Loading...
Backup Documents 10/24/2017 Item #11G (3-H Service Systems, Inc.) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP ' TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management co-(z 17 2. County Attorney Office County Attorney Office 15)24 )/ /7 4. BCC Office Board of County Commissioners 4. Minutes and Records Clerk of Court's Office PCA ', IccI(q 3'2(pm 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Barbara Lance for Brenda Brilhart Contact Information 239-252-8998 Contact/ Department Agenda Date Item was October 24,2017 / Agenda Item Number 11.G Approved by the BCC ✓ Type of Document Contract Number of Original A nn Attached Documents Attached QL S-Vk number or account N/A 17-7196 Janitorial Zone 1-Mtred-States number if document is Services Sem' , to be recorded Zone 2-6-3-H rvice Systems, I . INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be BL signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the BL document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! , 8. The document was approved by the BCC on 10/24/2017 and all changes made during the meeting have been incorporated in the attached document. The County + Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the 410 BCC,all changes directed by the BCC have been made,and the document is ready for the 44,+ Chairman's signature. -.• 11G MEMORANDUM Date: November 7,2017 To: Barbara Lance for Brenda Brilhart, Procurement Services From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #17-7196 "Janitorial Services" Contractor: Zone 2-6 - 3-H Service Systems, Inc. Attached for your records is one (1) original of the referenced contract above, (Item #11G) adopted by the Board of County Commissioners on Tuesday, October 24, 2017. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-7240. Thank you. Attachment 11G AGREEMENT 17-7196 for JANITORIAL SERVICES THIS AGREEMENT, made and entered into on this 21/44'1day of OQObQr 2017, by and between 3H Service System, Inc., authorized to do business in the State of Florida, whose business address is P.O. Box 2613, Acworth, GA, 30102, (the"Contractor")and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3) year period, commencing on December 1, 2017, and terminating on three (3) year) from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon the issuance of a Purchase Order. 3. STATEMENT OF WORK. The Board of County Commissioners deemed two (2) firms to be qualified and awarded an Agreement to each firm. Each awardee will enter into an Agreement to provide Janitorial Services in a specific Zone, in accordance with the terms and conditions of Invitation to Bid #17-7196, including Attachments and Addenda, and the Contractor's proposal referred to herein and made an integral part of this Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Page 1 of 18 #17-7196 Janitorial Services 3H Service System,Inc. 11G 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of services provided pursuant to Exhibit A—Scope of Services, in the awarded Zone, Exhibit B — Assigned Zone, and based on the fees in Exhibit C - Fee Schedule, attached to this Agreement and the price methodology as defined in Section 4.1. 4.1 Price Methodology. Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. 4.2 Payment will be made upon receipt of a proper invoice and upon approval by the County Facility Manager or Designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." 4.3 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.4 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.5 Additional Locations. If authorized in writing by the County through an Amendment to this Agreement the Contractor may add additional locations for services. The agreed upon scope and compensation shall be set forth in the Amendment authorizing those additional location(s) for services. Except in an emergency endangering life or property, any additional location(s) for services must be approved in writing via an Amendment to this Agreement prior to starting such services. The County will not be responsible for the costs of additional location(s) for services commenced without such express prior written approval. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Page 2 of 18 #17-7196 Janitorial Services 3H Service System, Inc. 11G 3H Service System, Inc. P.O. Box 2613 Acworth, Georgia 30102 Attention: John Heo, CEO Telephone: (770) 975-9343 Email: cse-3h.com All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Board of County Commissioners for Collier County, Florida c/o Facilities Management Division Telephone: (239) 252-8380 Attention: Miguel Carballo, CFM, CPM, MBA Manager, Facilities & Security Email: miquelcar allo{acollierov. et The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, Page 3 of 18 #17-7196 Janitorial Services 3H Service System, Inc. I I G conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11 . NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of$1,000,000 $1 ,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$100,000 for each accident. D. Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $1,000,000 each claim and in the aggregate. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Page 4 of 18 #17-7196 Janitorial Services 3H Service System, Inc. 11G Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division. 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with Page 5 of 18 #17-7196 Janitorial Services 3H Service System, Inc. 1G the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Invitation to Bid #17-7196, including Attachments and Addenda, Exhibit A — Scope of Services, in the awarded Zone, Exhibit B —Assigned Zone, and based on the fees in Exhibit C - Fee Schedule. 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 Page 6 of 18 #17-7196 Janitorial Services 3H Service System,Inc. hG The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff Page 7 of 18 #17-7196 Janitorial Services 3H Service System,Inc. 1 i c person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor's shall assign as many people as necessary to complete the required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB#17-7196, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well- groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County agreements is not in the best interest of the County. 29. SUBSTITUE PERFORMANCE. In the event the Contractor fails to perform any required service within the time schedule under the Agreement, the County reserves the right to obtain substitute performance. Further, the County reserves the right to deduct the cost of such substitute performance from the Contractor's payments. The Contractor may be exempt from this provision if such exemption is granted by the Facilities Contract Manager Page 8 of 18 #17-7196 Janitorial Services 3H Service System, Inc. 11G or Designee, in writing, prior to any delays or as a result of an Act of Nature/Nature Disaster. 30. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPScolliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. * * * * * Page 9 of 18 #17-7196 Janitorial Services 3H Service System,Inc. 11G IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIE w40 TV, FLORIDA Dwight E. Brock, Clerk of Courts 7 . ', Penny Ta ', Chairmwjr Dated: k\.,-,i c o-t ,; (SEittitest as to a .®a suture . Contractor itnessesonly: Contractor 3H Services System, Inc, crl- - _cc--;;,- 1140,1,40„.7/4„,, _ -;.-- Riii., By: First Witness Signature 7 `ti Grace Sims John Heo trypeiprint witness namet TTypelprint signature and title" .c; ..,..,,,..ko.._e_____ Second Witness App o d a- E F rm a, i .e all Sam Choe t tTypelprint witness name ` '� Assistatt Cciunty A orney Page 10 of 18 #17-7196 Ja sitonat Services 3H Service System,inc. "r 11G Exhibit A— Scope of Services (following this page) Page 11 of 18 #17-7196 Janitorial Services 3H Service System,Inc. 3 I 1 EXHIBIT A - SCOPE OF SERVICES Cloy County Administrative Services Department Procurement Services D vsion COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR JANITORIAL SERVICES SOLICITATION NO.: 17-7196 ATTACHMENT A - SCOPE OF SERVICES 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 solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal,cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. ITB 17-7196 Janitorial Services 1 's Attachment A-Scope of Work/Services and Technical Specifications Detailed Scope of Work It shall be understood and agreed that all services,materials and equipment provided under this solicitation and the resulting contract shall comply fully with all Local,State and Federal laws and regulations. The following sections are a general description of the tasks required at each requested site. Work in all locations shall be scheduled such that it will not disrupt the functions and normal day-to-day procedures of the County facilities. The County reserves the right to approve and make changes at any time to the schedule set up by the Contractor. Buildings will be split up into 6 "Zones" and each contractor will have the opportunity to provide a bid for each zone. Each contractor has the opportunity to be awarded multiple zones. Zones are defined in ATTACHMENT C. Prices will be based on per building, per service day, however the square footage is provided for informational purposes. Buildings and spaces that need to be added at a later date will be based on buildings of a similar size and service day cost as shown on the Bid Schedule and added to the perspective zone. It is up to the County's discretion to add or delete service days as needed. Hourly rates for cleaning will be provided for special events 1.0 Offices,Libraries and Public Service locations 1.1 Offices Estimated usage: (Zone 1=4 service days per calendar week which are Monday,Tuesday,Thursday and Friday)(Zones 2-6=various service days per calendar week determined by Facilities Management.) Daily General Tasks: Frequency,completed every service DAY • Empty all personal wastebaskets,which shall be disposed of to the sites' central dumpsters Damp wipe,if necessary and replace liners.Black liners for garbage,clear liners for recycle. • Clean and vacuum all carpeted areas. • Remove any gum,tar or other foreign matter from floors and within 25' of entrance exterior. • Sweep and damp mop all hard surface floors. • Empty all kitchen area trash and recyclable,which shall be disposed of to the sites' central trash and recycling dumpsters. Damp wipe, if necessary and replace liners. Black or white liners must be used for trash and clear plastic for recycling. • Clean walls,light switches,doors,windowsills,display cases,elevators&panels,counters shelves and laminated plastic surfaces. • Clean and sanitize drinking fountains. • Spot clean all interior glass surfaces, including side panels,display case glass,glass walls,doors, interior windows not part of the building envelope,and security/privacy glass. • Empty all cigarette receptacles. • Police stairs and landings for debris and spills. • Clean all door handles,inside and out. • Report any maintenance issues to the Facilities Operation Center Restroom Tasks: Frequency,completed every service DAY • Clean sinks with detergent/disinfectant. • Clean counters with detergent/disinfectant. • Supply and resupply paper towels,soap,toilet tissue,toilet seat covers,feminine hygiene products,etc. ITB 17-7196 Janitorial Services 1 11G • Clean all stall walls,doors,exposed tile,shower walls and walls around urinals and toilets with detergent/disinfectant. • Change out urinal screens on bi-weekly basis. • Clean toilets under basins,around toilets and urinals using detergent/disinfectant. • Damp wipe ledges. • Clean and polish mirrors,soap dispensers,washbasin and all plumbing fixtures. • Sweep and then wet mop floors using detergent/disinfectant. Entrance Tasks: Frequency,completed every service DAY • Sweep and pickup inside and outside entrances within a radius of 25 feet. • Empty and install new black or white liner bag in trashcans, if necessary. • Sweep cobwebs and dust from walls around entrance and windows. • Clean entrance door handles,inside and outside. • Shake and sweep down exterior floor mats. • Empty cigarette receptacles. • All doors,sliding and glass panels shall be cleaned with damp cloth. • Vacuum all pedigrid systems. • Clean all security blue boxes(These are the security call boxes that are located at most entrances to County buildings.) Weekly General Tasks: Frequency,completed one(1)time per calendar WEEK** as part of the regular daily service. • Dust all horizontal(excluding desktops/monitors)and vertical surfaces that are readily available and visibly require it. • Clean all doors,frames,kick and push plates with damp cloth. • Wipe all A/C vents with treated microfiber cloth. • Clean all vending machines with damp cloth. • Sweep and damp mop all stairs and landings. Monthly General Tasks: Frequency,completed one(1)time per calendar MONTH**as part of the regular daily service. • Dust all ceiling fans,top of bookcases,etc.anything reachable with an extension rod. • Wash/wipe down building lobby walls and high traffic areas, if necessary. • Clean office and conference room telephones with germicidal cleaner. • Wipe down all non-upholstered furniture. • Dust blinds(vertical and horizontal). General Tasks: Frequency,every 3 months per calendar YEAR as part of the regular daily service. • Strip and refinish all hard floors—including but not limited to hallways,lobbies,elevators,restrooms and open offices,etc.(Schedule with building occupants) • Clean all grout in tile flooring to maintain original grout color. General Tasks: Frequency,completed every 6 months per calendar YEAR as part of the regular daily service. ITB 17-7196 Janitorial Services 2 11G • Vacuum office partitions,if necessary • Steam clean upholstered furniture as requested by County personnel within each facility. • Truck-mount,or back pack;hot water or steam extract all carpets and pedigrid systems in all buildings or use dry cleaning method at clients request. 1.2 Libraries Unit of Measure:per building per service day Tasks:Each of the following locations shall be serviced according to the all the tasks listed above in 1.1 Offices. Collection stacks in libraries require dusting at the end of the stacks with a microfiber cloth. Contractor is not required to remove books or other periodicals to dust. All cleaning must take place on the days specified below. East Naples Library—Estimated five(5)service days per calendar week,must be performed Monday— Friday Vanderbilt Library-Estimated five(5)service days per calendar week,must be performed Monday— Friday Golden Gate Estates Library-Estimated five(5)service days per calendar week,must be performed Monday—Friday Immokalee Library-Estimated five(5)service days per calendar week,must be performed Monday— Friday Marco Island Library—Estimated six(6)service days per calendar week,must be performed Monday— Saturday Golden Gate Library-Estimated six(6)service days per calendar week,must be performed Monday— Saturday Naples Regional Library-Estimated six(6)service days per calendar week,must be performed Monday —Saturday South Regional Library-Estimated six(6)service days per calendar week,must be performed Monday— Saturday Headquarters Library-Estimated seven(7)service days per calendar week,must be performed Sunday— Saturday 1.3 Public Services Locations Unit of Measure:per building per service day Tasks:Each of the following locations shall be serviced per the tasks listed in 1.1 Offices. Building H, Health Building,Immokalee Health Building,and MedCenter(Building D-Risk)all have an internal bio- hazard protocol. Cleaning does not include removal of medical waste or sharp objects. Examination rooms must be cleaned without touching equipment. Fitness Equipment is not included in cleaning services at the fitness center. All cleaning must take place on the days specified below. Building H,Health Building (1st floor only)-Estimated five(5)service days per calendar week,must be performed Monday—Friday (2nd&3rd floors)Estimated three(3)service days per calendar week,must be performed Monday— Wednesday-Friday CAT Transfer Station(Complex)-Estimated seven(7)service days per calendar week,must be ITB 17-7196 Janitorial Services 3 11G performed Monday—Sunday Immokalee Health Building-Estimated five(5)service days per calendar week,must be performed Monday—Friday MedCenter(Building D-Risk)—Estimated five(5)service days per calendar week,must be performed Monday—Friday. Golden Gate Community Center—Estimated-(six)6 service days per calendar week,must be performed Monday—Saturday Eagle Lakes Community CenterNPK/Fitness-Estimated six(6)service days per calendar week,must be performed Monday—Saturday East Naples Community Center-Estimated six(6)service days per calendar week,must be performed Monday—Saturday Immokalee Community Center-Estimated(six)6 service days per calendar week,must be performed Monday—Saturday Immokalee Sports Complex-Estimated(six)6 service days per calendar week,must be performed Monday—Saturday Max Hasse Community Center-Estimated six(6)service days per calendar week,must be performed Monday—Saturday Veterans Community Center-Estimated six(6)service days per calendar week,must be performed Monday—Saturday Vineyards Community Center-Estimated six(6)service days per calendar week,must be performed Monday—Saturday North Regional Park(includes 7 Facilities) 1.Administration Building—Estimated three(3)service days per calendar week,must be performed Monday-Friday 2.Exhibit Hall—Estimated three(3)service days per calendar week,must be performed Monday -Friday 3. Softball and Soccer Complex Maintenance and Office Building—Estimated three(3)service days per calendar week,must be performed Monday-Friday 4.Softball and Soccer Complex Restrooms—Estimated seven(7)days per calendar week,must be performed Monday-Sunday 5.Rec-Plex-Estimated seven(7)days per calendar week,must be performed Monday- Sunday 6.Sun and Fun-Estimated seven(7)days per calendar week,must be performed Monday- Sunday 7. Can You Dig It-Estimated seven(7)days per calendar week,must be performed Monday- Sunday Barefoot Beach Restrooms-Estimated sevenj7)service days per calendar week,must be performed Monday—Sunday Cocohatchee Park Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday Vanderbilt Beach Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday Bayview Park Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday ITB 17-7196 Janitorial Services 4 11G Tigertail Beach Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday Isle of Capris Paddlepark Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday Airport Park(IM)Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday South Marco Beach Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday Bluebill Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday— Sunday Pelican Bay Park Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday Eagle Lakes Field House/Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday Sugden Park-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday Freedom Park-Estimated seven(7)service days per calendar week,must be performed Monday— Sunday Golden Gate Park Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday—Sunday—Natural Resources Building—3 service days per calendar week,must be performed Monday-Wednesday-Friday Golden Gate Fitness-Estimated seven(7)service days per calendar week,must be performed Monday— Sunday Golden Gate Aquatic-Estimated seven(7)service days per calendar week,must be performed Monday— Sunday South IM Daycare-Estimated five(5)service days per calendar week,must be performed Monday— Friday Naples Park Restrooms-Estimated seven(7)service days per calendar week,must be performed Monday —Sunday Pepper Ranch Lodge/Restrooms-Estimated three(3)service days per calendar week,must be performed Friday, Saturday, Sunday Collier County Museum Estimated five(5)service days per calendar week,must be performed Monday— Friday Naples Depot-Estimated three(3)service days per calendar week,must be performed Monday, Wednesday,Friday Sun-n-Fun Water Park—Estimated seven(7)service days per calendar week,exceptions are holidays listed on the Collier County Parks and Recreation website: http://www.colliergov.net/your-government/divisions- f-r/parks-and-recreation 2.0 Parking Garages- Unit of Measure: Per service day Estimated usage:Parking Garages 1 &2/GMD Garage: 3 service day per calendar week ITB 17-7196 Janitorial Services 5 I 1 Vanderbilt Beach Parking Garage: 3 service days per calendar week Vanderbilt Beach Parking Garage Tasks,completed every service DAY • Empty and wipe down all trash,recycling and cigarette receptacles. • Sweep the elevator cabs with a micro-fiber mop. Cab floors must then be mopped. • Wipe down all interior stainless steel,including doors with approved stainless cleaner. • Wipe down all Elevator walls. • Sweep all stairwells. • Wipe down,clean,and remove all encrusted dirt from all handrails using a micro-fiber cloth. • Pick up and remove trash on all levels. • Clean all interior elevator cab windows,all interior windows and interior/exterior doors. • Clean restroom per specifications in item 1.1 Offices,Restroom Tasks. GMD Parking Garage Tasks,completed every service DAY • Empty and wipe down all trash,recycling and cigarette receptacles. • Sweep the elevator cabs with a micro-fiber mop. Cab floors must then be mopped. • Wipe down all interior stainless steel,including doors with approved stainless cleaner. • Sweep all stairwells. • Wipe down,clean,and remove all encrusted dirt from all handrails using a micro-fiber cloth. • Pick up and remove trash on all levels. • Clean all interior elevator cab windows,all interior windows and interior/exterior doors. Complex Parking Garage#1 Tasks,completed every service DAY • Empty and wipe down all trash,recycling and cigarette receptacles. • Sweep the elevator cabs with a micro-fiber mop. Cab floors must then be mopped. • Wipe down all interior stainless steel,including doors with approved stainless cleaner. • Sweep all stairwells. • Wipe down,clean,and remove all encrusted dirt from all handrails using a micro-fiber cloth. • Pick up and remove trash on all levels. • Clean all interior elevator cab windows,all interior windows and interior/exterior doors. Complex Parking Garage#2 Tasks,completed every service DAY • Empty and wipe down all trash,recycling and cigarette receptacles. • Sweep the elevator cabs with a micro-fiber mop. Cab floors must then be mopped. • Wipe down all interior stainless steel,including doors with approved stainless cleaner. • Sweep all stairwells. • Wipe down,clean,and remove all encrusted dirt from all handrails using a micro-fiber cloth. • Clean all interior elevator cab windows,all interior windows and interior/exterior doors. • Clean glass entrance doors to garage. Detailed Specifications Complete,comprehensive details of the above tasks are listed on Exhibit A:Detailed Cleaning Specifications ITB 17-7196 Janitorial Services 6 ' IC Supplies and Equipment A complete list of required supplies and equipment specifications are listed on Exhibit B: Supplies and Equipment Specifications. Hourly Janitorial Services This job title is used for special events or when additional janitorial services are deemed necessary by the County. Duties are outlined in section 1.0 Offices,Libraries and Public Service locations or are negotiated between the County(Project Manager or Facilities Manager)and the Contractor prior to service day. Day Porter This job title is separate from the Janitorial staff and assigned to Main Government complex,or as reassigned by the Facilities Management designee. Duties are as follows: • 1. Remove cobwebs from entrances of all buildings and walkway canopy. 2. Empty cigarette receptacles,as needed. 3. Wipe down marble on exterior of Jail. 4. Check public restrooms in the Courthouse twice daily for cleanliness,paper products,etc. 5. Clean park benches,as needed. 6. Remove ground trash,as necessary,concentrating on snack bar area, i.e.cigarette butts,etc. 7. Check 1st Floor stairwell of Building F off secured parking. 8. Clean tops of all exterior trash/recycle containers. 9. Completely clean handrails. 10. Empty trash and recycling containers 11. Sweep or use blower to clean sidewalks and entrances to buildings 12. Inspect daily,all buildings on the complex,concentrating on each entrance. Report any issues to Manager or Supervisor ITB 17-7196 Janitorial Services 7 11G Exhibit A:Detailed Cleaning Specifications Detailed Specifications The following information is a detailed explanation of the minimum expected on each task. Trash Removal The Contractor shall include the cost of trash removal and the black or white plastic liners in its proposal. Dumpsters or compactors shall be provided by the County at each site. The Contractor shall provide appropriate equipment for office trash removal to avoid the possibility of floor damage due to the dragging of trash bags or containers through buildings. Any damage to carpets and floors caused by dragging bags or containers will be repaired or replaced at the Contractor's expense. Any dragging stains on carpet or concrete will be immediately cleaned by the contractor.No drag lines will appear while emptying inside or outside garbage. Recyclable Material Removal The Contractor shall instruct its employees to ensure that all materials remain separated,as any mixing of materials shall impair the possibility of recycling. All recyclable materials and their revenues are the property of Collier County. The removal of all recyclable materials shall conform to all applicable Federal, State,or Local laws. Vacuuming Carpets All carpeted areas shall be totally and completely vacuumed each service day(NO EXCEPTIONS)leaving them free from visible dirt and debris. Special attention shall be paid to baseboards and corners. Offices and cubicles shall be vacuumed on a weekly basis. All carpeted areas shall be vacuumed using the County issued and owned motorized vacuum with brush/beater bars. The vacuums are"Windsor"hepa-filter vacuums with a 0.3 micron filtration system and dual motors. Vacuums,bags and filters to be provided by County. If the contractor elects to use other type of vacuum systems,the County requires that the system meets or exceeds the stated vacuum requirements. All vacuums that are County-issued will be maintained,as necessary by the selected vendor. A report will be given each month to the Facilities Manager showing compliance and filter/bag replacements. Replacement due to abuse of any County-issued equipment shall be at the contractor's cost. All stains must be removed each night. If stain cannot be removed,the area stained shall be reported in writing to the Facilities Manager within twenty-four(24)hours. Basic Cleaning All washable surfaces,including but not limited to office furniture,office partitions,counters,stainless steel, around light switches,window sills,bulletin boards,shelves,display cases,laminated plastic surfaces,elevators and elevator panel boards,shall be cleaned using a micro-fiber cloth dampened in an all-purpose cleaner unless otherwise specified. All stair hand railings shall be cleaned weekly. Stairs shall be swept and wet mopped weekly. Interior/Exterior Glass Cleaning All washable interior glass surfaces including but not limited to side panels,display case glass,glass walls and doors,and security/privacy glass shall be cleaned on service days by a cloth dampened in a window cleaner. All 1st Floor exterior windows of each building shall be cleaned every six(6)months or more often if needed, The interior panes of windows shall be cleaned every six(6)months;or more often if needed. ITB 17-7196 Janitorial Services 8 11G Entry Cleaning Entrance area cleaning shall be performed on service days and shall include but is not limited to: • All doors,sliding glass panels,and side windows shall be cleaned with a cloth dampened with glass cleaner. • All debris including but not limited to paper,gum,leaves,cigarette butts and cobwebs shall be removed daily,both on the inside and outside of the entrance including all porches up to twenty-five(25)feet in front of EACH entrance. • All door and window frames,doorknobs and push bars (inside and outside)shall be cleaned with a cloth dampened with an all-purpose cleaner. • All pedigrid entry systems shall be vacuumed on service days. • All pedigrid entry systems shall be deep extraction cleaned. Floor Mats All floor mats,located in either the exterior or interior of the facility shall be cleaned on service days. Drinking Fountains All drinking fountains are to be cleaned on service days with a germicidal cleaner. The entire drinking fountain shall be free of streaks,stains,spots,smudges,scale and other obvious removable soil. Telephones The entire telephone unit of all phones including office and conference room phones shall be cleaned monthly using a germicidal cleaner. Sweeping/Wet Mopping Hard Floors All hard surface high-traffic floors shall be swept,using a microfiber dust mop and then damp mopped on service days. This includes but is not limited to elevator floors,restroom floors,office floors,and hallways. All Community Center hard surface floors shall be swept and damp mopped every service day. Warning barricades (with dual language)shall be used always when any surface is damp. All other hard surface floors shall be swept and damp mopped on a weekly basis. A micro-fiber mop shall be used for sweeping. For damp mopping,an all-purpose cleaner or germicidal cleaner shall be used. Ash Receptacles Wall-mounted ashtrays and floor-type ash receptacles within the area shall be emptied and returned to their locations. The wall-mounted and floor-type receptacles with removable ashtrays in public areas shall be damp wiped with a cloth to remove evident soil.Any cigarette butts surround the receptacle within 10'will be picked up and disposed of. Dusting All horizontal surfaces less than ten feet(10')above the floor that do not require being damp wiped shall be dusted weekly using a microfiber dust cloth. No feather dusting allowed without exception. All picture frames,clock face glass,and any surface over eight feet(8')above the floor shall be dusted weekly. All ceiling fans;and tops of bookcases,AC vents(supply/return),shall be wiped clean of dust with a micro-fiber cloth. Doors All doors,door handles(front and back),door frames,and kick and push plates shall be cleaned weekly,or more frequently if needed,using a micro-fiber cloth dampened. ITB 17-7196 Janitorial Services 9 11G All switch plates shall be cleaned including the area around them. Spray Buff Hard Floors All hallways,tile and terrazzo floors shall be spray buffed every three(3)months to maintain a high glossy uniform finish on the floor. All movable furniture and objects shall be moved out of the area. Locker and shower floors shall be scrubbed every three(3)months. All departments must be notified at least five(5)business days prior to scheduled cleaning. All furniture,waste receptacles,etc.must be returned to original positions after floors have been cleaned so employees can begin work the following morning. Vending Machines The surfaces of all vending machines,including the top,shall be cleaned weekly;or as needed. A/C Supply/Return Vents All exposed air conditioner grills,exhaust grilles and vents shall be wiped with a micro-fiber cloth and damp wiped monthly. Walls/Baseboards All walls and baseboards shall be spot-washed as needed,unless otherwise specified in these specifications. Blinds All mini-blinds,vertical blinds and horizontal blinds shall be dusted monthly using a damp micro-fiber cloth or a vacuum cleaner with the proper attachment to remove all dust,smudges and dirt. No feather dusting permitted without exception. After cleaning,the mini-blinds shall be straightened and returned to their original position. Dry Clean Carpets Dry cleaning may be substituted by extraction at the Facility Manager's discretion. This is the preferred method for cleaning small spots daily. All departments must be notified at least five(5)days prior to schedule cleaning. Strip&Refinish Hard Floors The hard floors in all closed and open office areas,hallways,lobbies,elevators,and all restrooms shall be stripped and refinished every three(3)months. Hosing of the floor shall not be permitted. All departments must be notified at least five(5)days prior to schedule cleaning. Furniture Fabric Cleaning All non-upholstered furniture shall be cleaned monthly. All upholstered furniture shall be steam-cleaned semi-annually as needed and requested by each individual division. Furniture surfaces and legs shall be cleaned as required. The fabric found on office partitions shall be vacuumed annually. ITB 17-7196 Janitorial Services 10 1 i Deep Extraction Carpet Cleaning All carpets shall be cleaned twice(2)a year. All departments must be notified at least five(5)days prior to scheduled cleaning. Scheduling,Employee Work Hours and Wages The Contractor shall be responsible for the scheduling of its employees to accomplish the tasks and cleaning requirements specified in the Specified Tasks and Frequency Schedule at the times designated by the building- cleaning schedules found in these specifications. Employee scheduling shall be sufficient(7 days)to allow for compliance with the Specified Tasks and Frequency Schedule as referenced above. The Contractor has the prerogative to increase the number of employees on the job to ensure compliance with the contract specifications,at no cost to the County. The Contractor shall have a non-working supervisor on site always. Evening start-time for the Contractor personnel shall be at 5:00 pm,unless otherwise arranged or designated. The Contractor's employees shall not start earlier without the express consent from the Facility Manager and the Contractor's supervisory personnel. In the event of evening meetings being conducted in County facilities,the Contractor shall be responsible for proper cleaning provided the meetings end by 9:00 pm. When meetings end after 9:00 pm,the Contractor shall be responsible for cleaning the area the next morning,with no deduction made from the Contractor's invoice. Recycling—Removal of recycling will take place on service days. All facilities not on the main government complex must have exterior recycling containers,as per County ordinance,for use by the janitorial staff or decide to remove recycling from the facility. Janitorial staff is not required to separate recycling out of trash/recycling containers nor breakdown boxes prior to removal. Day Porter—A day porter will be located at the main campus Monday—Friday,7:00am—3:30 pm. The schedule for all observed holidays is listed below. The Contractor shall not be required to perform services on these days unless requested by the County with one (1) week advanced notice. The exceptions are, now, the Sheriff's Substations, CID, CCSO Fleet, Beach restrooms, general Park facilities, and the 911 Call Center located in the ESC Bldg.The following days shall be holidays recognized by Collier County: New Year's Day Veteran's Day Martin Luther King Day Thanksgiving Day President's Day Day after Thanksgiving Memorial Day Christmas Eve Day Independence Day Christmas Day Labor Day The dates of the holidays observed change yearly. The Contractor should check with the Facility Manager for an exact schedule of when the County,Clerk of Courts,Court Administration or Health Department observes each holiday. Work schedules are based on a 40-hour work week. Additional hours by any individual employee can be considered overtime and charged at the appropriate rate of time and one half. Overtime can only be applied to hourly rate categories. All overtime work requires prior written approval by the County Facility Manager. ITB 17-7196 Janitorial Services 11 11G Exhibit B:Supplies and Equipment Specifications It shall be understood and agreed that all services,materials and equipment shall comply fully with all Local,State and Federal laws and regulations. General Specifications All equipment and supplies shall be Green Seal Certified,where applicable. Any changes must be approved by the Facilities Director or his designee. Changes can be requested by the Facilities Director or his designee. Proof,by invoice or packing slip,shall be shown to Facility Manager that acceptable supplies are provided. Through the use of cleaning products and/or chemicals,the Contractor is representing to the County that it has the experience and knowledge to prevent use of such supplies/chemicals singularly or in combination in such a manner to pose or cause a risk or threat of actual harm to the public,Contractor's employees or the County's employees. Supplies The following supplies shall be provided by the Contractor and installed in the proper locations,and shall conform to GREEN SEAL CERTIFICATION: a. Toilet tissue shall be two-ply—GS-1. b. Paper towels shall be multifold,center pull,roll,etc. —GS-1. c. Hand soap. GS-41 d. Trash liners—Black or white liners for trash and clear liners for recycling. e. Urinal floor screens f. Toilet Seat Covers g. Feminine Hygiene products—Guards#147 or equivalent; Women's sanitary product.(Revenues to be kept by Contractor) h. Hand Sanitizer for dispensers i. Wax bags j. Batteries for soap dispensers Germicidal Cleaner Germicidal cleaner shall be Green Seal Certified,if appropriate. The product shall not cause any surface deterioration when used properly,and shall not cause color to bleach or bleed. All containers shall be labeled with the hazardous agent noted and necessary precautions indicated. Bleach may be used at approved locations. All-Purpose Cleaner The cleaner shall be made from high quality soaps,abrasives and disinfectant agents,uniformly mixed. It shall not cause colors to bleach or bleed. The all-purpose cleaner shall be Green Seal Certified,if appropriate. Stainless Steel Cleaner Stainless Steel Cleaner shall be Green Seal Certified, if appropriate. Bowl Cleaner Bowl cleaner shall be chemically effective for removal of scale,film,plumbers stone or organic material. It shall also clean and deodorize without damaging the finish or fittings. The bowl cleaner shall be Green Seal Certified,if appropriate. Glass Cleaner ITB 17-7196 Janitorial Services 12 111 Glass cleaner shall be a blend of synthetic organic detergents,alcohols,solvents,and germicidal components;it shall not contain any perfume,ammonia or inorganic alkalis. The glass cleaner shall be Green Seal Certified,if appropriate. Floor Finish,Sealer,and Stripper All specifications for floor finishes,sealers,and strippers shall conform to the manufacturer's instructions. Floor finish shall be completely waterproof within twelve(12)hours after application. Floor finish shall be non-yellowing on the floor and should be milk white in the original container rather than tan. Floor finish shall be Green Seal Certified,if appropriate. Cleaning Equipment All rotary machines used for buffing purposes shall be hi-speed machines. When dusting is required,micro-fiber cloths and equipment shall be used. Feather dusting is not permitted. Micro-fiber mops shall be used to eliminate the scattering of dust. ITB 17-7196 Janitorial Services 13 l iG General Requirements Contractor's Qualifications The proposing company must demonstrate a minimum of five(5)years'experience currently in custodial/ janitorial services for multi-use facilities. Acceptable multi-use facilities include,but are not limited to,offices, community centers,jails/substations,health care facilities,libraries,warehouses,airports,park facilities,beach facilities,museums and garages. Must be able to demonstrate successful contracts with sites over a large geographic area. Proposers must provide three(3)verifiable commercial,corporate,industrial,medical,educational,municipal or governmental references where Custodial Services have been provided within the last three(3)years using the "Bidder References"form provided. One of which must exceed 600,000 total square feet of space. Contractor's Performance The Contractor shall furnish all necessary labor,tools,appliances,equipment,supplies and maintenance,and any other necessary accessories,services and facilities to perform the janitorial services specified in the contract. All work shall be performed in strict accordance with the cleaning equipment and product specifications and standards of performance specifications stipulated by the contract. The term"Facility Manager"as used herein,shall mean Facilities Manager or his designee. The Facilities Manager shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under the contract. If,in the opinion of the Facility Manager,any part of the Contractor's performance becomes unsatisfactory;the County will levy a deduction on the Contractor's invoice for lack of service. The County shall have the right to complete the work to its satisfaction,using County employees or outside contractors as deemed necessary,and shall deduct from the Contractor's monthly invoice an amount for lack of service and/or lack of response at the Facility Manager's discretion,plus actual cost to correct. Additional requirements and facilities other than those found in these specifications may be added by the Facility Manager with the Contractor's or its designated representative's consent,and shall be considered a part of the contract thereafter. Prices for any additions and subtractions of facilities or services shall be based upon and comparable to the prevailing daily price of a space of similar size,or negotiated price for any facility determined to be"non-standard". The Facility Manager also reserves the right to make deletions of certain requirements or facilities and to adjust prices accordingly based upon and comparable to the prevailing contract daily price. Additional equipment,supplies and other related items,for janitorial purposes,may be requested upon receipt of proposal and accepted by the Facility Manager. The Facility Manager shall be authorized to approve all additions or subtractions of facilities or services provided sufficient funds are appropriated in the designated department's operating budget. Construction clean up may be paid from capital budgets. The Contractor shall provide a phone list where the Project Manager or his designated representative can be contacted immediately in the event of unsatisfactory performance or in an urgency. The County shall be able to reach the Contractor at any time in case of an urgent need. Two County-issued radios must be monitored from 7:00 am—11:00 pm. When the County has occasion to call the Contractor due to an urgent need or unsatisfactory performance,the Contractor shall return the call within twenty(20)minutes of the originating call. If the call is not returned within twenty(20)minutes,the County has the right to complete the work with the County employees or outside contractors. The County shall be considered a"prime contract"and all necessary resources shall be directed to this contract enabling the County to continue to function during any urgent need or natural disaster. Contract Deductions ITB 17-7196 Janitorial Services 14 11G It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract,the entire affected area as defined solely by the Facility Manager shall be found to be a non-performance area and a deduction shall be levied. A set amount determined by the Facility Manager shall be used. The range of deductions shall be between, twenty-five dollars($25)up to five hundred dollars($500.00)depending upon the issue or severity of the infraction. The deduction for omitting to perform services on a service day(s)will result in a deduction at the rate of the per service day cost. Fines shall be administered through the County Facility Manager. Should the Contractor wish to appeal these charges, they may do so in writing to the Facilities Manager. The appeal should state dates,times and other associated facts, along with a clear description of their argument or disagreement with the fine. The argument should also reference this bid document and / or other supporting documentation. Should the fine appeal be rejected by the Facilities Manager,the next and final appeal may then be made to the Director of Facilities Management. Each of these appeals should be made within three(3)days of the incident(for the appeal to the Facilities Manager). Pager System The Contractor shall provide a pager,cellular telephone or other means of communication to the Contractor's Project Manager,and shall pay all costs associated with the service. This service shall be operational twenty-four(24)hours per day,seven(7)days per week. The Project Manager will be provided two(2)County-issued radios for direct access Monday—Friday from 7:00 am—11:00 pm. The Contractor's Project Manager, or their designee, shall wear a County-issued radio, pager or cell phone always. The County shall be able to reach the Project Manager or his designated representative at any time. It is the Contractor's responsibility to monitor Facilities' channel to ensure reliable communication. On Mondays through Fridays,from 7:00 am through 11:00 pm,in addition to the Project Manager,daytime supervisors shall wear pagers or cell phones so that the County may reach them for the purposes of emergencies. In all cases,the Contractor's employees or Project Manager shall respond to being paged or called on the radio,within twenty (20) minutes with a phone call to the person who initiated the page. In addition, the County radio will be monitored in the event services are needed. Supervision The Contractor shall provide responsible on-site supervision whenever its employees are working about the contract to assure competent performance of work. The Contractor shall provide a resume for the lead(1)Project Manager to whom all supervisors shall report. The Project Manager shall have at least fifteen(15)years of janitorial experience,ten(10)of which must be in a janitorial supervisor's position or equivalent education and he/she shall have municipal or education janitorial supervision experience with the size and scope of this contract. The Project Manager shall be responsible for ensuring that all conditions of the contract are met. The Project Manager is also responsible for all required documentation and for keeping the documentation updated. The Project Manager shall meet weekly with the Facility Manager at a time specified by the Facility Manager. All problems and/or complaints are to be handled directly between the Facility Manager and the Contractor or its Project Manager. The Project Manager shall not engage in conversation with County staff that reflects a lack of understanding or consideration for the customers' needs. The Project Manager shall refrain from providing excuses for work not performed. Any problematic incidences and/or complaints(and resolutions to such matters)are to be written in a report to the Facility Manager. This report is to be delivered to the Facility Manager before 5:00 pm the next working day after the incident or complaint. ITB 17-7196 Janitorial Services 15 11G The Contractor is responsible for ensuring that its employees do not use County property without the Facility Manager's authorization, including but not limited to radios,typewriters,terminals,calculators,and telephones which may be in any County facility. The Contractor is responsible for ensuring that its employees do not read,copy,or disclose,in any fashion any unauthorized materials and/or documents available in the County facilities. The Contractor shall be responsible to see that its employees do not disturb papers on desks or open desk drawers and cabinets or any other unauthorized containers without first asking office occupants. The Contractor shall prohibit any employee from remaining on the job site or working in connection with the contract if the employee appears to be under the influence of drugs or alcohol. Drugs or alcohol are not permitted in/at any County facility. The Contractor shall not allow the consumption of food or drink in any areas other than those areas designated by the Facility Manager. The Contractor shall not allow his employees to adjust any building thermostats. The Contractor shall not allow employees to loiter or congregate in office areas when they should be working. Required Documentation All required documentation is to be provided to the Facility Manager prior to the start of the contract unless otherwise noted. A current organizational chart shall be provided. A transition plan MUST be submitted by the Contractor. The plan should include a minimum of a plan for personnel(including specifically the Project Manager)and time frames/schedules for the transition from the existing Contractor. Although not required,it is highly recommended that Contractors consider existing staff members, supervisors and project manager for this transition,if contractually eligible. Provide Green Cleaning Program and or experience dealing with"Green"facilities and products. A current material,supplies and equipment list shall be provided. This shall be updated quarterly. Provide a Safety Data Sheet(SDS). A complete Safety Program. This shall be kept updated throughout the term of the contract. All changes/updates shall be reported to the Facility Manager each week. A Quality Control Program. This shall be kept updated throughout the term of the contract. All changes/updates shall be reported to the Facility Manager each week. The Project Manager will give a completed inspection sheet monthly to the Facility Manager. Contractor's Employees The Facilities Manager or his designee reserves the right to prohibit,with or without cause at his sole discretion, any of the Contractor's employees from performing services in County facilities or in connection with the contract. Due to the nature of activities conducted by the Collier County facilities,the County requires all background checks be performed prior to hiring of employees. All employees working on County owned or leased property must be fingerprinted and issued a"special"badge prior to work. Background checks and fingerprinting shall be done by the Facilities Management Division and charged to the Contractor by the Facilities Management Division at the current State-mandated rate before the employee works on County property. Lost or stolen County issued ID cards must be reported to Facilities Management within twelve(12)hours. The current cost of fingerprinting is$40.00(as of 8/14/17);this price is subject to change. ITB 17-7196 Janitorial Services 16 11G Collier County Sheriffs Office requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. Court Administration may provide additional requirements to work in their area,including but not limited to taking a computerized questionnaire. Uniforms and Identification Badges The Contractor's employees shall be attired in distinctive,clean and identifiable uniforms furnished by the Contractor,and approved by the Facility Manager. They shall be neat and clean in appearance. The uniform shall consist of a prominent logo on the shirt and matching long pants or shorts. Appropriate safety footwear shall be worn(if applicable)always.No open-toed footwear shall be permitted. The employees shall also wear an identification badge,provided by Collier County,in plain sight and always. Any employee found without a badge and full uniform will be sent home and the Facility Manager shall levy a deduction against Contractor's monthly invoice in the amount of one hundred dollars($100.00)per day per instance. No employee or supervisor shall be allowed to work in a County facility without a proper uniform and a County identification badge. Upon termination,the County identification badge must be returned or the Facility Manager will levy a deduction against Contractor's monthly invoice in the amount of one hundred dollars($100.00)per badge. Safety The Contractor shall be responsible for ensuring that any work done in connection with the contract shall conform to the guidelines set forth by the Occupational Safety and Health Act. Security Only authorized Contractor employees are allowed on the premises of the County's buildings. The Contractor's employees are not to be accompanied in their work area by acquaintances, family members, assistants, or any other persons unless said person is an authorized Contractor employee. The Contractor shall ensure that all rooms within buildings are locked after being serviced unless otherwise stated by staff. Exceptions to this are restrooms,interior offices without locks,and areas that are routinely left unlocked. The Contractor shall report immediately to the Facility Manager or the County's security personnel the presence of suspicious persons,building system failures,fire,smoke,unusual odors,and conditions indicating theft,break- in or vandalism. The Facility Manager shall provide a list of Facilities Management personnel and their phone numbers to the Contractor for this purpose. Note that the Facilities Management has staffed its Operations Center 24/7 for communication of any concerns or points of notice. The Contractor shall notify the Facility Manager in a timely manner of any hazardous conditions or items in need of repair. Work orders shall be placed in the Facilities work order system for tasks such as broken dispensers, lights out,ceiling tiles missing,etc. Computer access is necessary to perform this responsibility. The Contractor shall close all windows and turn off all lights and fans when not in use. The Contractor shall not open locked doors for any persons unless that person has work to perform in the locked room related to the contract. In addition to any other security rules and regulations,the Contractor shall inform its employees of and enforce the following policies: • No guns,knives or other dangerous weapons are allowed on the premises. ITB 17-7196 Janitorial Services 17 11G • No dangerous or illegal drugs or other prohibited substances,including alcohol,are allowed on the premises. Violations of the above will not be tolerated. Keys The County shall provide the Contractor with sufficient keys to permit the Contractor to carry out the responsibilities of the contract. All keys provided remain the property of the County and shall not be duplicated except by the Facility Manager. If duplicates are needed,the Contractor shall notify the Facility Manager,who shall contact the County locksmith. The Contractor shall be required to sign for each key issued to them. If the Contractor loses a key,they shall be required to pay fifteen dollars($15.00)per lost key for the cost of having duplicates made for non-subscription keys. Subscription keys lost shall result in a minimum two hundred dollars($200)cost per key,but may also be subject to the cost of cylinder replacements if deemed necessary to fully contain any future security concerns (typically this will not be a concern as Contractors will not be given any level of master keys,other than specific janitorial keys. Also,note,many doors are now on card access,requiring no keys. If a door must be re-keyed,the Contractor shall incur all costs associated with the door to be keyed and new keys made. If lost or misplaced keys by the Contractor or its employees result in a breach of security and requires that locks shall be changed or re-keyed,the Contractor shall reimburse the County for the total cost of such lock changes,re- keying and replacement keys. In the event of lost or misplaced keys,the Facility Manager shall determine whether a lock change or re-keying is necessary. Any charges for lost keys,re-keying or replaced locks shall be deducted from the Contractor's monthly invoice. Inspections The Facility Manager will conduct random daily inspections of the areas covered under the contract. If,during an inspection,the Facility Manager discovers a deficiency and deems it unacceptable,the Contractor shall immediately initiate corrective action,as described earlier in this Section under"Contractor's Performance". As described in the deductions section,deduction(s)from Contractor's monthly invoice may be administered. The Contractor is required to note in writing any deficiencies pointed out to him by the Facility Manager. The Contractor shall establish a quality control program to assure that the requirements of the contract are provided as specified. This program shall include,but is not limited to: • An inspection system covering all services stated in the specifications;this should specify the areas to be inspected on a scheduled basis,including random inspections on offset times other than scheduled. • A method of identifying deficiencies in the quality of services performed and a prescribed method for correcting the deficiency. All deficiencies found will be reported to Facility Manager in writing within forty-eight(48)hours. The Contractor shall maintain a file of all inspections conducted and any corrective action taken. This documentation shall be made available to the County at any time during or after the term of the contract. Through daily visual inventory,the Contractor,the Project Manager,or the Contractor's employees shall notice and notify the Facility Manager of any missing or damaged furnishings or equipment. In addition,any items requiring maintenance or repair shall be reported to the Facility Manager. Items such as plugged toilets,leaking pipes,loose tile,in-operative lights,etc.,are expected to be reported in writing by the end of the next business day after discovery. Urgent need repairs,such as broken pipes,floods,or serious roof leaks are to be reported to the Facility Manager ITB 17-7196 Janitorial Services 18 � 1G immediately. The Facility Manager shall provide a list of Facilities Management personnel and their phone numbers to the Contractor for this purpose. Work Orders Facilities Management utilizes a work order system (iDN). Facilities Management or other divisions will initiate work to be performed. Work orders submitted must be performed within forty-eight(48)hours,unless given further notice by Facilities. The contractor shall have immediate notification of all janitorial requests and issues via the work order system. All work orders must be returned to the Facilities designee with seventy-two(72) hours with an explanation of work performed. Storage Space The County may supply,at its discretion, limited storage space to the Contractor for storing supplies,materials, and equipment. The Facility Manager shall designate these areas. The use of County storage facilities shall be on a space available basis. The County is not obligated to provide storage space,and storage for all equipment, supplies and materials is the responsibility of the Contractor. The Contractor agrees to keep its portion of this storage area clean and free of all debris and in accordance with all applicable fire regulations. No materials or equipment shall be stored in County facilities other than those designated by the Facility Manager. No equipment or materials may be stored in County facilities that are not directly used for the cleaning purposes stated in the contract. Any flammable products will be stored in a proper container and cabinet supplied by the Contractor. The Contractor must keep all janitorial closets and storage areas clean always. ITB 17-7196 Janitorial Services 19 is Exhibit B —Assigned Zone ZONE 2 North Naples Types of Flooring North Wastewater Plant 10500 Goodlette Road Carpet/VCT/Tile North Recycling Transfer 9950 Goodlette Road Carpet/VCT/Tile Greentree Tax Collector 2348 lmmokalee Road CarpetNCT/Tile Wastewater Collections 6027 Shirley Street Carpet/VCT/Tile North Government Center 2335 Orange Blossom Drive CarpetNCT/Tile North Water Plant 8005 Vanderbilt Beach Road Carpet/VCT/Tile CCSO North Naples Substation 776 Vanderbilt Beach Road Carpet/VCT/Tile Pelican Bay Reclaim Facility 6200 Watergate Way Carpet/VCT/Tile Vanderbilt Library 788 Vandebilt Beach Road Carpet/VCT/Tile Headquarters Library 2385 Orange Blossom Drive Carpet/VCT/Tile Veterans Park (Community Center/Field House/Restrooms) 1895 Veterans Park Drive Carpet/VCT/Tile North Regional Park (Admin/Exhibit HaII/Soccer/Softball/Rec-Plex/Maintenance) 15000 Livingston Road CarpetNCT/Tile Sun-n-Fun (Locker rooms/lifeguard/concession restrooms/restrooms) 15000 Livingston Road VCT/Tile Naples Park Restrooms 685 111th Avenue Concrete Vanderbilt Beach Restrooms (old) 100 Vanderbilt Beach Road Tile Vanderbilt Beach Restrooms (new) 100 Vanderbilt Beach Road Tile Pelican Bay Park Restrooms 764 Vanderbilt Beach Road Tile Page 12 of 18 #17-7196 Janitorial Services 3H Service System,Inc. ' Is Cocohatchee Marina (Coast Guard Restrooms/Restrooms) 13531 Vanderbilt Road Tile Bluebill Restrooms 1131 Gulfshore Blvd. Tile Barefoot Beach Restrooms 505 Barefoot Beach Blvd Tile Vineyards Park (Community Center/Field House ) 6231 Arbor Blvd W VCT/Tile Vanderbilt Beach Parking Garage Concrete (restroom floors) ZONE 3 East Naples Types of Flooring South Wastewater Plant (Operations/Lab) 5600 Warren St Carpet/VCT/Tile CCSO EN Sheriff Substation 11121 Tamiami Trail E Carpet/VCT/Tile Emergency Services Center 8075 Lely Cultural Blvd Carpet/VCT/Tile South Regional Library 2335 Lely Cultural Blvd Carpet/VCT/Tile East Naples Library 8787 Tamiami Trail E Carpet/Tile Road & Bridge 4800 Davis Blvd Carpet/VCTfTile BCC Fleet 2901 County Barn Road Carpet/VCT/Tile CCSO Fleet 2885 County Barn Rd VCT Eagle Creek Tax Office 12668 Tamiami Trail E Carpet/VCT/Tile Naples Depot 1051 5th Ave S Tile/Terrazzo Naples Regional Library 650 Central Avenue Carpet/VCT/Tile East Naples Park(Community Center/Field House/Restrooms) 3500 Thomasson Dr VCT/Tile Eagle Lakes Park (Community Center/VPK- Fitness/Restrooms) 11565 Tamiami Trail E Carpet/Tile Sugden Ski Facility 4384 Avalon Carpet/VCT/Tile Page 13 of 18 #17-7196 Janitorial Services 3H Service System, Inc. sic Sudgen Sailing Facility 4284 Avalon Carpet/VCT/Tile Sugden Park (Bathhouse/Restrooms/Maintenance) 4284 Avalon VCT/Tile Bayview Marina Restrooms 1500 Danford Tile Freedom Park (Exhibit Hall/Restrooms) 1515 Golden Gate Pkwy Carpet/VCT/Tile Gordon River Park Restroom - GG Pkwy 1596 Golden Gate Pkwy Sealed Cement Gordon River Park Restroom -Zoo 1590 Goodlette-Frank Rd Sealed Cement Gulf Coast Little League (Cindy Mysals Park) 5611 Warren St Concrete Eagle Lakes Park - Community Center/VPK - Fitness/Restroom/Field House 11565 Tamiamit Trail East Carpet/VCT/Tile ZONE 4 Central Types of Flooring GMD - Planning & Development 2800 Horseshoe Dr N CarpetNCT/Tile GMD - Construction & Maintenance 2665 Horseshoe Dr S Carpet/VCT/Tile Tourism 2660 Horseshoe Dr Carpet/VCT CCSO CID 2373 Horseshoe Dr E Carpet/VCT/Tile CCSO Special Operations 250 Patriot WayCarpet/VCT/Tile Public Utilities - East 4420 MercantileCarpet/VCT/Tile Public Utilities -West 4375 Mercantile Carpet/VCT/Tile Golden Gate Library 2432 Lucerne Way Carpet/VCT/Tile Motor Vehicle Building 725 Airport Rd N Carpet/VCT/Tile EMS - Heliport (SO end only) 2375 Tower Dr Carpet/Vinyl GMD - IT/Coastal 2665 Horseshoe Dr S Carpet/Tile Page 14 of 18 #17-7196 Janitorial Services 3H Service System,Inc. 116 CCSO Golden Gate Sheriff Substation 4715 Golden Gate Pkwy Carpet/VCT/Tile Golden Gate Government Center 4707 Golden Gate Pkwy Carpet/VCT/Tile WIC 4945 Golden Gate Pkwy, Suite 102 Carpet/VCT Golden Gate Senior Center 4948 Coronado Pkwy Carpet/VCT/Tile Naples Landfill Scale House 3730 White Lake Blvd CarpetNCT/Tile Household & Hazardous Waste Facility 3730 White Lake Blvd Carpet/VCT/Tile CAT Administration 8300 Radio Road CarpetNCT/Tile CAT Operations 8300 Radio Road CarpetNCT/Tile Domestic Animal Services 7610 Davis Blvd CarpetNCT/Tile Natural Resources Building (Golden Gate Park) 3300 Santa Barbara Blvd Carpet/VCT/Tile South Water Plant(3 buildings) 3851 Utility Dr Carpet/VCT/Tile Naples Recycling Drop-off Center 2640 Enterprise Extension CarpetNCT/Tile Supervisor of Elections 3750 Enterprise Ave Carpet/VCT/Tile Golden Gate Community Center/Wheels 4701 Golden Gate Pkwy CarpetNCT/Tile Golden Gate Park (Aquatic/Fitness/Field House/Restrooms) 3300 Santa Barbara CarpetNCT/Tile Max Hasse Park (Community Center/Field House) 3390 Golden Gate Blvd Carpet/VCT/Tile Golden Gate Estates Library 1266 Golden Gate Blvd Carpet/VCT/Tile Golden Gate Estates Tax Collector 50 Wilson Blvd, Suites 7 & 8 CarpetNCT/Tile Property Appraiser 3950 Radio Road CarpetNCT/Tile GMD Parking Garage Tile(elevator cab) Page 15 of 18 #17-7196 Janitorial Services 3H Service System, Inc. 11G ZONE 5 Immokalee Types of Flooring IM Code Enforcement Bldg 310 Alachua St Carpet/Tile IM Airport Terminal 165 Airpark Blvd Carpet/VCT/Tile IM Vice/Narcotics (IM Airport Hanger) 165 Airpark Blvd Carpet/Tile IM Government Center 106 S. 1st St Carpet/VCT/Tile CCSO IM Sheriff Substation 101 S 1st St Carpet/VCT/Tile IM Road & Bridge Bldg 415 Sgt Joe Jones Rd VCT/Tile IM Facilities/Fleet Bldg 425 Sgt Joe Jones Rd VCT/Tile IM DAS 405 Sgt Joe Jones Rd VCT/Tile IM Library 417 N 1st St Carpet/Tile IM Health Building 419 N 1 stSt CarpetNCT/Tile IM Sports Complex/Fitness 505 Escambia Carpet/Tile Pepper Ranch Restrooms 6315 Pepper Rd Tile/Concrete Pepper Ranch Lodge 6315 Pepper Rd Wood/Tile South IM Park Daycare 418 School Dr Tile/Sealed concrete IM Airport Park Restrooms 33 Airways Dr Concrete Tony Rosbough Fieldhouse 439 Little League Rd Tile Roberts Ranch (Operations/Restrooms) 1215 Roberts Ave W Tile/Concrete/Wood IM Community Park (Community Center/Field house/Restrooms) 321 N 1st St VCT/Tile University Extension Office 14700 Immokalee Rd Carpet/VCT/Tile CCSO Corkscrew Sheriff Substation 14750 Immokalee Rd Carpet/VCT/Tile CCSO Sheriff's Rifle Range 4441 70th Ave NE CarpetNCT Page 16 of 18 #17-7196 Janitorial Services 3H Service System,Inc. 11G ZONE 6 Types of Flooring' Marco/Everglades Marco Tax Collector 1040 Winterberry Dr Carpet/VCT/Tile Marco Library 210 Heathwood Dr S Carpet/VCT/Tile Marco Museum (Administration/Exhibit Hall) 1264 Mistletoe Ct Carpet/Tile CCSO Sheriff Substation 990 N Barfield Dr Carpet/VCT/Tile Marco Airport Terminal 2003 Mainsail Dr CarpetNCT/Tile Tigertail Beach (Bathouse/Restrooms) 490 Hernando Dr Tile/Concrete South Marco Beach Restroom 930 S Collier Blvd Concrete Marco Recycling Drop-off Center 990 Elkam Circle VCT/Tile Everglades Museum 105 W Broadway Tile/Wood Everglades Airport 650 Airpark Rd Carpet/Tile Isle of Capris Paddle Park Restrooms 3620 Collier Blvd Concrete CCSO Everglades Sheriff Substation 13245 Tamiami Trail E Carpet/Tile Page 17of18 #17-7196 Janitorial Services 3H Service System, Inc. 11G Exhibit C - Fee Schedule (following this page) Page 18 of 18 #17-7196 Janitorial Services 3H Service System, Inc. I1G N O CO V CO O C) rT N 00 0 0 0 0 C) 0 0 CO O b O N co V CO Cl CO Q1 CO CO 00 00 C) O Cd' O O C) O O r O r O 00 CO N. O Cfl LO CO r- f- CT O CO CO O M Tr V O a) CO I� 6 O O . Cn CO La O O M O CO M O O V Cn Cn Cn Cn CO O W a0 O I� 00 xi O co O N CCn Ili � � � � '- O M O V CO M N * N O O W M NCV { C) CO O� M M M M M N M N I- 0) DD M O N Y ao r- O N N N--_M r- N 0 I-- 696964 036469 64 69 Ea EA (f) C>-)Efl Ef)EH Cfl EA Efl ER Cfl ER N3 61 U4 Efl Ef)Efl Efl 04 01 61 ER 0/69 Efl U1 a2) a) U m CO 0 C C) a E a) E.' M M M Cn M M M M M M M O E E 0 .Y C•5 M co M co M M co M Lo N- CO I's- N- N- N- r N- CO N- CO M N U>tu Q) L E Tr N N- N CO N- CO C) C) N N V 0 0 0 0 0 LO O M O O V 7- V '- V- 7- Cn r CO M W O Cn r- CO O) CO CO Cn O CO CO OO O CO O O O C) O O) C) CO O N N O D) C) Cn N- N co co V 0) O Cn ›.' CO W M CO O) M O I- tri O O Cn C1) Cn CC) Lo V CO C) CO N- O r E` 00 0) C) N CO O V CO r-: a) C4 - M N N 7- CO CO N N r N M V V M Q M N CO N N N M O CV M x d NV O E- U ro Cn N O C) O Cn CO O co r N O O C) CD CV O CO C) N N C) CO M O CO.N'.CO M. N- O n O V N r CO Cn O N- N O O N- C0 O W CC) C N- O co O ' O CO C) O E`• CO Cn CO V O 6) CO O CO CO c CO Up O O r CO CO N r- O N Imo. M N- N U o V) CT) C) N- O r LO CD N- CD r CO 0) �. d M CV ti Lr) CO M N 00 r t� W e' CT . O CO N M CO r id'N M M O I' W coEn O...0 W co W m Ea n N NDO co 0 Q W U 0) > U1o -o -o p -o -o -o r rr _ L CON Y Y _ a CO N N W -o -D o C O C>... o _ -� 0 o -o = . Had m C H 0 � H H W 0 ct "o a) N 0 a a uN) EO CC 0 CC 0 mU 5 @ m H E E c c E E a) O E LL a) a) CY CU a) O m m O m O a O m co m = COm <D0 T3 U - j j E '0 E6 fa Ca j N ,E6 _ - ._ ww > mm ' a) W = CO rn 0 w ca -2 9_-) m > Ca U) . 1 E o — ° — g2);,2 N > m O m m c E 3 m •f° m E O Q w E E 0) f6 U U E rn T w@ > 2 co N N V1 -°-(200 N :0(.° T N Qm a L O m N U L' t Q o .� m > L ,,,-c): =ca.! a m _ o = H _›....2„,_EO '> H Q o H H O t Ca c c a) J - c c > m - @ W a) a) > O O W -c t W W Lo z C OCD u) O > m › M r- m O M C7 C< a) 5 J J W DUUco Lr) OH � CO H N W C o O co I. Ls-) in > O > Lc) Lc) o �' > -a > M m '0 O N CO LO N- O M CO O CO CO V H . J . Cn Cn V N M C) CO O CO W O) O Cn co c V Cn co Cn co c O r- N- co co O co co CO Cn O O LO Cn n C) O) M O M O r N M co W CO co O CO CO M ,- O N CO CO 7- C) CO N- OO Cr W N O LO CO 0 (� N Q C CON CO N CO N CO C` N r N- CO N- > r r- ,- La CO > CO 7- CO N 00 V N N 7- 7- CO M V- 7- .ti H `` '> m O 5 N N O N O N N 2` Z. (/) N N N N N N N N N N N a' Z' �'Q U 0 c W Q = O a) a) ,N ,N N O@ y y y i y ` Y Y Y Y ., N a) 2 m 2 U a) a) EO O t N N O E6 N co (6 co (O (Q E6 = L U ID SD Ur m L U 0 ID d d d •_ = .,,, C O C » co J :7, d d d. d d d d d C.t d 0- U O J J O J C J 0 C0 CD 0 EnY E d 4 i o En N n a) O it E E1 L U i2 CT) m U Q) c O o O Ca O >, 0 a) 0 °) > U m �T Y E E w E En Y m Nu. U O O a o U C U N O O a) O E N EO C C O = _T p 0 o N d ° o o o o a a) U a) E m C7 'c c u) W o N w L n w O U E c N E m •EU o E .E C7 m 'cu c @ m .o a) E N :J @Ll E U• .� o m > c sz�° Z n m Y t m Y E — E > d a) En Z J O 0 m a Ea O C• u x pcL(9 a z e-j` E n. W Cao O o 0 0 COO .0 c J T y o .0 •c a N C H a`) >N ›.._i - U _ @ m -0 m.L aa)) a) y Epp m Z ET) °) 0- a) a) N ° E Y Y U a) N 3 U > Z me -2 c (j d -2 as m !a O 0) 0 O W 01 CC Z LL W O o J J Q c cu O (a a) o- E6 O O > m L 0 >, _c0 s -o O a) a) a) O 0 a) 0 o o Z O o o U a) N aa)) 0 o N N a0i o o 7 N c CCa O o Q E OO as O D U N co-Ti Z co N zzo zz0a > I > zz > z [Lc -CE m > O i- cooWcnW CCXUWz2W W W O U 0 0 0 0 0 00 0 0 0 0 > > > > > > > > a) U) u) a) E6 E6 co U u) U u) N Y Y Y V1 U) 0 U) a) V) (n V) Z` y Y Y Y Y Y LO Y Y O) T U U cU_ U U U U U C6 c6 Ca Ca CO CO .V 0 CO .C� CO Ca c6 'U 'V v-- .0 .V .V a d d H 3 25 p 25 p 25 23 25 d a a d 25 a d 25 d o_ 25 Q p 42 42 25 0 9 0 23 = s a a a' a a CL = CL a 0_ = �ry M I N _ N WD ,- f 0M- L co N- c0 CT O y^X� W ,_ N M V Cn CO M m ,O ,_ sM- ,_ Z N coM V Cn CO r W O '- N N �,,: Z 0 5 J O c c � N a as _ E fa L' -O c c Cc _c G In Q0,,, El 0 1 1 G I- N n O Ln O O CO CO'.. N N- n O) Ln 00 O CO N CO c- 0) 00 O O) V cr N 0) Cr O V Ln CO O N T.- V COO CO O M 0) O (O O O 117 CV, CO O N- Cr O (O (D M CO CO M CO M 0) (D M to O CO N N M I- V , N- (D O M 0 N U7 O W a) co a) Ln T- LSY. N Ln Tr r V CO I-. Ln O M M I- N Ni M co co N ,- M O M O O r N CON N M W (�) M � LU OV LU C') CO') O) N NN N- co Ln I- V Ln co •-- (D O N- (D �-- O N- N O (D M M M * .- A- N N N- A- N N 0 0)64 64 69 0)69 EA 69 0) (ft(13 69 CO(A 69 CO CO 03 CO-(f)(A CO 03 69 Ul 64 03(f3 CO(f>(fl 64 03 69 03 69 UI 0)CO 03 N a) y (0 R "0 w' 0 o. E 0) E E E u> Y C' M M M M M M M CO CO'N M M M (A CO M M M M M M M M M M r N- r (D (A M W 0 . m 111111 O N- O 0) O O (O 0) M (n co co Ln N O O) 0cn cn co uo OD 01 VD Cr 0)) N- N ,r r N CO CO M CD O V N LO CV U1 N CO W OO) N N- (01 CV MO V N >' (n M LO T In (n O O M co M N N O (n N O c) Ln co CP O V V (O M N- M , CD W N Lo co O I- O m Ln co T- V M M O) I- N N T- N T- CO M N 00 (D NT- M C ''- fl. N A- A- A- a) N •V O O O O O O O O LU c0 O V' O O O W V CO 0 N O 0 0 O O CD O O N O CO CD P M Cr (O i0 Cr O O N O O O.O M CO V CD O) O O O O N O O) O O 00 O 0 N V O O O 00 N CD V 00 CO f N N O CO M CO (n to O 0) <Y V' CD I.- in O N I- T- CD O ' CO L() O O (L) N O) O) CO 0) 00 I- CD O V M (f) El! d > N- N O V I� M I� co- n V O N dF N c- M W (D c Ln.O M N 0) .- N i ` r - M co0 Ca cr 15 co o Y 1 a) a) a) N "0 C -O 'a CD _,c c 00 > 0 00a .�' 7373 CO a � a (so as co ODCommm .�' 0 co o 0p 0 oa m o m m � � mm (`o LU < a) (0 m (o a) 0 (n m m m a) m o m m -�0a c 0 0 65 '4 0 0 0 >>@- m . .>- m 0 0 >>,ao m m -o > C0 .--.> .>_ N 0 CD m m m CD CD 1 • ..0 -2 2 C N c 2 N N N ? C C C O ❑ N C C m J J CO CO O .Q.Q C CO CO CO C c m vl T T tt co as O N (u o O O O Ia) - a N O O y O o co U a) Q a) O 13 a a 0 - - 'B '> c = 0 ) 32 c c c 32 73 c > > > > c 0 0 m 2 2 0 2 a) a`) 0 Q o 2 0 0 0 `o L L m m m - - c c o m m m o o o cr,iO cc • Q Q Q ❑ 6 CD CD 5 Z U) I W m 2 2 J I- 0 CD CD CD U 5 5 CC CD (o » W W CD u) up o CD C) _ N N ., . 'C 'C O -O (() O e- O Ln O M 3- Ln 0 N Z Ln In (n N- (n COO O O O 0 O O 0 0 0 0 CD .7 (� CO 00 CO O O CO O CO CO N O N- N co Ln N- CO O V V M M O O Ln Ln 'C Ln O O O O O (O I� Q • N N N Ln O L(') (n M CO CO (O M Ln M V V N M (0 N- r O) O) r N- co O M CO CO CD N- r co co co co N 0 0 y .� (� r .- Ln N N N N N V V N N- N N V V V V Cl CO 00 I- M M M N M V M M M M ' Ln 0 0:1 IX H O • H a". a) cf) -, 0 w0N N (nw Nn T ❑ 0 as us OC N OC OC Q Y YY Y` .. ` ` U U w :a) 0 O (n N Ua)c " sCO w :_a) N U .7 =- y-U .-� "' -6- m � Ym Y 9 ._ mOmmmmmm 0 s s - - 0 _ _ _ _ _ _ a _ 2WUU0J- w • mu �- p -- aaaaa23 2• U) ) D D J c _. _ c o U U U a N E O coN a C_ a) a) a a) 0_ o CO p (t> U �2S C C C Na) (� U Y 0) Cr) 0 C m C N C N 0 N c N C pp o 0 o E c N U 0 c o U 0 c E C6 m 0 O O w o_.- O)p) c C 0 d) w o JD N '6 O 'Co' in a) V) O m "0 m a) 7 U -- "O - N 'C N (� 0 J 1_ 7 8 a) a) ; 0 > _ 00 o) (n c U �0 5 a) 0 7 m 0 CC - M N cc) CO c U • 0 v m v a) 06 w Nin Z o 0 0 m Q U ECC 0 0 7 a) a) m 7 Y o ❑ c a., m m . m j c 7 N �_ o c c m 0 E Y c u E 0 m U Y O CO m m J 0 otS � O > W 13 7 0 o a) 0 m m 0 CO CO C O m o f (n In U) W a) (n _ CC) m 2 2 E 7 0_ 0.. W U o_ Il J O W W w J c C7 u) Y Y D_ D_ 0 m n3 N o a N co m a) O a) N °� c o T o co a) a) a) U a) a) com m a > > J as c u) ❑ aa)) = m L - o o m m 0 -0 .E Q o - o o m m m m a) m m U) � aa 0_ CC °) y m c U (a=o 5 0 mpU C7 CD u) o E .(� � � � Et ° C) CDCDCD u) CDCD CC ac) ac) ac) .92 -0 o o O a U N 0 0 .(� 2 ac) o - 0 co m ac) 0 N Q aa)) S t s a) ani a)o ) o o 2 -O a a a) -2 -2 '- To '_ U) U) 23 o a CO U) 73 U 7D 0_ 7 I- E 7 7 O_ 0_- X 12 22 • 0 m (a N o O 7 0 :E0c) 0z = 6 O 2 U O - O m O Q o (6 O O m 7 0 0 0 o m o O (n (nu) m (iCDCDC7 F- CD CD IOUo. o_ CD2 WCDUCD5CDZ2U ❑ Z (n (nZcnCDCDC7CD2CDCD 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 > > > > > > > > > > > > > > > > > > > > Z m Cl) Y Y Y Y Y Cr) Up Y co U) U U) U) U) co N W U) co U) (m.) U U) U) U) COW (m.) U) (m) ODWe Y Y (n Y m _U O• m m m m m .2 U m .0 .0 w .0 .0 .0 .0 , .0 .0 .0 .0 .2 ,U .9 .9 E= U w .9 d m o .9 d > o. CLo_ C_ 0_ 25250_ 23 .0 .n2525 � 252525250Oa525252500 � 0 � 0 � 0 ~ 7 7 7 7 0 7 7 7 7 --I 7 7 7 7 7 7 7 7 7 7 7 7 CL CL CL EL ao_ CLa o_ CLo_ a o_ an. a CL CL CL CL lt _ Ln (fl r co D) O N N W '- N M V Ln M I` W O O { N Cl V (n VD N- CO O O N N N N N N N N N M M c C J 0 o N a m E 1 in -o c 0 QcC L 2- ,ii G" a O I1G W O I*-. N LO 0 d) 0 CW 0 Lo 0 N M N- O O N CO 0) l',.. N N N 0) O O W 0 M O Co 0 O': 0 M N V CO 0) O O V O O) O V CO 0 Cr M CO CO O) 0 r` 0) N .:I- N.. M Lo O N- a-- Lfl O OO N LC) (o N !� W I-: ,- Ln M 6 O M V O N Ln oi O V 6) O) O tp. Ln 6) O) O N- O O) LU N O z M r O N Lo N N 0) N N Ln CO 0) CN .-- V N CO Q O M '51,,r..., M 6) N CO CO ,- N- 0) ,- I` M Of �-- , N LO t- r :PI: CO •' 4T .CD0 6'3(fl 69: 69(H(H 69 Efl(fl 69 (.fl(fl Efl to Efl VT VJ(R 69 69 (A 69(fl(a 60. 69 69(a(H d>V3 69 69 69(R M N Co d ay E a (t , o. a) 5• Cn U -IC t'3 M M C') CO C') C) M M M CO Lo LO CO co M Lo Lo co M Co co co M CO 0 M M M I,- I,- M M M N- W 0 › u (fl V VN N- 0 O CO 0 6) CD N - N-6) (fl 0 IN- N- M V V L N- n CO O O CO O N O M (NI M co O co co cr) co O W r- W M V La O (o co W co 6) O co co .-- N (o 0 N N- N 0 N co N- 6) N N N- W r (O N- co M W ,- .- co O m m 0 O Lo C) P') O N6 M ,- 4 O L. V M co in O) a U sd O m V. I,- N M N- 0 Ln 0 I-- M 0) CO W O Lo Ln 0 N- 0 0 CO C) O N 0 0 (1) O) N- V O '7 0 (O M M 0 00 M Nr 0 N- V I` M N- 0 NC Cfl N N- 0 Ln co (0 0 O O) N ,- N co I`O ,- (D .' O) OULO N CO CO M 61' V (n r-M -- 00 CO I` N- CO N N '. O ,- V N O N--,- N r M M ,- N - N- (` N N Lo O M d' N r 7 am+ co to ,O a) Co o a 2 a •> Q > N u. to 0 a) co N N "O 'D - a) U) d' w "O O 'i > -O T• o E 0 0 0 m > > rnQ ai 3 a o m 3 0 ,; Q o Co Y a () cn a) a) m N E � m a0� 3) -F, (n o -Y Q m m t n c — co Y m co o o Q m N N pi)-- (n U cu a)L (6 a� o - E O / C 2 N m .co C) N m 4 O a = m O)O)m`- N a. n. o (r `_• O ._ ti ti/. >> • a) Y > EF-, 0 0 Q Q (a (n (n (n (n co Z w (o Ln Q J (o Z O (o f _ (n ,r Z (,j 2 (n W > Q O c Co O O L, �.,M Co Ln Ln I,- O) (0 0o Q) ,- I,- CO V O O CO O O O O O Lo O N n Q C 6) W CO - 00 ,- C\10 ,- ,-- 00101 .- 010104C,1 •1- 0 .‘t O N Q) O O) M Q) O Lo M O M N M Q V V V V V (D coV M �- coV N 6) N V 6) CT . C6 M m F- 0 2 I m i w, ` r a) a) 0 0- Z o U = a) > n co N co co N YN N N O ' E .w N (n N E O N Qm .0U UO aV m a -, Y` Y` YYu ` ' w m a) - O Y` Y .w a) °UQt U r 2 .() _8 U m m co (o ( m ( m s - n w r m Cu = () me ci cm > Q (n > U U O J > o n. d d d d o d co (n " ..1.---_,-- _0 Q d d Q ci- d d J o o U C9 C7 O 0 U Co I • s N 7 o2 C 2 O C w C N Y N sa oN cc 0 c - . rn x g E a .-U m m an a d E m EQ n E o c -a OE o E8 m co a CO U) C cn m m U N -p CoT N 7 cn , ", U ccs' c) -C O N a) d 7 a co J) 0 a NO > m 2 ai W f0 �a a 0 J 0 C L E 8 2@ v} m _Q 7 (n Q _c m a Co I; O O Y O - Q _0 U) C1 L L Y O) V O w U il 4.- I- J O Q U@ U a, O) a o Q 0 U o O 2 (n (2) 2z,-; 0800 ,-61) O 'a -0 ` -o m N m Q N Q L N LL N m N C C C C a) co . N (A o a) m a) E a) a) a) U) a) a) m m d N >, co O m Co z m E �o - m Co To m O o C ,2 U n u) w 2 N ca cv ai 03 co m o • m U ate) a 0 o o ._ 0 0 0 co 0 0 0 o a Q .- 0 c 0 0 0 0 0 0 o r m m rn rn o n 0 2 U E > E E w E E E E tl Cl- 7 Q C E (n (n Z (n a) 2 I a) cu a) (i O FO- E 2 E V E 2 E E E E a> m O _ o o E x U U p m m m U m ,rn > > — aacn _ � � tux i- 222U2H (n � ww N 00 0 0 0 0 0 O O O O 0 U 0 O O O 0 > > > > > > > > > > > 4 a) c'(n (n (n Y Y CI) Cn Cr) Y a . mad. 0 - - 0 0 0 m Co Co` Co .9 .9 Co m (a .0 U U •��- (6 v u m m .9 .- .9 m I- 0 g O o o O n o • - p a d a Q a a a -2 -2 Q O d d Q d (� 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 as aaaa as DOO aaa 0OO ,,0 it, `° 0) N M W ,- N M V Lo co N- co O) O_ `; 'NI `1. 1.° LU N- Cb O) O N Z ,- N M V )o CO I,- CO O) O_ ,_C M M Z o• I5 -J 0 ON a 00 N E ro in -O CO C C Q CC • (ii a a 11G 4 M ., pp 0) x M LL FO- 7k co to rrddva E CM y:N rt ' 1. e<o ., N Y . a NO O@ �a d H y N"N V V y ++Ca O U 01m00 C L N ea+ V o N. O OA 0. V rU d) 1+6 d d.3 y m co — as co iw y cr. ° mN . ° xd N zm@ u), ..... m f' c ZC3 + '0U :NO d U NV W .. cr cry LL vt C7) Lu OC c' vW v al Nm 7N 7 N C cL 0 co Nc N N'0 O aan2Q Ow > U n iNtiQ C U 2z y mo C O . N 0Z 9 aQ m y- aJ C 'o 0 -0T. C a 0es 16 JC, az E ycpE o : : v rt o ON yO w _ _C 'OOC 0 N� O 0.~w y Sc 7ai . a+ NC) .4- O d COCV) N 0' 0� �Q `m d Z dN CS) NN N3 °O O a " QE) s+ •, @ y O> 0 aCI) m a oo a O Yic °U � N w-� O0 ' (*II 0 U)` _O o 03 a .. C'i-'6.)''-'.>.H Ma N N.o> NC JaGI r,/C c a m E @ Nc Co c -c Q a a 11G ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YY) 10/12/2017 PRODUCER Accent Insurance Agency,Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE P.0.Box 1207 CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT MEND,EXTEND OR ALTER THE COVERAGE AFFORDED Kennesaw,GA 30156 BY THE POLICIES BELOW. INSURED INSURERS AFFORDING COVERAGE 3 H Service System,Inc. INSURER A: AMERICAN SPECIALITY INSURANCE CO. Acworth,GA 30102 P.O.Box 2613 INSURER B: ALLSTATE INSURANCE COMPANY INSURER C: BERKSHIRE HATHWAY ISURANCE COMPANY INSURER D: R L I INSURANCE COMAPNY COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECAT TO ALL THE TERMS,EXCLUSIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EFF LIMITS LTR (MM/DD/YY) (MM/DD/YY) _ GENERAL LIABILITY EACH OCCURRANCE _ $1,000,000 X COMMERCIAL GENERAL FIRE DAMAGE(Any one fire) $ 250,000 A LIABILITY X CLAIMS I X OCCUR MED EXP(Any one person) $ 10,000 MADE CBC 10001779100 07/28/2017 07/28/2018 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PRODUCT S-COMP/OP AGG $2,000,000 PER. UMBRELLA $3,000.000 I Policy I f Project I i loc AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT(Ea $1,000,000 B X ANY AUTO accident) ALLOWNEDAUTOS 64827838600 04/01/2017 04/01/2018 SCHEDULED AUTOS BODILY INJURY $ HIRED AUTOS (Per person) NON-OWNED AUTOS BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACC $ ANY AUTO OTHER THAN EA ACC $ QUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURANCE $ OCCUR CLAIMS AGGREGATE $ MADE DEDUCTIBLE $ RETENTION$ $ WORKERS EACH ACCIDENT $1,000,000 C COMPENSATION AND EMPLOYER'S THWC700237 02/05/2017 02/05/2018 DISEASE-POLICY LIMIT $1,000,000 LIABILITY DISEASE-EA EMPLOYEE $1,000,000 IX' WC Status Limits I I Other D FIDELITY BOND 6213480 08/11/2017 08/11/2018 $100,000.00 DESCRIPTION OPERATION/LOCATIONSNIHICLES/SPECIAL Collier County Board of County Commission is included as an"Additional insured"under the above captioned policy on a primary and non- contributory basis if and to the extent required by written contract. This is for any and all work performed in Collier County. General Janitorial Services CERTIFICATE HOLDER&ADDITIONAL INSURED CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING Collier County Board of County Commissioners INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. AUTHORIZED REPRESENTATIVE 3295 Tamiami Trail, East Bruce Holley Naples, Florida 34112 ACORD 25(2010/05)