1.) Proposed replacements have the same or substantially 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 upon award of contract. Contractor's Responsibilities It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all Local, State and Federal laws and regulations. Contractor responsibilities include the measuring and delivery of all purchased and rented uniforms. Picking up, cleaning, mending and returning of all rental uniforms. Uniforms will consist of: polo style shirts, cotton shirts, work trousers, flight suits, EMS clothing, colored safety T-shirts (and vests), shorts, windbreaker jackets etc. This list is not inclusive of all items that will be purchased or rented from the Contractor. County's Responsibilities a. Identifying a contact for each division/department. b. Agreeing to location's for soiled uniform pickup and return on a weekly basis. c. Supplying the Contractor with specific times and days for stated weekly pickup and delivery. Reporting Requirements Invoices will be issued weekly, containing: cost, type of uniforms supplied to whom, date supplied,current value of items, location(Division/Department). County's Right to Inspect The County, or its authorized Agent, shall have the right to inspect the Contractor's facilities during and after each work assignment the Contractor is performing. Page 11 of 16 '�J 1 6 E6 Pickup and Delivery All pickup and deliveries must be acknowledged and signed for by an approved County representative, on site. Any lost or missing products not signed for by an approved County representative will be replaced at no charge. Tracking System The Contractor must employ a tracking system for all pickups and delivery. If a product is found to be missing in excess of fourteen (14) days, due of a breakdown in the tracking device, the Contractor will replace the product at no charge. A logbook, or other means of effective communication, between the County and Contractor shall be maintained at each service location. County employees shall document new uniform requirements, complaints, problems, requests, etc., which is reviewed and acknowledged on the service day, and rectified appropriately by the Contractor. Repairs The Contractor shall maintain all rental uniforms in a reasonable condition, and is responsible for required repairs on any full service and leased uniform detected during the cleaning and garment quality process, or as requested by the County. This includes: replacement of buttons and repairing of all rips and tears. PATCHING DAMAGED AREAS WILL NOT BE ACCEPTABLE. Damages due to work related activities, such as burn holes from welding, heavy soiling from painting, rips or tears due to snags on work materials or equipment will not be considered as willful abuse and will be repaired, if possible. Repeated or excessive use of this covenant by a single individual or division/department, will require additional investigation and potentially extra cost to the County. Uniform Maintenance Cleaning/Laundering - All uniforms must be washed in full accordance with the State of Florida requirements governing commercial and industrial laundries. All uniforms must be laundered using detergents or cleaners that leave the garment odor free. Uniforms, which retain an offensive smell or residual odor after laundering, will not be considered acceptable. Finishing - All uniforms must be neatly pressed or finished within acceptable standards and the best practices of the industry and delivered one set, per hanger. All white shirts shall be enclosed in a plastic bag for delivery. Page 12of16 1 E Lost Garments Any garments lost by the County shall be subject to the proration schedule listed in Exhibit B,Section 4. Disputes If a dispute arises between the Contractor and County Staff which cannot be resolved, it shall be escalated to the Procurement Director or their designee to make the final decision. Page 13 of 16 6 16 E 6 Exhibit B-Pricing Uniforms Section 1: Purchase,Rental and Cleaning Line Suppliers PURCHASE REPLACEMEN RENTAL Item Item AND PRICE T COSTI # Code CLEANINGS 1 100% Cotton Pant 1001 $20.24 18.28 $0.17 2 Standard Work Pant 1002 $17.99 15.59 $0.17 3 Ind.Jean(50/50) 1060 $17.99 15.59 $0.17 4 Ind.Jean(100% Cotton) 1091 $17.59 15.49 $0.19 5 Softwill Exe. Pleated 1122 $19.54 17.36 $0.234 Pant 6 Mens Pleated Shorts 1129 $14.39 11.47 $0.153 7 100% Cotton Pleated 1148 $20.24 18.28 $0.17 Pant 8 Mens Cargo Short 1271 $18.32 15.66 $0.153 9 Coaches Jacket 1540 $26.09 24.55 $0.35 10 Zip in Jacket Liner 1727 $4.11 3.84 $0.203 11 Mens Lab Coat 2524 $15.99 11.31 $0.15 12 4x6 Scrapper 5389 $61.01 51.21 $2.45 13 Red Shop Towels 8021 $0.20 0.006 $0.06 14 Scratchless Uniform Belt 9918 $8.24 6.72 NA 15 Standard Uniform Belt 9947 $8.24 6.72 NA 16 100% Cotton Shirt LS 101 $15.99 14.03 $0.17 17 Solid Work Shirt SS 102 $15.59 10.01 $0.14 18 Standard Work Shirt LS 102 $15.59 10.01 $0.14 19 Oxford LS 111 $15.99 12.3 $0.151 20 Women's Oxford LS 112 $15.99 12.3 $0.151 21 Striped Work Shirt LS 123 $14.67 11.29 $0.139 22 100% Cotton SS 201 $15.19 13.09 $0.162 23 Standard Work Shirt SS 202 $13.59 9.03 $0.115 24 Oxford SS 211 $17.56 11.67 $0.148 25 Striped Work Shirt SS 223 $17.56 11.67 $0.148 26 Polo SS 268 $14.75 13.09 $0.17 27 Polo 50/50 Stripe 269 $16.29 14.55 $0.179 28 Polo Moisture Man. 02CH $14.75 13.09 $0.17 29 Hi Vis T-Shirt 02HY $15.25 14.46 $0.295 30 Stripped Work Shirt LS 314 $14.59 12.03 $0.14 31 Stripped Work Shirt SS 414 $14.59 12.03 $0.14 32 Women's Polo 05PJ $14.75 13.09 $0.17 33 Hi-vis Shirt level 2 SS 06AH $19.74 17.77 $0.454 34 Cotton Polo pocket SS 06AM $14.75 13.09 $0.17 35 Polo 50/50 775 $14.75 13.09 $0.17 36 T-Shirt LS 871 $14.59 12.03 $0.14 Page 14 of 16 16E6 Line Suppliers PURCHASE REPLACEMENT RENTAL Item Item AND PRICE COST1 # Code CLEANINGS 37 Polo LS 08AP $14.59 12.03 $0.14 38 Hi-Vis Shirt LS 09AH $15.25 14.46 $0.295 39 Mini Plaid Shirt 09FG $43.63 27.98 $0.50 40 100% Cotton Shorts 1034 $14.39 11.47 $0.153 41 Womens Cargo Pants 10A4 $23.56 21.09 $0.27 42 Cargo Shorts 10A9 $18.32 15.66 $0.21 43 Cargo Pant 10AI $21.01 19.55 $0.24 44 Cell Phone Pant 10B6 $21.01 19.55 $0.24 45 Soft Twill Pant 10HE $18.99 16.59 $0.252 46 100% Cotton Cargo 12BP $21.96 18.31 $0.226 Short 47 Lined Coaches Jacket 1540 $26.09 24.55 $0.35 48 Hi-vis Class 2 Jacket 15EG $53.14 47.72 $0.969 49 Lab Coats Anti-Static 2626 $8.98 7.51 $0.16 50 Tecasafe Plus Coverall 30TS $60.42 58.25 $0.89 51 T-Shirt SS Moisture 4277 $14.75 13.09 $0.17 Man. 52 3x5 Scrapper 5388 $50.05 43.41 NA 53 3x5 Mat 76AQ $50.05 43.41 NA 54 4x6 Mat 76AR $61.01 51.21 $2.45 55 3x10 Mat 76AS $85.09 73.45 $3.50 56 FR Shirt 09TC $26.98 24.41 $0.50 57 Denim FR Shirt 09FR $26.98 24.41 $0.50 58 FR Coveralls 30TS $60.42 58.25 $0.89 59 FR Lab Coat Light Wgt 25AC $8.98 7.51 $0.16 60 FR Lab Coat Heavy Wgt 25BB $8.98 7.51 $0.16 1 Replacement cost will be subject to age of the garment and the proration schedule in Section 4. 2 Cleaning of purchased products. 3 Rental and cleaning unit is Per Week(7 days). Page 15 of 16 QJ 16 E 6 Section 2 Catalog Discount Item# Description Discount 61 Percentage Discount off RENTAL Catalog 30% 62 Percentage Discount off Uniform PURCHASE Catalog 30% 63 Percentage Discount off CLEANING Catalog 30% Section 3 Emblems Unit Item# Category Description Price (Each) Personal Name Emblems 64 (Embroidered Non-Flame Resistant $2.00 on clothing or patch) Personal Name Emblems 65 (Embroidered Flame Resistant $3.00 on clothing or patch) Personal Name Emblems 66 (Embroidered Cost $2.00 on clothing or patch) Department Emblem(Embroidered 67 on Non-Flame Resistant $3.00 clothing or patch) Department Emblem(Embroidered 68 on Flame Resistant $4.00 clothing or patch) Department Emblem(Embroidered 69 on Cost Per Color $3.00 clothing or patch) Section 4 Replacement Schedule Line# Age of Garment Percent of Replacement Cost 70 0-4 Months 100% 71 5-8 Months 80% 72 9-12 Months 60% 73 13-16 Months 40% 74 17-20 Months 20% 75 21+ Months 0% Page 16 of 16 16 E6 : . UNIFCOR-01 PELLISSERYEJ ACO/R OA DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 10/13/2015 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 CONTNAME:ACT Willis Certificate Center Willis of Massachusetts,Inc. PHONE 877 FAX do 26 CenturyBlvd (A/C,No,Ext): )945-7378 888(A/c,No): )467-2378 P.O.Box 305191 E-MAIL certificates@willis.com ADDRESS: Nashville,TN 37230-5191 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:National Union Fire Insurance Company of Pittsburgh 19445 INSURED INSURER :New Hampshire Insurance Company 23841 UniFirst Corporation and its Subsidiaries INSURER C: 68 Jonspin Road INSURER D: Wilmington,MA 01887-1086 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP WLIMITS LTRINSD VD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X X 3333305 10/01/2015 10/01/2016 DAMAGES(RENfE0 1,000,000 PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENt AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JECT X LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) A X ANY AUTO X X 7469899 10/01/2015 10/01/2016 BODILYINJURY(Perperson) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE _ $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X MUTE EMPLOYERS'LIABILITY STATUTE ER Y/N B ANY PROPRIETOR/PARTNER/EXECUTIVE X 67940114 10/01/2015 10/01/2016 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 A Business Auto X X 7469900 10/01/2015 10/01/2016 See Attached DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if mom space is required) Division/Location:919 Certificate Holder is an Additional Insured for General Liability and Auto Liability as their interest may appear if required by written contract but only with respect to liability arising out of operations of the Named Insured. It is understood and agreed that the Company Waives its right of Subrogation against the Additional Insured which may arise by reason of a payment of claim under all the policies,if required by written contract and as permitted by law. Additional Insured:Collier County Government 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. Collier County Government AUTHORIZED REPRESENTATIVE Attn: Purchasing 3299 Tamiami Trail East 'Naples,FL 34112 I ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 16 E 6 ADDITIONAL COVERAGE SCHEDULE COVERAGE LIMITS POLICY TYPE: Business Auto Any Auto CARRIER: National Union Fire Insurance Company of $2,000,000 Combined Single Limit Pittsburgh POLICY TERM: 10/1/2015 to 10/1/2016 POLICY NUMBER: 7469900 POLICY TYPE: Business Auto Any Auto CARRIER: National Union Fire Insurance Company of $2,000,000 Combined Single Limit Pittsburgh POLICY TERM: 10/1/2015 to 10/1/2016 POLICY NUMBER: 7469901 POLICY TYPE: Workers Compensation and Employers Liability WC - Per Statute CARRIER: National Union Fire Insurance Company of $1,000,000 E.L. Each Accident Pittsburgh $1,000,000 E.L. Disease Each Employee POLICY TERM: 10/1/2015 to 10/1/2016 $1,000,000 E.L. Disease Policy Limit POLICY NUMBER: 1103501 POLICY TYPE: Workers Compensation and Employers Liability WC - Per Statute CARRIER: New Hampshire Insurance Company $1,000,000 E.L. Each Accident POLICY TERM: 10/1/2015 to 10/1/2016 $1,000,000 E.L. Disease Each Employee POLICY NUMBER: 67940115 $1,000,000 E.L. Disease Policy Limit POLICY TYPE: Workers Compensation and Employers Liability WC- Per Statute CARRIER: New Hampshire Insurance Company $1,000,000 E.L. Each Accident POLICY TERM: 10/1/2015 to 10/1/2016 $1,000,000 E.L. Disease Each Employee POLICY NUMBER: 67940116 $1,000,000 E.L. Disease Policy Limit POLICY TYPE: Workers Compensation and Employers Liability WC - Per Statute CARRIER: New Hampshire Insurance Company $1,000,000 E.L. Each Accident POLICY TERM: 10/1/2015 to 10/1/2016 $1,000,000 E.L. Disease Each Employee POLICY NUMBER: 67940117 $1,000,000 E.L. Disease Policy Limit POLICY TYPE: Workers Compensation and Employers Liability WC -Per Statute CARRIER: New Hampshire Insurance Company $1,000,000 E.L. Each Accident POLICY TERM: 10/1/2015 to 10/1/2016 $1,000,000 E.L. Disease Each Employee POLICY NUMBER: 67940118 $1,000,000 E.L. Disease Policy Limit 16E 6 POLICY TYPE: Workers Compensation and Employers Liability WC- Per Statute CARRIER: Insurance Company of the State of Pennsylvania $1,000,000 E.L. Each Accident POLICY TERM: 10/1/2015 to 10/1/2016 $1,000,000 E.L. Disease Each Employee POLICY NUMBER: 67940119 $1,000,000 E.L. Disease Policy Limit POLICY TYPE: Workers Compensation and Employers Liability WC -Per Statute CARRIER: New Hampshire Insurance Company $1,000,000 E.L. Each Accident POLICY TERM: 10/1/2015 to 10/1/2016 $1,000,000 E.L. Disease Each Employee POLICY NUMBER: 67940120 $1,000,000 E.L. Disease Policy Limit POLICY TYPE: Workers Compensation and Employers Liability WC - Per Statute CARRIER: New Hampshire Insurance Company $1,000,000 E.L. Each Accident POLICY TERM: 10/1/2015 to 10/1/2016 $1,000,000 E.L. Disease Each Employee POLICY NUMBER: 67940121 $1,000,000 E.L. Disease Policy Limit