Loading...
Backup Documents 01/24/2017 Item #16E3 ORIGINAL DOCUMENTS CHECKLI: T & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FO '_ Print on pink paper. Attach to original document. The completed routing slip and original documents are to be � : ��; 1,! + g'!►ffice at the time the item is placed on the agenda. All completed routing slips and original documents must be receive' i i io l i ni' 6 Ott e i later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Jt to 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. #ZISi< E alagerro2f,z Routed by Procurement Services to the Office Initials Date Following Addressee(s) (In routing order) � 1. Risk Risk Management (-ka_ 2. County Attorney Office County Attorney Office • 2(0 •I 3. BCC Office Board of County Commissioners \c\S7,5-1 k\z_-\\VA 4. Minutes and Records Clerk of Court's Office IPI(C 1-11'7 [1'7 a 5. Return to Procurement Services Division Procurement Services P Contact: Viviana Giarimoustas 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 -Viviana Giarimoustas for Matt Catoe Phone Number 239-252-8375 Procurement Staff Contact and Date Agenda Date Item was 1/24/2017 V Agenda Item Number 16E3 Approved by the BCC Type of Document Contract Number of Original Attached Documents Attached PO number or account N/A Solicitation/Contract 17-7058NS/RO ert number if document is Number/Company Flinn Recor s 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) Ap licable) 1. Does the document require the chairman's original signature? 9"� cj c ._ WA 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 VG 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 VG signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip 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 the date above and all changes made VG during the meeting have been incorporated in the attached document. The County Arag Attorney's Office has reviewed the changes,if applicable. i 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready fo e e ov minvfm461. Chairman's signature. , I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revi -• •.1 ; 'evised 11/30/12 16E3 MEMORANDUM Date: February 13, 2017 To: Viviana Giarimoustas, Purchasing Tech Procurement Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Agreement #17-7058, Records Management Contractor: Robert Flinn Records Management Center, Inc. Attached, please find an original copy of the contract referenced above, (Item #16E3) approved by the Board of County Commissioners on Tuesday, January 24, 2017. The second original contract will be held in the Minutes and Records Department for the Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment AGREEMENT17-7058-NS , 6 .mom 11 for Record Storage Services ifikt THIS AGREEMENT, made and made and entered into on this 27 day of JanU.a 2017, by and between Robert Flinn Records Management Center, Inc, authorized to do busis in the State of Florida, whose business address is 3427 Progress Avenue, Naples, FL 34104, (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 two (2) year period, commencing on date of board award, and terminating two (2) years from that date or until 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 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 Record Storage Services in accordance with the terms and conditions of Exhibit A — Scope of Services, 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's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 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. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on the prices set forth in Exhibit B Fee Schedule. 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 Price Methodology: C40 Page 1 of l0 Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. 4.2 Any County agency may purchase 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. 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 contractors 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: Robert Flinn Records Management Center, Inc. 3427 Progress Avenue Naples, Florida 34104 Telephone: 239-643-2329 Facsimile: 239-643-6428 Email: jflinn@robertflinn.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: Edward F. Coyman, Jr. Director, Procurement Services Division 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. 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. C:40Page 2 of 10 1 E3 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 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 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. Page 3of10 '` 1 E 3 The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Special Requirements: Collier County Government, Collier County, Collier County Board of County Commissioners or Board of County Commissioners in Collier County, 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 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. AGREEMENT 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. 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. Page 4 of 10 CAO 16E3 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 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. 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)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. Page 5of10 +} 16E3 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. 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. 21. 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. 22. 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. 23. 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. 24. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service set forth in the Project Schedule. 25. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents. 26. 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. 27. 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 Page 6 of 10 6E3 providing background checks by the Collier County Facilities Management ilivision 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-FMOPScolliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. * * * * * Page 7 of 10 5°) 16E3 3 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,pf Courts. i AP.1/--1.-el 4 lq Penny Taylet,Chairma :;" 1. Dated: (SEAL) Attest as to Chairman's Contractor: signature only., Robert Flinn Records Management Center e7LA , 01 First Witness i ature �, p . o S ,7 ( A. Fl, , tI PresiAlo- f y•4/pri wit ss nameT TType/print signature and titleT � e MRS Secon�Witn�ss INA 'IC a-P ctt.s oc il) TType/print witness nameT A .roved,? , to Form and Legality: ), , A . ist tCountytt ne0 , • o fill • Print Name ,r.4.....,,,...."... [Item# Agenda r., .7—� Date 1------�-j Date 1,97 7 Reed I Depu iltri (5:\1/2 Page 8 of 10 Exhibit A I. ÔE , SCOPE OF SERVICE As a part of this record storage and retrieval program, the contractor must provide the following services: 1. All necessary labor, materials and equipment to retrieve, deliver, and store a variety of paper and electronic records for County Departments and Constitutional offices. 2. Supplies, including cartons, chart tubes, and small, medium and large storage boxes. 3. Monthly invoicing to the County. The single invoice must include a service breakdown t y individual County department or Constitutional office: a. Name of department or office b. Service description c. Quantity of each service described d. Unit price of each service described e. Total by each service described f. SUBTOTAL of all services for the department or office g. TOTAL of all services for all departments and offices 4. An invoice summary page listing all departments and offices and their total monthly storage fee and any additional services provided for that month. Additional services are defined as: the cost to purchase additional storage material; removal/destruction (including destruction memo); indexing /data entry; retrieval or return of items; and one-way delivery/pick-up fees. 5. Storage Facility: Storage facility should have adequate security measures in place to guarantee the safekeeping of all County documents from break-ins, floods, fire and any other natural or unnatural disasters. 6. Response Times: The contractor shall be accessible via pager, cellular telephone or other means to County departments and Constitutional offices, during the entire term of the Contract. 7. Regular service shall be made available between the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. The County reserves the right to invoke an "emergency" when necessary. Response time in an "emergency" will be a maximum of four (4) hours. 8. Provision of Service: Contractor will provide a form which may be faxed / emailed for contractor's services. Service will be provided as follows: Order's faxed/emailed prior to 12 Noon shall be completed the same day. Orders faxed or emailed after 12 Noon shall be delivered before 11:00 a.m. the next business day. Page 9of10 -10 16E3 Exhibit B Collier County Prices (Effective 11/1/2016— 10/31/2018) Monthly Price Index# Service Type Item Description by Item Description 1 Storage Book Carton $ 0.50 !. 2 Storage Chart Tube 3 x 3 x 40 $ 0.15 ....____....__._._...............................................................: 3 Storage Chart Tube 6 x 6 x 36 $ 0.20 4 Storage Data Pack 14 x 13 x 18 $ 0.55 5 Storage Lamp Utility Carton $ 0.70 6 Storage Legal Transfer 3.2 (cubic feet) $ 0.70 7 Storage Letter File Drawer $ 1.25 8 Storage Letter Transfer(2.4 cubic feet) $ 0.55 9 Storage Medical Slides 3.5 x 13 x 10 $ N/A 9 $ 0.70_r 10 Storage Office Tote Carton 11 Storage Ring Binder Box (3.0 cubic feet) $ 0.70 12 Storage Standard Letter/ Legal (1.2 cubic feet) $ 0.30 13 Miscellaneous Service Removal of box from Contractor's inventory (per box) $ 0.50 14 Miscellaneous Service Additional Purchase (per box) $ 2.25 15 Miscellaneous Service Index- Data Entry (per box) $ 1.00 16 Miscellaneous Service Retrieve Box (one time fee for one or multiple boxes) - no delivery included $ 1.75 17 Miscellaneous Service Return Box (one time fee for one or multiple boxes) - no delivery included $ 1.75 18 Miscellaneous Service One way Delivery/ Pickup Charge (one time fee for one or multiple boxes) $ 11.00 .........................................................................................: Retrieval and Removal (from Contractor's Inventory) of Lame Quantities of Records Up to 500 $2.25 per box 501 - 999 2.00 per box 1,000 —2,499 1.75 per box 2,500 —4,999 1.75 per box More than 5,000 1.75 per box Page l0 of 10 ��' E.. 1oE _. -. RECORDMG01 KPHIL❑PS ,4�o1zo CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1/26/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kay Phillips CIC, CPCU 11117 Thomasville Roadn Insurance,Inc. PHONE FAX No): A/O, E Ext):0291 AC Tallahassee,FL 32303 anDF SS:kphillips©rgvi.com INSURER(S)AFFORDING COVERAGE NAIC# _ INSURER A:Vanliner Insurance Company 21172 INSURED INSURER B:Commerce&Industry Insurance Company Robert Flinn Records Mgmt Center Inc and Robert Flinn Moving&Storage INSURER C:Zenith Insurance Company .13269 Jeremy Flinn INSURER D: 3427 Progress Ave Naples,FL 34104 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 SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYYYI IMM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X GLV000009003 07/29/2016 07/29/2017 PREM SES(?Ea occur ence) $ 100,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY i$ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X I POLICY PRO- IJECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 IOTHER: $ A AUTOMOBILE LIABILITY I, COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO MRV378270014 07/29/2016 07/29/2017 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIREDTONLY NON-OWNED ONELYY (Per accidentDAMAGE $ I PIP $ 10,000 B UMBRELLA LIAB ; X OCCUR EACH OCCURRENCE $ 1,000,000 X EXCESS LIAB CLAIMS-MADE EBUO36027303 07/29/2016 07/29/2017 AGGREGATE $ 1'000'000 DED I RETENTION$ I $ C WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE 2126741103 08/08/2016 07/29/2017 500,000 OFFICER/MEMBER EXCLUDED? N/A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$ 500,000 If yes,describe under 500,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$ A (Cargo Liability CGV378270014 07/29/2016 07/29/2017 Cargo 25,000 A Cargo Liability CGV378270014 07/29/2016 07/29/2017 Valuable Papers 255,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificateholder is an additional insured for general liability with respect to bodily injury and property damage resulting from the negligent acts of the named insured 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 CountyBoard of Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail East Naples,FL 34112 AUTHORIZED REPRESENTATIVE Aletev 4*-7424—i ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 6 E 3 _____-1 RECORDMG01 KPHILLIPS 1 ACORO' DATE(MMIDOfYYYY) 4filums--- CERTIFICATE OF LIABILITY INSURANCE 7/28/2016 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 Kay Phillips CIC,CPCU Rogers,Gunter,Vaughn Insurance,Inc. PHONE0291 FAX 1117 Thomasville Road [AIC.No,Est): (AIC,No): Tallahassee,FL 32303 E-MAIL hlADDRESS: ikl! s r vi.com INSURERS)AFFORDING COVERAGE NAIC# INSURER A:Vaniiner Insurance Company 21172 INSURED INSURER B:Commerce&Industry Insurance Company Robert Flinn Records Mgmt Center Inc and Robert Flinn Moving&Storage INSURER C:Zenith Insurance Company 13269 Jeremy Flinn INSURER 0: 3427 Progress Ave INSURER E Naples,FL 34104 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 SUER POLICY EFF POLICY EXP WLIMITS LTR INSD VD POLICY NUMBER (MMIDDIYYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X GLV0000090030]/'19/2016 0]/28/201] DAMAGE I0 RENTED 100,000 PREMISES(Ea occurrence) $ _ MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY JECT I I LOC PRODUCTS-COMPJOPAGG s 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) _ A X ANY AUTO MRV378270014 07/29/2016 07/29/2017 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) — _ PIP $ 10,000 UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 1,000,000 B X EXCESS LIAB CLAIMS-MADE EBU067709731 07/29/2016 07/29/2017 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION X AND EMPLOYERS'UABILITY STATUTE OTH- ER Y/N C ANY PROPRIETOR/PARTNER/EXECUTIVE N/A 2126741102 08/08/2015 08/08/2016 E.L.EACH ACCIDENT a 500,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 A Cargo Liability CGV378270014 07/29/2016 07/29/2017 Cargo 25,000 A Cargo Liability CGV378270014 07/29/2016 07/29/2017 Valuable Papers 255,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES,(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Certificateholder is an additional insured for general liability with respect to bodily injury and property damage resulting from the negligent acts of the named insured 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 Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 327 Tamiunt Trail East ACCORDANCE WITH THE POLICY PROVISIONS. 3Naples,FL 34112 AUTHORIZED REPRESENTATIVE ,4„,,..4-7.q.48 I ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 2512014/01) The ACORD name and logo are registered marks of ACORD Detail by Entity Name Page 1 of 3 Florida Department of State DIV S oN OF CORPORATIONS 16E3 5114,11,* rg Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation ROBERT FLINN RECORDS MANAGEMENT CENTER, INC. Filing Information Document Number K40122 FEI/EIN Number 65-0084929 Date Filed 10/20/1988 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 10/18/1991 Event Effective Date NONE Principal Address 3427 PROGRESS AVENUE NAPLES,FL 34104 Changed:04/26/2005 Mailing Address 3427 PROGRESS AVENUE NAPLES, FL 34104 Changed: 04/26/2005 Registered Agent Name&Address FLINN,JEREMY R 3427 PROGRESS AVENUE NAPLES, FL 34104 Name Changed:04/22/2002 Address Changed:05/01/1996 Officer/Director Detail Name&Address Title D FLINN, MARCIA M 3427 PROGRESS AVENUE NAPLES, FL 34104 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 11/23/2016 Detail by Entity Name Page 2 of 3 16E3 Title CD FLINN, ROBERT N 3427 PROGRESS AVENUE NAPLES, FL 34104 Title PSD FLINN,JEREMY R 3427 PROGRESS AVENUE NAPLES, FL 34104 Title D FLINN, PETER A 3427 PROGRESS AVENUE NAPLES,FL 34104 Annual Reports Report Year Filed Date 2014 04/18/2014 2015 03/18/2015 2016 02/23/2016 Document Images 02/23/2016--ANNUAL REPORT View image in PDF format 03/18/2015--ANNUAL REPORT View image in PDF format 04/18/2014--ANNUAL REPORT View image in PDF format 04/23/2013--ANNUAL REPORT View image in PDF format 04/12/2012--ANNUAL REPORT View image in PDF format 04/18/2011--ANNUAL REPORT View image in PDF format 04/15/2010--ANNUAL REPORT View image in PDF format 04/21/2009—ANNUAL REPORT View image in PDF format 04/10/2008--ANNUAL REPORT View image in PDF format 04/13/2007--ANNUAL REPORT View image in PDF format 04/14/2006--ANNUAL REPORT View image in PDF format 04/26/2005—ANNUAL REPORT View image in PDF format 04/21/2004--ANNUAL REPORT View image in PDF format 01/17/2003--ANNUAL REPORT View image in PDF format 04/22/2002--ANNUAL REPORT View image in PDF format • 03/21/2001--ANNUAL REPORT View image in PDF format 04/17/2000—ANNUAL REPORT View image in PDF format 04/06/1999--ANNUAL REPORT View image in PDF format 04/20/1998--ANNUAL REPORT View image in PDF format • 04/04/1997--ANNUAL REPORT View image in PDF format 05/01/1996--ANNUAL REPORT View image in PDF format 04/10/1995--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 11/23/2016 Detail by Entity Name Page 3 of 3 16E3 Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 11/23/2016