Loading...
Agenda 10/24/2017 Item #11G10/24/2017 EXECUTIVE SUMMARY Recommendation to award Bid 17-7196, “Janitorial Services,” to United States Service Industries (USSI) and 3-H Service System, Inc., for Countywide janitorial cleaning and services in a base contract amount of $1,396,800. OBJECTIVE: To obtain janitorial services in a fair and competitive manner in accordance with the Purchasing Ordinance. CONSIDERATIONS: The Division of Facilities Management manages janitorial services for approximately 150 plus county-owned buildings, totaling 1,500,000 square feet. The janitorial contractor is responsible for furnishing the necessary labor, tools, equipment, supplies, and any other necessary accessories and services to perform the janitorial services specified in the contract. These services include dusting, vacuuming, window cleaning, carpet and floor cleaning, and trash removal from offices. In addition, the janitorial service company plays an important role in ensuring that office spaces are free of dust and debris that may affect indoor air quality. Because the existing contractor elected to not renew the final year of the current contract, Janitorial Services where unexpectedly required to be rebid. Accordingly, on August 29, 2017, the Procurement Services Division solicited bids for janitorial services. This bid is divided into six geographic zones and the selection was based upon the lowest qualified bidder, as outlined in solicitation 17 -7196. A total of 304 notices were sent, 55 packages were downloaded, and seven vendors submitted bids. After thorough review of the bid prices, references and qualifications, staff recommends award to two firms, USSI and 3 - H Service System, Inc., based on best value per zone. Three firms were considered non -responsive because of lack of bid bond, qualifications and verifiable references. 3-H Service System, Inc., was the lowest responsive bidder for all six zones. However, USSI, the second lowest bidder in Zone 1 qualified as a local vendor and Procurement Services extended the price match option, as defined in the Purchasing Ordinance, Section Fifteen. USSI accepted to match, less one dollar, for Zone 1. Staff recommends awarding Zone 1 to USSI, and Zones 2-6 to 3-H Service System, Inc., as the lowest overall responsive and responsible bidders. FISCAL IMPACT: The base annual amount of the contract is estimated to be $1,396,800 plus any additional and unanticipated services. While Funds are available in the Division of Facilities Management Operating Budget 001-122240, the unanticipated need to rebid this contract has resulted in annual cost approximately 11% greater than the specific allowance provided in the FY 18 budget. The estimated contract overage will initially be absorbed within Facilities Management’s adopted FY 18 operating budget. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: Recommendation to award bid 17-7196, “Janitorial Services,” to USSI for Zone 1 and 3-H Service System, Inc., for Zones 2-6 for countywide janitorial cleaning and services; and, authorize the Chairman to execute the attached contract. Prepared By: Miguel Carballo, CFM, Facilities Manager, Division of Facilities Management 11.G Packet Pg. 185 10/24/2017 ATTACHMENT(S) 1. 17-7196 Solicitation (DOCX) 2. 17-7196 BID TAB (PDF) 3. 17-7196 NORA (PDF) 4. 17-7196- USSI Janitorial Services_Contract_VendSign (PDF) 5. 17-7196 3-H Service_Agreement_VendSign (PDF) 11.G Packet Pg. 186 10/24/2017 COLLIER COUNTY Board of County Commissioners Item Number: 11.G Doc ID: 3899 Item Summary: Recommendation to award Bid #17-7196, “Janitorial Services,” to United States Service Industries (USSI) and 3-H Service System, Inc., for County-wide janitorial cleaning and services in a base contract amount of $1,396,800. (Miguel Carballo, Manager - Facilities, Facilities Management Division) Meeting Date: 10/24/2017 Prepared by: Title: Manager - Facilities – Facilities Management Name: Miguel Carballo 10/10/2017 2:28 PM Submitted by: Title: Division Director - Facilities Mgmt – Facilities Management Name: Dennis Linguidi 10/10/2017 2:28 PM Approved By: Review: Public Utilities Department Margie Hapke Additional Reviewer Completed 10/10/2017 3:02 PM Facilities Management Dennis Linguidi Additional Reviewer Completed 10/10/2017 3:45 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 10/11/2017 8:32 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 10/11/2017 9:22 AM Solid and Hazardous Waste Dan Rodriguez Additional Reviewer Completed 10/11/2017 12:53 PM Procurement Services Brenda Brilhart Additional Reviewer Completed 10/11/2017 4:20 PM Procurement Services Ted Coyman Additional Reviewer Completed 10/11/2017 4:29 PM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 10/11/2017 4:33 PM Public Utilities Department Heather Bustos Level 2 Division Administrator Review Skipped 10/11/2017 10:41 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 10/12/2017 9:23 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 10/12/2017 10:46 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 10/12/2017 11:48 AM Budget and Management Office Ed Finn Additional Reviewer Completed 10/12/2017 12:19 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 10/16/2017 12:53 PM Board of County Commissioners MaryJo Brock Meeting Pending 10/24/2017 9:00 AM 11.G Packet Pg. 187 ITB 17-7196 Janitorial Services COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR JANITORIAL SERVICES SOLICITATION NO.: 17-7196 BRENDA BRILHART, CPPB, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 BrendaBrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format (Rev 8/2/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 11.G.1 Packet Pg. 188 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 2 TABLE OF CONTENTS ITEM DESCRIPTION ...................................................................................................................................................... 1. Introduction 2. Background 3. Term of Contract 4. Award Criteria General Bid Instructions 5. Purpose/Objective 6. Pricing 7. Alternate Bid Pricing 8. Equal Product 9. Discount 10. Addenda 11. Bid Submission 12. Questions 13. Protests 14. Local Vendor Preference 15. Immigration Affidavit Certification 16. Lobbying 17. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) 18. General Information 19. Bid Award Process 20. Reserved Rights 21. Collier County Purchase Order Terms and Conditions Additional Terms and Conditions 22. Insurance and Bonding Requirements 23. Additional items and/or Service 24. Vendor Performance Evaluation 25. Additional Terms and Conditions of Contract 26. Public Records Compliance 27. Payment Method 28. Environmental Health and Safety 29. Licenses 30. Survivability 31. Relation of County 32. Termination 33. Public Entity Crime 34. Security and Background Checks 35. Conflict of Interest 36. Prohibition of Gifts to County Employees 37. Deduction for Non-Performance 38. Offer Extended to Other Governmental Entities 39. Florida Wood Products 40. Standards of Conduct 41. Protection of Property 42. Collier County Information Technology Requirements 43. Maintenance of Traffic Policy 44. Debris 45. Direct Material Purchase 46. Grant Compliance 47. Equipment Attachments Attachment A – Scope of Services Attachment B – Required ITB Forms Attachment C – Zones Attachment D - Bid Schedule 11.G.1 Packet Pg. 189 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 3 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 17-7196 POSTING DATE August 29, 2017 PROJECT TITLE: Janitorial Services PRE-BID CONFERENCE: Thursday, September 11, 2017 at 3:30 PM LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 BID OPENING DAY/DATE/TIME: Thursday, September 22, 2017 @2:30 PM Naples Time PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 1. INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Janitorial Services has been provided has been outsources by Collier County Government for over ten (10) years. We have determined that this method is most effective and efficient to Collier County Government. There is over 1,000,000 square feet of space that requires janitorial services. The buildings are in different location and c ampuses throughout Collier County. Historically, County departments have spent approximately $1,400,000.00; however, this may not be indicative of future service. 2. BACKGROUND This ITB provides for comprehensive custodial cleaning services to over one hundred fifty (150) facilities in Collier County. These facilities range in size from less than 100 square feet to 119,986 square feet and represent a wide variety of building types , including general government offices, community centers, courtrooms, jail, health care facilities, libraries, beach restrooms, she riff substations and other parks facilities. The successful bidder(s) shall provide all necessary personnel, materials, and equip ment to provide the services described in this ITB. Prior to the start of work, the successful vendor will be expected to supply the following; an Organizational Chart, a quality control program, safety program, Green Cleaning program, and a 30 day transition plan. The specifications in this solicitation are intended to provide the information by which pro spective bidders may understand the minimum requirements of Collier County relative to entering into a contract to furnish deliver and provide Janitorial Services to County facilities. 3. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be clearly identified and incorporated into the pricing structure. 4. AWARD CRITERIA ITB award criteria are as follows: 4.1 The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 4.2 It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. 11.G.1 Packet Pg. 190 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 4 4.3 For the purposes of determining the winning bidder, the County will select the vendor with the lowest price meeting all requirements of the bid as outlined below:  Award bid to the lowest responsive and responsible bidder for each zone 4.4 Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, or other options that represents the best value to the County; however, it is the intent to:  Award to a Single vendor per zone. County will reserve the right to limit the total number of awarded zones per vendor. 4.5 The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. 4.6 The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their bid. The references shall not be more three (3) years old. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the form provided in Attachment B – Form 8. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the bidder on relevant project work. GENERAL BID INSTRUCTIONS 5. PURPOSE/OBJECTIVE As requested by the Collier County departments or divisions identified, the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the “ITB”, or “Bid”) with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the “Vendor”. All bids must be submitted on the Bid forms furnished by the County noted in Attachments of this ITB. Bids may not be considered unless Bid forms are properly executed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these inst ructions could lead to the bid submitted as being rejected as non-responsive. 6. PRICING Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined. 7. ALTERNATE BID PRICING In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed may be considered technically non- responsive and will not be considered for award. 8. EQUAL PRODUCT Manufacturer’s name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performan ce and/or design required, and is in no way intended to prohibit the bidding of other manufacturer’s items of equal or similar material. An equal or similar product may be bid, provided that the product is found by the County to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, the vendor must contact the Procurement Services Division for instructions on submittal. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 9. DISCOUNT Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 10. ADDENDA The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and notifications shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be 11.G.1 Packet Pg. 191 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 5 conveyed electronically through a notice of addendum or questions and answers to all vendors registered un der the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. All addendums are posted on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all documents provided, understood clearly and complied completely with any changes stated in the addenda as failure to d o so may result in the rejection of your submittal. 11. BID SUBMISSION All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid 12. QUESTIONS If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains erro rs or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Procurement Services Division Internet website: www.colliergov.net/bid. Questions will not be answered after the date and time noted. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public No tice. 13. PROTESTS Any prospective vendor/bidder who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Services Division prior to the time of the bid opening strictly in accordance with the County’s then current Procurement Ordinance and policies. 14. LOCAL VENDOR PREFERENCE (LVP) 14.1 The County is using the Competitive Sealed Bid methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08 establishing and adopting the Collier County Procurement Ordinance. 14.2 Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vend or’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposa l or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 14.3 Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmativel y state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrar y, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. 14.4 Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. W hen a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted b y one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunit y to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lo we st local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lo west bid, less one (1) dollar, fr o m the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lo west local bidder declines or is unable to match the lowest non-local bid price(s), 11.G.1 Packet Pg. 192 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 6 then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087 , and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. 14.5 Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. 14.6 A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. 14.7 The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 15. IMMIGRATION AFFIDAVIT CERTIFICATION 15.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E -Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (ITB) including professional services and construction services. (1) Exceptions to the program: (a) Commodity based procurement where no services are provided. (b) Where the requirement for the affidavit is waived by the Board of County Commissioners. 15.2 Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder’s / vendor’s proposal may be deemed non-responsive. 15.3 Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. 15.4 For additional information regarding the Employment Eligibilit y Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. 15.5 Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of 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 and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 16. LOBBYING After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the fin al contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty-eight of County Ordinance 2017-08. 17. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (FL STATUTE 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another fi rm. 11.G.1 Packet Pg. 193 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 7 18. GENERAL INFORMATION When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is t he best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall conduct a random selection (coin toss) by the Procurement Services Director before at least three witnesses. 19. BID AWARD PROCESS Award shall be made in a manner consistent with the County’s Procurement Ordinance. Award recommendations will be posted on the Collier County Procurement Services Division website. 20. RESERVED RIGHTS Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also Collier County reserves the right to accept all or any pa rt of any bid, proposal, or offer, and to increase or decreas e quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one o r more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 21. PURCHASE ORDER TERMS AND CONDITIONS 21.1 Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 21.2 Acceptance and Confirmation 21.2.1 This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. 21.2.2 No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 21.3 Inspection 21.3.1 All goods and/or services d elivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be ret urned pursuant to VENDOR'S instruction at VENDOR’S expense. 21.3.2 To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non conforming or otherwise rejected by the COUNTY. 21.4 Shipping and Invoices 21.4.1 a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 21.4.2 b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. 11.G.1 Packet Pg. 194 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 8 21.4.3 c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. 21.4.4 d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pur suant to the Board of County Commissioners Purchasing Policy. 21.5 Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agr ees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 21.6 Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 21.7 Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 21.8 Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation not ed on the face of the Purchase Order. 21.9 Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other ide ntifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 21.10 Indemnification VENDOR shall defend, indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (incl uding property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 21.11 Warranty of Non Infringement 21.11.1 VENDOR represents and warrants that all goods sold or services performed under this P urchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. 21.11.2 VENDOR shall indemnify and hold harmless the COUNTY from and against any and all c laims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, 11.G.1 Packet Pg. 195 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 9 suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). 21.11.3 If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 21.12 Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 21.13 Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and loca l laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion t o unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 21.14 Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 21.15 Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 21.16 Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 21.17 Annual Appropriations The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 21.18 Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 d ays prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 21.19 General 21.19.1 a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida 21.19.2 b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. 21.19.3 c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified 11.G.1 Packet Pg. 196 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 10 mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. 21.19.4 d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. 21.19.5 e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. ADDITIONAL TERMS AND CONDITIONS FOR ITB 22. INSURANCE AND BONDING REQUIREMENTS 22.1 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 22.2 The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 22.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 22.4 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” 22.5 The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. 22.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificat es of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 22.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self - insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Vendor’s sole responsibility. 22.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 22.9 The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 22.10 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the 11.G.1 Packet Pg. 197 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 11 Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insur ance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contra ct Documents. 22.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calen dar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 23. ADDITIONAL ITEMS AND/OR SERVICES Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 24. VENDOR PERFORMANCE EVALUATION The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 25. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 25.1 The selected Vendor may be required to sign a standard Collier County contract. 25.2 The resultant contract(s) may include purchase or work orders issued by the County’s project manager . 25.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. 25.4 The County’s project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 26. PUBLIC RECORDS COMPLIANCE 26.1Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) 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 26.2 The Contractor must specifically comply with the Florida Public Records Law to: 26.2.1 Keep and maintain public records required by the public agency to perform the service. 26.2.2 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. 26.2.3 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. 26.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the 11.G.1 Packet Pg. 198 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 12 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. 27. PAYMENT METHOD 27.1 Payments are made in accordance with the Local Government Prompt Payment Act , Chapter 218, Florida Statutes. Vendor’s invoices must include: 27.1.1 Purchase Order Number 27.1.2 Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 27.2 Payments will be made for articles and/or 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. 27.3 In instances where the successful contractor may owe debts (inc luding, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the ve ndor or contractor for services performed of for materials delivered in association with a contract. 27.4 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 28. ENVIRONMENTAL HEALTH AND SAFETY 28.1 All Vendors and Sub Vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub Vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 28.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. 28.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 28.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 29. LICENSES 29.1 The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Addit ionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. 29.2 All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier 11.G.1 Packet Pg. 199 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 13 County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. 29.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252 -2477. 30. SURVIVABILITY Purchase Orders: The Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 17-7196 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 31. RELATION OF COUNTY It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 32. TERMINATION Should the Vendor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediatel y 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 award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 33. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Vendor list. 34. SECURITY AND BACKGROUND CHECKS 34.1 The Contractor is required to comply with County Ordinance 2004 -52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to main tain records on each employee and make them available to the County for at least four (4) years. 34.2 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. 34.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e -mail (DL- FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the 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. 34.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 35. CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this ITB document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm fr om consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 11.G.1 Packet Pg. 200 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 14 36. 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 othe r item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance 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, ITB, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 37. DEDUCTION FOR NON-PERFORMANCE The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County ma y also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non -performance. 38. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 39. FLORIDA WOOD PRODUCTS The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 40. STANDARDS OF CONDUCT The Vendor shall employ people to work on County projects who are neat, clean, well -groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent , insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 41. PROTECTION OF PROPERTY The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County’s satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County’s project manager shall coordinate with the Vendor/Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 42. COLLIER COUNTY INFORMATION TECHNOLOGY REQUIREMENTS All vendor access will be done via VPN access only. All access must comply with current publ ished County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for acce ss to the County network. Vendors are required to notify the County in writing twenty -four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Procurement Services Division website: www.colliergov.net/purchasing. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non -responsive. 43. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right -of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation’s Design Standards (DS) on state roadways. These projects shall also comply with Collier County’s Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Procurement Services Division and are available on -line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic (“MOT”) policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided 11.G.1 Packet Pg. 201 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) ITB 17-7196 Janitorial Services 15 within ten (10) days of receipt of Notice of Award. 44. DEBRIS Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County’s representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 45. DIRECT MATERIAL PURCHASE 45.1The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as “County Furnished Materials” and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: 45.1.1 Required quantities of material 45.1.2 Specifications relating to goods and/or materials required for job in cluding brand and/or model number or type if applicable 45.1.3 Pricing and availability of goods and/or materials provided under Vendor’s agreements with material suppliers 46. GRANT COMPLIANCE The purchase of any goods and/or services that are funded through Feder al Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 47. EQUIPMENT Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writi ng by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor’s cost for time and material projects, and to wit hhold payments until documentation is provided. All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for oper ation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit ***** 11.G.1 Packet Pg. 202 Attachment: 17-7196 Solicitation (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) PM: Ann Simpson PS: Rhonda Burns ITB 17-7196 JANITORIAL SERVICES ATTACHMENT D - BID SCHEDULE Line #Type Building Location Address Square footage* Estimated Service Days per Week may change as required Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total** ZONE 1 1 Office Building B BCC 3303 E. Tamiami Trail 6,935 4 32.29 129.16$ 28.98 115.92$ 29.05 116.20$ 40.04 160.15$ 34.01 136.04$ 2 Office Building C1 Constitutional 3291 E. Tamiami Trail 14,338 4 51.20 204.80$ 59.90 239.60$ 60.07 240.28$ 67.73 270.91$ 70.31 281.24$ 3 Office Building C2 BCC 3295 E. Tamiami Trail 12,054 4 49.65 198.60$ 50.38 201.52$ 50.50 202.00$ 56.94 227.75$ 59.11 236.44$ 4 Office Building D BCC 3311 E. Tamiami Trail 5,396 4 25.38 101.52$ 22.55 90.20$ 22.60 90.40$ 31.15 124.61$ 26.46 105.84$ 5 Office Building D - MedCenter BCC 3311 E. Tamiami Trail 2,500 5 29.25 146.25$ 10.45 52.25$ 10.74 53.70$ 14.43 72.17$ 9.81 49.05$ 6 Office Building F BCC 3299 E. Tamiami Trail 80,000 4 336.95 1,347.80$ 334.40 1,337.60$ 335.20 1,340.80$ 346.00 1,384.00$ 392.31 1,569.24$ 7 Office Building G BCC 3327 E. Tamiami Trail 5,175 4 24.48 97.92$ 21.63 86.52$ 22.23 88.92$ 29.88 119.51$ 25.38 101.52$ 8 Office Building H BCC 3339 E. Tamiami Trail 51,902 4 200.05 800.20$ 216.95 867.80$ 217.46 869.84$ 224.74 898.94$ 254.52 1,018.08$ 9 Office Building H - 1st Fl BCC 3339 E. Tamiami Trail 25,996 5 130.84 654.20$ 108.65 543.25$ 108.92 544.60$ 122.80 613.98$ 101.98 509.90$ 10 Office Building J BCC 3323 E. Tamiami Trail 69,203 4 271.64 1,086.56$ 289.26 1,157.04$ 289.96 1,159.84$ 299.30 1,197.21$ 339.36 1,357.44$ 11 Office Building K BCC 3323 E. Tamiami Trail 1,035 4 15.73 62.92$ 4.32 17.28$ 5.50 22.00$ 5.98 23.90$ 5.08 20.32$ 12 Office Building L BCC 3315 E. Tamiami Trail 119,986 4 462.21 1,848.84$ 501.54 2,006.16$ 502.74 2,010.96$ 518.94 2,075.76$ 588.39 2,353.56$ 13 Office Building M/all bldgs BCC 3331 E. Tamiami Trail 8,868 5 46.05 230.25$ 37.06 185.30$ 37.15 185.75$ 51.20 255.99$ 34.79 173.95$ 14 Office Building W / Maintenance Shop BCC 3335 E. Tamiami Trail 8,453 4 33.25 133.00$ 35.33 141.32$ 35.41 141.64$ 48.80 195.21$ 41.45 165.80$ 15 Office W Clerk's addition BCC 3335 E. Tamiami Trail 1,929 4 15.37 61.48$ 8.06 32.24$ 8.29 33.16$ 11.14 44.55$ 9.46 37.84$ 16 Office Snackbar - outside BCC 3307 E. Tamiami Trail 713 4 7.12 28.48$ 2.98 11.92$ 3.10 12.40$ 4.12 16.47$ 3.50 14.00$ 17 Office CAT Transfer Station BCC 3355 E. Tamiami Trail 2,663 7 15.13 105.91$ 11.13 77.91$ 11.58 81.06$ 15.37 107.62$ 11.94 83.58$ 18 Office Bldg D - Med Center BCC 3311 E. Tamiami Trail 1,500 5 15.16 75.80$ 6.27 31.35$ 6.53 32.65$ 8.66 43.30$ 8.83 44.15$ 19 Office Courthouse Annex Gov Centers 3315 E. Tamiami Trail 120,000 4 608.53 2,434.12$ 501.60 2,006.40$ 502.80 2,011.20$ 519.00 2,076.00$ 588.46 2,353.84$ 20 Garage Parking Garage #1 BCC 3343 E. Tamiami Trail 6 stories 3 62.04 186.12$ 42.00 126.00$ 120.00 360.00$ 126.48 379.44$ 43.67 131.01$ 21 Garage Parking Garage #2 BCC 3355 E. Tamiami Trail 6 stories 3 62.04 186.12$ 42.00 126.00$ 120.00 360.00$ 126.48 379.44$ 43.67 131.01$ Total Cost of Services Zone 1 10,120.05$ 9,453.58$ 9,957.40$ 10,666.91$ 10,873.85$ ZONE 2 1 Public Svc North County Reclaim Facility Utilities 10500 Goodlette Rd 3,621 3 31.25 93.75$ 15.14 45.42$ 15.55 46.65$ 18.64 55.91$ 0.00 -$ 2 Public Svc N Naples Recycling Center Utilities 9950 Goodlette Rd 2112 3 26.49 79.47$ 8.82 26.46$ 9.07 27.21$ 10.87 32.61$ 0.00 -$ 3 Office Greentree Tax Collector/Drivers Constitutional 2348 Immokalee Rd.7,650 3 49.29 147.87$ 31.97 95.91$ 32.05 96.15$ 39.37 118.12$ 0.00 -$ 4 Public Svc Wastewater Operations Utilities 6027 Shirley Street 5,650 3 36.66 109.98$ 23.62 70.86$ 23.67 71.01$ 29.08 87.24$ 0.00 -$ 5 Office North Collier Government Center Gov Centers 2335 Orange Blossom Dr.16,000 3 98.56 295.68$ 66.88 200.64$ 67.04 201.12$ 67.37 202.12$ 0.00 -$ 6 Public Svc North Water Plant Utilities 8005 Vanderbilt Beach Rd 7,075 3 47.33 141.99$ 29.57 88.71$ 29.64 88.92$ 36.41 109.24$ 0.00 -$ 7 Public Svc CCSO North Naples Substation Sheriff 776 Vanderbilt Beach Rd.3,125 3 31.00 93.00$ 13.06 39.18$ 13.42 40.26$ 16.08 48.25$ 0.00 -$ 8 Public Svc Pelican Bay Reclaim Facility Utilities 6200 Watergate Way 2,300 3 20.43 61.29$ 9.60 28.80$ 13.13 39.39$ 11.84 35.51$ 0.00 -$ 9 Library Vanderbilt Library Library 788 Vanderbilt Beach Rd.6,603 5 32.47 162.35$ 27.60 138.00$ 27.66 138.30$ 33.98 169.92$ 0.00 -$ 10 Library Headquarters Library Library 2385 Orange Blossom Drive 37,277 7 167.67 1,173.69$ 155.82 1,090.74$ 156.19 1,093.33$ 156.97 1,098.79$ 0.00 -$ 11 Park Veteran's Community Park Group Parks 1895 Veterans Park Dr.7,182 6 39.01 234.06$ 30.02 180.12$ 30.09 180.54$ 36.96 221.78$ 0.00 -$ 12 Park North Collier Park Group Parks 15000 Livingston Rd.48,000 7 237.31 1,661.17$ 200.64 1,404.48$ 201.12 1,407.84$ 202.12 1,414.87$ 0.00 -$ 13 Park Naples Park Field Restrooms Parks 685 111th Ave 80 7 21.37 149.59$ 5.00 35.00$ 6.43 45.01$ 11.58 81.06$ 0.00 -$ 14 Park Vanderbilt Beach Restrooms Parks 100 Vanderbilt Beach Rd.250 7 21.55 150.85$ 5.00 35.00$ 3.75 26.25$ 11.58 81.06$ 0.00 -$ 15 Public Svc New Vanderbilt Beach Restrooms Parks Vanderbilt Beach Road 750 7 22.14 154.98$ 5.00 35.00$ 5.14 35.98$ 11.58 81.06$ 0.00 -$ 16 Park Pelican Bay Park Restrooms Parks 764 Vanderbilt Beach Rd.372 7 21.69 151.83$ 5.00 35.00$ 3.97 27.79$ 11.58 81.06$ 0.00 -$ 17 Park Cocohatchee Park Parks 13531 Vanderbilt Dr 700 7 22.10 154.70$ 5.00 35.00$ 5.14 35.98$ 3.60 25.22$ 0.00 -$ 18 Public Svc Bluebill Restroom Parks 1131 Gulfshore Blvd 1185 6 22.87 137.22$ 4.95 29.70$ 5.14 30.84$ 11.58 69.48$ 0.00 -$ 19 Park Barefoot Beach Restrooms Parks 505 Barefoot Beach Blvd.400 7 21.73 152.11$ 5.00 35.00$ 3.85 26.95$ 11.58 81.06$ 0.00 -$ 20 Park Vineyards Community Park Group Parks 6231 Arbor Blvd. W 9,242 6 56.43 338.58$ 38.63 231.78$ 38.72 232.32$ 47.57 285.39$ 0.00 -$ 21 Garage Parking Garage Vanderbilt Beach Parks Vanderbilt Beach Rd.3 stories, 2 restrooms 3 60.35 181.05$ 26.00 78.00$ 60.00 180.00$ 157.25 471.75$ 0.00 -$ Total Cost of Services for Zone 2 5,825.21$ 3,958.80$ 4,071.84$ 4,851.49$ -$ ZONE 3 1 Public Svc South County Reclaim Facility Utilities 5600 Warren St 6,508 3 41.98 125.94$ 27.20 81.60$ 27.26 81.78$ 38.92 116.75$ 0.00 -$ 2 Public Svc CCSO EN Substation Sheriff 11121 E. Tamiami Trail 2,451 3 28.06 84.18$ 10.24 30.72$ 10.26 30.78$ 14.66 43.97$ 0.00 -$ 3 Office Emergency Services Center Gov Centers 8075 Lely Cultural Pkwy 87,803 3 428.23 1,284.69$ 367.01 1,101.03$ 367.89 1,103.67$ 393.80 1,181.39$ 0.00 -$ 4 Library South Regional Library Library 2335 Lely Cultural Pkwy 33,000 6 142.46 854.76$ 137.94 827.64$ 138.27 829.62$ 161.46 968.76$ 0.00 -$ 5 Library East Naples Library Library 8787 E Tamiami Trail 6,775 5 35.70 178.50$ 28.31 141.55$ 28.38 141.90$ 40.51 202.57$ 0.00 -$ 6 Public Svc Road & Bridge GMD 4800 Davis Blvd 7,062 3 41.12 123.36$ 29.51 88.53$ 29.58 88.74$ 42.23 126.69$ 0.00 -$ 7 Office BCC Fleet BCC 2901 County Barn Rd.17,156 3 105.97 317.91$ 71.71 215.13$ 71.88 215.64$ 83.94 251.82$ 0.00 -$ 8 Public Svc CCSO Fleet Sheriff 2885 County Barn Rd.5,563 3 34.45 103.35$ 23.25 69.75$ 23.30 69.90$ 33.27 99.80$ 0.00 -$ 9 Office Eagle Creek Government Office Gov Centers 12668 E. Tamiami Trail 2,947 3 26.33 78.99$ 12.31 36.93$ 12.34 37.02$ 17.62 52.87$ 0.00 -$ 10 Public Svc Naples Depot Museum Museum 1051 5th Ave S.8,700 3 60.33 180.99$ 36.36 109.08$ 36.45 109.35$ 52.03 156.08$ 0.00 -$ 11 Library Naples Regional Library Library 650 Central Avenue 33,597 6 142.27 853.62$ 140.43 842.58$ 140.77 844.62$ 164.38 986.29$ 0.00 -$ 12 Park EN Community Park Group Parks 3500 Thomasson Dr.10,761 6 68.93 413.58$ 44.98 269.88$ 45.08 270.48$ 52.65 315.90$ 0.00 -$ 13 Park Eagle Lakes Park Field House & Restrooms Parks 11565 E. Tamiami Trail 800 7 21.87 153.09$ 5.00 35.00$ 5.50 38.50$ 4.78 33.49$ 0.00 -$ 14 Park Eagle Lakes Community Center/Fitness/VPK Parks 11565 E. Tamiami Trail 8,984 6 37.57 225.42$ 37.55 225.30$ 37.64 225.84$ 53.72 322.35$ 0.00 -$ 15 Park Sugden Sailing Center Parks 4284 Avalon 1,200 7 15.09 105.63$ 5.01 35.07$ 5.50 38.50$ 7.18 50.23$ 0.00 -$ 16 Park Sugden Water Ski Center Parks 4284 Avalon 900 7 14.91 104.37$ 3.76 26.32$ 5.50 38.50$ 5.38 37.67$ 0.00 -$ 17 Park Sugden Park Group Parks 4284 Avalon 7,826 7 36.28 253.96$ 32.71 228.97$ 32.79 229.53$ 46.80 327.60$ 0.00 -$ 18 Park Bayview Park Marina Parks 1500 Danford 300 7 21.82 152.74$ 5.00 35.00$ 5.50 38.50$ 1.79 12.56$ 0.00 -$ 19 Park Freedom Park Education Bldg. & Restrooms Parks Goodlette Frank & GG Pkwy 2,860 7 23.99 167.93$ 11.95 83.65$ 11.98 83.86$ 17.10 119.72$ 0.00 -$ 20 Public Svc Gordon River Park Restrooms Parks 1515 Golden Gate Pkwy 500 7 14.86 104.02$ 5.00 35.00$ 5.50 38.50$ 13.46 94.19$ 0.00 -$ 21 Public Svc Gordon River Park Restrooms Parks 1590 Goodlette-Frank Rd 500 7 14.86 104.02$ 5.00 35.00$ 5.50 38.50$ 13.46 94.19$ 0.00 -$ General Building Maintenance Atlanta, GA United States Service Industries, Inc. (USSI) Ft. Myers Chi-Ada Corporation Oakland Park, FL3H Service System, Inc.Marsden South, LLC Miramar, FL 1 of 3 11.G.2 Packet Pg. 203 Attachment: 17-7196 BID TAB (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) PM: Ann Simpson PS: Rhonda Burns ITB 17-7196 JANITORIAL SERVICES ATTACHMENT D - BID SCHEDULE Line #Type Building Location Address Square footage* Estimated Service Days per Week may change as required Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total** General Building Maintenance Atlanta, GA United States Service Industries, Inc. (USSI) Ft. Myers Chi-Ada Corporation Oakland Park, FL3H Service System, Inc.Marsden South, LLC Miramar, FL 22 Park Gulf Coast Little League Parks 5611 Warren St 123 3 21.08 63.24$ 0.51 1.53$ 3.48 10.44$ 0.74 2.21$ 0.00 -$ Total Cost of Services for Zone 3 6,034.29$ 4,555.26$ 4,604.17$ 5,597.08$ -$ ZONE 4 1 Public Svc GMD/Planning & Development GMD 2800 N. Horseshoe Drive 60,034 3 263.28 789.84$ 250.94 752.82$ 251.54 754.62$ 270.35 811.06$ 392.53 1,177.59$ 2 Public Svc GMD/Construction & Maintenance GMD 2885 S. Horseshoe Drive 31,985 3 145.99 437.97$ 133.69 401.07$ 134.02 402.06$ 157.13 471.40$ 209.13 627.39$ 3 Office Tourism BCC 2660 Horseshoe Drive 4,448 3 26.55 79.65$ 18.59 55.77$ 18.63 55.89$ 26.71 80.12$ 29.08 87.24$ 4 Public Svc CCSO CID Sheriff 2373 E. Horseshoe Drive 34,410 3 156.61 469.83$ 143.83 431.49$ 144.17 432.51$ 169.05 507.14$ 224.99 674.97$ 5 Public Svc CCSO Special Ops Sheriff 250 Patriot Way 31,664 3 139.46 418.38$ 132.35 397.05$ 132.67 398.01$ 155.56 466.67$ 207.03 621.09$ 6 Public Svc Public Utilities (West bldg.)Utilities 4375 Mercantile 7,790 3 37.19 111.57$ 32.56 97.68$ 32.64 97.92$ 46.77 140.32$ 50.93 152.79$ 7 Public Svc Public Utilities (East Bldg) Utilities 4420 Mercantile 23,500 3 110.59 331.77$ 98.23 294.69$ 98.46 295.38$ 115.45 346.35$ 153.65 460.95$ 8 Library Golden Gate Library Library 2432 Lucerne Road 17,000 6 66.30 397.80$ 71.06 426.36$ 71.23 427.38$ 83.52 501.10$ 55.58 333.48$ 9 Public Svc Motor Vehicle Building Misc 725 N. Airport Rd.6,208 3 28.54 85.62$ 25.94 77.82$ 26.01 78.03$ 37.28 111.83$ 40.59 121.77$ 10 Public Svc EMS Medflight EMS 2375 Tower Drive 704 2 21.78 43.56$ 2.94 5.88$ 5.50 11.00$ 4.23 8.45$ 6.90 13.80$ 11 Public Svc GMD/IT-Coastal GMD 2665 S Horseshoe Drive 7,123 3 36.09 108.27$ 29.77 89.31$ 29.84 89.52$ 42.77 128.31$ 46.57 139.71$ 12 Public Svc CCSO Golden Gate Substation Sheriff 4715 Golden Gate Pkwy 4,600 3 27.61 82.83$ 19.23 57.69$ 19.27 57.81$ 27.62 82.86$ 30.08 90.24$ 13 Office Golden Gate Government Center Gov Centers 4707 Golden Gate Pkwy 6,092 3 28.43 85.29$ 25.46 76.38$ 25.52 76.56$ 36.58 109.74$ 39.83 119.49$ 14 Office WIC Office 4945 GG Pkwy, Suite 102 2,100 5 16.01 80.05$ 8.78 43.90$ 5.50 27.50$ 12.61 63.05$ 8.24 41.20$ 15 Public Svc Golden Gate Senior Center Library 4948 Coronado Pkwy 4,600 3 26.11 78.33$ 19.23 57.69$ 19.27 57.81$ 27.62 82.86$ 30.08 90.24$ 16 Public Svc Naples Scale House Utilities 3730 White Lake Blvd 2,580 3 23.81 71.43$ 10.78 32.34$ 10.81 32.43$ 15.49 46.47$ 16.87 50.61$ 17 Public Svc Household & Hazardous Waste Building Utilities 3730 White Lake Blvd 1,000 3 15.34 46.02$ 4.18 12.54$ 5.50 16.50$ 6.00 18.01$ 6.54 19.62$ 18 Public Svc CAT/Admin & Fleet Misc 8300 Radio Rd.13,000 3 69.45 208.35$ 54.34 163.02$ 54.47 163.41$ 63.87 191.60$ 85.00 255.00$ 19 Office Domestic Animal Services BCC 7610 Davis Blvd.8,526 3 37.21 111.63$ 35.63 106.89$ 35.72 107.16$ 51.19 153.58$ 55.75 167.25$ 20 Office Natural Resources Building Constitutional 3300 Santa Barbara Blvd.6,240 3 28.64 85.92$ 26.08 78.24$ 26.14 78.42$ 37.47 112.40$ 40.80 122.40$ 21 Public Svc South Water Plant Utilities 3851 Utility Drive 20,909 3 88.23 264.69$ 87.40 262.20$ 87.60 262.80$ 102.72 308.16$ 136.71 410.13$ 22 Office South Water Plant Addition Office 3851 Utility Drive 902 3 8.09 24.27$ 3.78 11.34$ 5.50 16.50$ 5.42 16.25$ 5.90 17.70$ 23 Public Svc Naples Recycling Center Utilities 2640 Enterprise Extension 300 3 21.19 63.57$ 1.25 3.75$ 5.50 16.50$ 1.80 5.40$ 1.96 5.88$ 24 Office Supervisor of Elections Constitutional 3750 Enterprise Ave 15,986 3 79.95 239.85$ 66.82 200.46$ 66.98 200.94$ 78.53 235.60$ 104.52 313.56$ 25 Park Golden Gate Community Center/Wheels Parks 4701 Golden Gate Pkwy 30,826 6 166.04 996.24$ 128.85 773.10$ 129.16 774.96$ 151.44 908.64$ 100.78 604.68$ 26 Park Golden Gate Park Restrooms Parks 3300 Santa Barbara Blvd.707 7 22.06 154.42$ 2.96 20.72$ 5.50 38.50$ 13.51 94.57$ 1.98 13.86$ 27 Public Svc Golden Gate Fitness Center Parks 3300 Santa Barbara Blvd.3,643 7 30.47 213.29$ 15.23 106.61$ 15.26 106.82$ 21.87 153.12$ 10.21 71.47$ 28 Public Svc Golden Gate Locker Rooms Parks 3300 Santa Barbara Blvd.2,084 7 15.45 108.15$ 8.72 61.04$ 8.73 61.11$ 12.51 87.59$ 5.84 40.88$ 29 Park Max Hasse Community Park Group Parks 3390 Golden Gate Blvd.9,465 6 43.77 262.62$ 39.56 237.36$ 39.65 237.90$ 56.83 340.99$ 30.94 185.64$ 30 Library Golden Gate Estates Library Library 1266 Golden Gate Blvd.11,340 5 49.98 249.90$ 47.40 237.00$ 47.51 237.55$ 55.71 278.55$ 44.49 222.45$ 31 Office Golden Gate Estates Tax Office Constitutional 50 Wilson Blvd. Suites 7 & 8 2,574 3 17.22 51.66$ 10.76 32.28$ 10.78 32.34$ 15.46 46.37$ 16.83 50.49$ 32 Office Property Appraiser Constitutional 3950 Radio Rd 27,000 3 109.21 327.63$ 112.86 338.58$ 113.13 339.39$ 132.64 397.93$ 176.54 529.62$ 33 Garage GMD Parking Garage BCC 2800 Horseshoe Drive 3 stories 3 44.87 134.61$ 24 72.00$ 60 180.00$ 64.92 194.76$ $43.67 131.01$ Total Cost of Services for Zone 4 7,215.01$ 6,015.07$ 6,165.23$ 7,501.27$ 7,964.20$ ZONE 5 1 Office IM Code Enforcement Gov Centers 310 Alachua Street 1,994 3 30.83 92.49$ 8.34 25.02$ 8.35 25.05$ 12.26 36.78$ 0.00 -$ 2 Public Svc Immokalee Airport Airport 165 Airpark Blvd 4,217 3 33.56 100.68$ 17.62 52.86$ 17.66 52.98$ 25.93 77.79$ 0.00 -$ 3 Public Svc IM Vice/Narcotics Sheriff Airpark Blvd. in Immokalee 2,172 3 24.25 72.75$ 9.07 27.21$ 9.10 27.30$ 13.36 40.07$ 0.00 -$ 4 Office Immokalee Government Center Gov Centers 106 S. 1st St 10,241 3 80.52 241.56$ 42.80 128.40$ 42.90 128.70$ 51.52 154.56$ 0.00 -$ 5 Public Svc CCSO Immokalee Substation Sheriff 101 S. 1st Street 7,803 3 73.54 220.62$ 32.61 97.83$ 32.69 98.07$ 47.98 143.94$ 0.00 -$ 6 Public Svc Immokalee Road & Bridge GMD 415 Sgt Joe Jones Rd 1,747 3 23.72 71.16$ 7.30 21.90$ 7.31 21.93$ 10.74 32.23$ 0.00 -$ 7 Public Svc IM Facilities/Fleet Bldg Office 425 Sgt Joe Jones Rd 2,000 3 23.96 71.88$ 8.36 25.08$ 8.38 25.14$ 12.30 36.89$ 0.00 -$ 8 Public Svc Immokalee DAS Public Svcs 405 Sgt Joe Jones Rd 165 3 15.92 47.76$ 1.00 3.00$ 5.14 15.42$ 1.01 3.04$ 0.00 -$ 9 Library Immokalee Library Library 417 N. 1st Street 7,630 5 50.21 251.05$ 31.89 159.45$ 31.96 159.80$ 46.92 234.58$ 0.00 -$ 10 Office Immokalee Health Building Gov Centers 419 1st Street 13,437 5 97.11 485.55$ 56.16 280.80$ 56.30 281.50$ 67.60 338.00$ 0.00 -$ 11 Park Immokalee Sports Complex Group Parks 505 Escambia 23,403 6 143.64 861.84$ 97.82 586.92$ 98.05 588.30$ 117.74 706.43$ 0.00 -$ 12 Park Pepper Ranch Restrooms Parks 6315 Pepper Road, IM 1,989 3 32.86 98.58$ 8.31 24.93$ 8.33 24.99$ 12.23 36.69$ 0.00 -$ 13 Park Pepper Ranch Lodge Parks 6315 Pepper Road, IM 836 3 25.82 77.46$ 3.49 10.47$ 5.50 16.50$ 5.14 15.42$ 0.00 -$ 14 Public Svc South IM Park Daycare Parks 418 School Drive 2,048 5 28.22 141.10$ 8.56 42.80$ 8.58 42.90$ 12.59 62.96$ 0.00 -$ 15 Public Svc IM Airport Park Restrooms Parks 33 Airways Drive 200 5 24.31 121.55$ 1.00 5.00$ 5.14 25.70$ 13.84 69.18$ 0.00 -$ 16 Park Tony Rosbough Park Parks 439 Little League Rd.375 6 23.72 142.32$ 1.57 9.42$ 5.14 30.84$ 2.31 13.84$ 0.00 -$ 17 Park Roberts Ranch Parks 1215 Roberts Ave W.1,645 3 29.02 87.06$ 6.87 20.61$ 6.89 20.67$ 10.11 30.34$ 0.00 -$ 18 Park Immokalee Community Park Group Parks 321 N. 1st St 7,371 6 48.90 293.40$ 30.81 184.86$ 30.88 185.28$ 45.32 271.94$ 0.00 -$ 19 Public Svc Extension Office Misc 14700 Immokalee Rd.11,931 3 110.14 330.42$ 49.87 149.61$ 49.99 149.97$ 60.02 180.07$ 0.00 -$ 20 Public Svc CCSO Corkscrew Substation Sheriff 1065 Immokalee Rd. 7,171 3 63.20 189.60$ 29.97 89.91$ 30.04 90.12$ 44.09 132.28$ 0.00 -$ 21 Public Svc CCSO Rifle Range Sheriff 4441 70th Ave NE 2,400 3 35.27 105.81$ 10.03 30.09$ 10.05 30.15$ 14.76 44.27$ -$ Total Cost of Services for Zone 5 4,104.64$ 1,976.17$ 2,041.31$ 2,661.31$ -$ ZONE 6 1 Office Marco Island Tax Collector Constitutional 1001 Winterberry Drive 2,547 3 49.43 148.29$ 10.64 31.92$ 10.67 32.01$ 10.86 32.58$ 0.00 -$ 2 Library Marco Island Library Library 210 S. Heathwood Dr.15,760 6 142.64 855.84$ 65.87 395.22$ 66.03 396.18$ 54.99 329.94$ 0.00 -$ 3 Public Svc Marco Island Museum (Admin/Exhibit Hall)Museum 1264 Mistletoe Court 10,320 3 151.41 454.23$ 43.14 129.42$ 43.24 129.72$ 36.01 108.03$ 0.00 -$ 4 Public Svc CCSO Marco Island Substation Sheriff 990 N. Barfield Drive 3,171 3 50.04 150.12$ 13.25 39.75$ 13.28 39.84$ 13.52 40.56$ 0.00 -$ 5 Public Svc Marco Island Airport Airport 2003 Mainsail Drive 4,816 3 72.86 218.58$ 20.13 60.39$ 20.17 60.51$ 20.54 61.62$ 0.00 -$ 6 Park Tigertail Beach Restrooms Parks 490 Hernando Dr 600 7 26.97 188.79$ 2.50 17.50$ 5.14 35.98$ 9.60 67.20$ 0.00 -$ 7 Park S. Marco Beach Restrooms Parks 930 S. Collier Blvd.51 7 16.71 116.97$ 10.00 70.00$ 5.14 35.98$ 9.60 67.20$ 0.00 -$ 2 of 3 11.G.2 Packet Pg. 204 Attachment: 17-7196 BID TAB (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) PM: Ann Simpson PS: Rhonda Burns ITB 17-7196 JANITORIAL SERVICES ATTACHMENT D - BID SCHEDULE Line #Type Building Location Address Square footage* Estimated Service Days per Week may change as required Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total**Cost per Service Day Total** General Building Maintenance Atlanta, GA United States Service Industries, Inc. (USSI) Ft. Myers Chi-Ada Corporation Oakland Park, FL3H Service System, Inc.Marsden South, LLC Miramar, FL 8 Public Svc MI Recycling Center Utilities 990 Elkam Circle 780 3 31.42 94.26$ 3.26 9.78$ 5.14 15.42$ 3.33 9.99$ 0.00 -$ 9 Public Svc Everglades Museum Museum 105 W. Broadway 2,767 3 59.60 178.80$ 11.70 35.10$ 11.59 34.77$ 11.80 35.40$ 0.00 -$ 10 Public Svc Everglades Airport Airport 650 Airpark Rd.1,011 3 26.62 79.86$ 4.22 12.66$ 5.14 15.42$ 4.31 12.93$ 0.00 -$ 11 Park Isle of Capris Paddle Park Restrooms Parks 3620 Collier Blvd.200 7 25.07 175.49$ 10.00 70.00$ 5.14 35.98$ 9.60 67.20$ 0.00 -$ 12 Public Svc CCSO Everglades Substation Sheriff 13245 Tamiami Trail E 2,500 3 50.42 151.26$ 10.45 31.35$ 10.47 31.41$ 10.66 31.98$ 0.00 -$ Total Cost of Services for Zone 6 2,812.49$ 903.09$ 863.22$ 864.63$ -$ *Square footage provided for information only, prospective vendors should conduct site visits to evaluate conditions, size, etc. **To determine bid award only, service to be ordered and billed on a day rate for the month ZONE 1 Local Vendor Preference Right to Match (orig bid $10,120.05)9,452.58$ 9,453.58$ 9,957.40$ 10,666.91$ 10,873.85$ ZONE 2 5,825.21$ 3,958.80$ 4,071.84$ 4,851.49$ -$ ZONE 3 6,034.29$ 4,555.26$ 4,604.17$ 5,597.08$ -$ ZONE 4 7,215.01$ 6,015.07$ 6,165.23$ 7,501.27$ 7,964.20$ ZONE 5 4,104.64$ 1,976.17$ 2,041.31$ 2,661.31$ -$ ZONE 6 2,812.49$ 903.09$ 863.22$ 864.63$ -$ Provide hourly rates for janitorial services not identified as a day rate. Normal Business Hours Urgent Services*** Normal Business Hours Urgent Services*** Normal Business Hours Urgent Services*** Normal Business Hours Urgent Services*** Normal Business Hours Urgent Services*** Line #Description Unit of Measure Price Urgent Price Price Urgent Price Price Urgent Price Price Urgent Price Price Urgent Price 1 Hourly Janitorial per hour 25.00$ 35.00$ 15.00$ 20.00$ 15.25$ 16.50$ 15.00$ 20.00$ 15.69$ 19.79$ 2 Material Markup Percentage not to Exceed 10%10%10%10%10%10%10%10%10%10% 3 Sub- Contractor Markup Percentage not to Exceed 15%15%15%15%15%15%15%15%15%15% Required Bid Documents: Provided In Bid Package Yes/No Provided In Bid Package Yes/No Provided In Bid Package Yes/No Provided In Bid Package Yes/No Provided In Bid Package Yes/No -Local Vendor Preference Yes No No No No -Insurance Yes No Yes Yes Yes -Certificate of Authority of Conduct Business in Florida Yes Yes Yes Yes Yes -Conflict of Interest Yes Yes Yes Yes Yes -Vendor Declaration Yes Yes Yes Yes Yes -Immigration Affidavit & MOU or Profile Page Yes/Yes Yes/Yes Yes/Yes Yes/No Yes/No -Licenses Yes Yes No No Yes -References Yes Yes Yes Yes Yes -Bid Bond Yes Yes Yes Yes Yes Brenda Brilhart Procurement Strategist 9/28/2017 Viviana Giarimoustas, Witness Was offered Zone 6, but did not respond Did not meet the minimum requirements 3-H Service Systems, Inc. LVP United States Service Industries, Inc. (USSI) Ft. Myers Chi-Ada Corporation Oakland Park, FL Marsden South, LLC Miramar, FL General Building Maintenance Atlanta, GA 3 of 3 11.G.2 Packet Pg. 205 Attachment: 17-7196 BID TAB (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.3 Packet Pg. 206 Attachment: 17-7196 NORA (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 207Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 208Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 209Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 210Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 211Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 212Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 213Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 214Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 215Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) lN 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 ATTEST: Dwight E. Brock, Clerk of Courts By:By Dated (sEAL) Contractor Witnesses: First By: s6\{ r^r I'log* ¿l¡l lTypelprint witness mel nd Witness ìan m-lJet¿ttcJ¿ lÏype/print witness namel Page l0 of l3 Unltod St¡ts¡ Sorylco Indurtrlor, lnc,@' [cr'J BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Penny Taylor, Chairman Contractor United States Service lndustries, lnc. signature and title Approved as to Form and Legality: Assistant County Attorney 11.G.4 Packet Pg. 216 Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 217Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 218Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 219Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 220Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 221Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 222Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 223Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 224Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 225Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 226Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 227Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 228Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 229Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 230Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 231Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 232Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 233Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 234Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 235Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 236Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 237Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 238Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 239Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.4Packet Pg. 240Attachment: 17-7196- USSI Janitorial Services_Contract_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 241Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 242Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 243Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 244Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 245Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 246Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 247Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 248Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 249Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5 Packet Pg. 250 Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 251Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 252Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 253Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 254Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 255Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 256Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 257Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 258Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 259Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 260Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 261Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 262Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 263Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 264Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 265Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 266Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 267Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 268Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 269Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 270Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 271Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 272Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 273Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 274Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 275Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 276Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 277Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 278Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 279Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 280Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 281Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”) 11.G.5Packet Pg. 282Attachment: 17-7196 3-H Service_Agreement_VendSign (3899 : Recommendation to award Bid #17-7196, “Janitorial Services”)