Loading...
Backup Documents 11/13/2012 Item #16E 7ORIGINAL 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. Original documents should be hand delivered to the Board Office. The completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #1 through #4 as appropriate for additional signatures, dates, and/or information needed. If the documeni is already complete with the exception of the Chairman's sienature. draw a line through routing lines # I thmiiph 114 cmmnlete the A- 1-liet —A f n.,ar,i r„ ry„ nea,.hon tl ., acN Route to Addressee(s) (List in routing order Office Initials Date 1. appropriate. (Initial) 2. 11/13/12 Agenda Item Number 16 -E -7 3. signed by the Chairman, with the exception of most letters, must be reviewed and signed +� 4. Jeffrey A. Klatzkow, County Attorney County Attorney JAK 11/19/12 5. Board of County Commissioners Documents Attached 6. Minutes and Records Clerk of Court's Office W PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval. 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, including Ian Mitchell needs to contact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item.) Name of Primary Staff Diana DeLeon, Procurement Strategist Phone Number 252 -8375 Contact appropriate. (Initial) Agenda Date Item was 11/13/12 Agenda Item Number 16 -E -7 Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed +� Type of Document Assumption Agreement - Orkin LLC Number of Original One Attached I resolutions, etc. signed by the County Attorney's Office and signature pages from Documents Attached INSTRUCTIONS & CHECKLIST Y_� J I: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05 08- MGR - 00132/33 Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. (Initial) 1. Original document has been signed/initialed for legal sufficiency. (All documents to be JAk -Applicable) signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike - through and revisions have been initialed by the County Attorney's JAK Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the JAK document or the final negotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's JAK signature and initials are required. 5. In most cases (some contracts are an exception), the original document and this routing slip JAK should be provided to Ian Mitchell in the BCC office within 24 hours of BCC approval. 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! 6. The document was approved by the BCC on 11/13/12 and all changes made during JAIL the meeting have been incorporated in the attached document. The County Atto a 's Office has reviewed the changes, if applicable. Y_� J I: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05 08- MGR - 00132/33 ITEM NO.: FILE NO.: DATE RECEIVED: 16E 71 Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 Telephone: (239) 252 -8375 FAX: (239) 252 -6597 Email: dianadeleon(c)colliergov.net www.colliergov.netlpurchasing DO NOT WRITE ABOVE THIS LINE Request for Legal Services , `Z Date: November 14, 2012 - To: Jeff Klatzkow- County Attorney From: Diana DeLeon for Adam Northrup, Procurement Strategist, Purchasing Dept. Re: Assumption of Tri- County Pest Control by Orkin, LLC BACKGROUND OF REQUEST: ��. This item waKapproved by the BCC on/November 13, 2012 agenda item 16E7. It was originally reviewed as RLS 12 -PRC- 02332. / ACTION REQUESTED: Assumption agreement review and approval. OTHER COMMENTS: Please forward to BCC for signature after approval. If there are any questions concerning the document, please contact me at the telephone number or email address above. Purchasing would appreciate notification when the documents exit your office. C: Ann Simpson, Facilities Management �►� + s o G' V, CVtcj��.a� CviD�� P(Qc s �� �. Cory -f G /Acq uisitions/ AgentFormsandLetters /RiskMgmtReviewof Ins urance4 /15/2010/16/09 Memorandum 16E 7 Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 Telephone: (239) 252 -8375 FAX: (239) 252 -6597 Email: dianadeleon(a colliergov.net www.colliergov.net/purchasing Subject: Assumption of Tri- County Pest Control by Orkin, LLC Date: November 14, 2012 From: Diana DeLeon for Adam Northrop, Procurement Strategist, Purchasing Dept. To: Ray Carter, Manager Risk Finance This Contract was approved by the BCC on November 13, 2012 agenda item 16E7. E The County is in the process of executing this agreement. The assumption cannot take place until verification is received from Risk that all the insurance requirements, per the contract, have been met. The insurance requirements begin on page 28 and bid package. Please review the Insurance Certificate(s) for the referenced Agreement. • If the insurance is not in order please contact the vendor /insurance company to obtain a proper certificate. Once you receive the proper certificate(s), please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. • If the insurance is in order please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. If you have any questions, please contact me at the above referenced information. Insurance Approved By: Risk Finance Signature (Please route to County Attorney via attached Request for Legal Services) lJ /Z_ Date G /Acqu isitions /AgentFormsand Letters /RiskMgmtReviewoflnsurance4 /15/2010/16/09 16E Ti ASSUMPTION AGREEMENT This ASSUMPTION AGREEMENT is made and entered into as of 100y. (3+�\ , 2012, by and between Orkin, LLC ( "Orkin ") and Collier County Board of County Commissioners, a political subdivision of the State of Florida ( "Collier County "). WHEREAS, on April 7, 2009 Collier County awarded and Invitation to Bid (ITB) #09- 5203 "Pest Control Services" to Tri- County Pest Control South Inc. ( "Contractor ") attached hereto as Exhibit A, together with any extensions thereto, and hereinafter referred to as the "Agreement;" and WHEREAS, Contractor has informed Collier County that it has merged with Orkin; and WHEREAS, the parties wish to formalize Orkin's assumption of rights and obligations under ITB #09 -5203, effective as of the date first above written. NOW THEREFORE, in consideration of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which are acknowledged by the parties, it is agreed as follows: 1. Orkin accepts and assumes all rights, duties, benefits, and obligations of the Contractor under ITB #09 -5203, including all existing and future obligations to pay and perform under the Solicitation. 2. Orkin will promptly deliver to Collier County evidence of insurance consistent with ITB #09 -5203. 3. Except as expressly stated, no further supplements to, or modifications of ITB #09 -5203 are contemplated by the parties. 4. Notice required under the Solicitation to be sent to Orkin shall be directed to: CONTRACTOR: Orkin LLC 7700 St Johns Rd. Land O'Lakes, FL 34638 Attention: Steve Vaughan 5. Collier County hereby consents to Orkin's assumption of ITB #09 -5203. No waivers of performance or extensions of time to perform are granted or authorized. Collier County will treat Orkin as the Contractor for all purposes under ITB #09 -5203. 16E 70 IN WITNESS WHEREOF, the undersigned have executed and delivered this Assumption Agrecment effective as of the date first above written. FOR COLLIER COUNTY: ATTEST , DWIGHT E ..BRQC`I{„ Clerk By: Deputy Cjerk. s1 an FOR Or LLC: Print Name Date: Approved PS to form and legal skf c' c By: Jeffrey County BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: FRED W. COYLE, CHAIR AN Attest: Witne. /\ /C� 1r'I�'v -J-?- c3 Date: COLLIER COUNTY PURCHASING DEPARTMF 3301 Tamiami Trail East, Building "G ", Naples, Florida 34112 (239) 252 -8407, Fax (239) 732 -0844, www.colliergov.net/purchasing EXHIBIT A INVITATION TO BI DATE: February 12, 2009 TO: Prospective Bidders FROM: Jack Curran Purchasing Agent RE: ITB# 09- 5203 -- "Pest Control Services" As requested by the Facilities Management Department, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the sole intent and purpose of obtaining fair and competitive bid responses on the above referenced ITB. Please refer to the Public Notice included in this document for the time and date of the opening date and any applicable pre -ITB conference. Any and all questions regarding this ITB must be asked online on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. All answers to questions will be posted on the noted website with electronic notification to all prospective bidders. We look forward to your participation in Collier County's competitive procurement process. cc: Damon Gonzales Note: All Bid Responses submitted manually must be submitted as one original, and one exact duplicate copy, including any required forms. C pft! e, r C 1) 14 n t * Revised 1/09 1 16E 7 BIDDERS'S NON - RESPONSE STATEMENT ITB # 09 -5203 "Pest Control Services" The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Bidders did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email, fax or mail to: Collier County Purchasing Department, 3301 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: _ Mailing Address: City, State, Zip: Telephone No: _ Email: is Signature of Representative Revised 1/09 2 16E 7 PUBLIC NOTICE Sealed bid responses for ITB #09 -5203, "Pest Control Services" will be received electronically or manually only at the Collier County Purchasing Department Director's Office, 3301 Tamiami Trail East, Building "G ", Naples, Florida 34112 until 2:30 p.m. Collier County local time on March 5, 2009. ITB responses received after the stated time and date will not be accepted. ITB #09 -5203 "Pest Control Services" No pre -bid conference will be held for this solicitation Any and all questions regarding this ITB must be asked online on the Collier County Purchasing Department E- Procurement website: www.colliergov.net /bid. All answers to questions will be posted on the noted website with electronic notification to all prospective bidders. All ITB responses must be made on the official ITB response form included as part of this ITB and only available for download from the Collier County Purchasing Department E- Procurement website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages bidders to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Steve Carnell Steve Carnell, C.P.M. Purchasing /General Services Director Publicly posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the lobby of the Purchasing Building on February 12, 2009. Revised 1/09 3 16E 7 GENERAL BIDDING REQUIREMENTS 1. All bids must be made on the Bid form furnished by the County. No bid will be considered unless the Bid form is properly signed. 2. Bidders must provide unit prices any time unit prices are requested in the units requested. These unit prices must be proper and balanced so as to allow fair adjustments in quantities as required by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. 3. Any transportation and /or any other charges incurred in delivering the product as specified must be included in the bid price. FOB destination shall apply unless exception is made in the specifications. 4. Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 5. Bidders taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS ". Failure to indicate any exceptions shall be interpreted as the Bidders intent to fully complies with the specifications as written. Exceptions taken by the Bidder may be deemed grounds for rejection of bid response. 6. Bidders who qualify their bids will be rejected. Examples of bid qualification include, but are not limited to: prices submitted are based on an all -or -none award, prices submitted based on receiving other awards firm is in contention for, prices submitted as today's price and changeable at time of delivery. 7. The County reserves the right to formally amend and /or clarify the requirements of the bid specifications where it deems necessary. Any such addendum /clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. 8. The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. 9. All bids shall be submitted manually or electronically to the County Purchasing Director, Collier County Government Complex, Purchasing Building "G ", Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Revised 1/09 4 16E 7 10. All bids submitted manually must be an original and one exact duplicate copy and placed in a sealed envelope, and plainly marked as follows: • The due date and time of receipt of the bids by the County Purchasing Director. • The number of the bid and the bid title. However, under no circumstances shall any part of, or pertaining directly to the Bidder's offer, be exposed on the outside of the bid offer. Special Note: All bids sent by courier service must have the bid number and title on the outside of the courier packet. 11. 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. A copy of Collier County's Certificate of Exemption ( #85- 8012621830C2) is available upon request. Corporations, individuals and other entities are impacted by Chapter 212, Florida Statutes according to the type of service, sale of commodity or other contractual agreement to be made with Collier County. By submittal of a properly executed response to a Bid from Collier County, Florida, the bidder is acknowledging that he is aware of his statutory responsibilities for sales tax under Chapter 212, Florida Statutes. Collier County is also exempt from most Federal excise taxes. By submittal of a properly executed response to a bid from Collier County, Florida, the bidder is acknowledging that he is aware of his responsibilities for Federal excise taxes. 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. No markup shall be applied to sales tax. 12. Tangible personal property purchased by Contractors in the performance of realty construction for the County is taxable, though the County is exempt on its own purchases. 13. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug -free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 14. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by 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. Revised 1/09 5 16E 7" 15. When it is deemed by the County that a bid cannot be awarded as intended, the County reserves the right to award this bid through an approach which is the best interest of the County. 16. Alternate bids will not be considered unless. authorized by the Invitation for Bids. 17. Bidders on any project must be qualified and directly responsible for 30% or more of the Bid amount for said work. 18. Payment will be made by the County in accordance with the requirements of the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Collier County, at its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include: 1. Traditional — payment by check, wire transfer or other cash equivalent. 2. Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions Vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." 19. Any Contractor who is a recipient of County funds, or who proposes to perform any work or furnish any goods under this bid shall not discriminate against any worker, employee or applicant or any member of the public because of age race, color, sex, religion, national origin, disability or marital status nor otherwise commit an unfair employment practice. 20. Bidders who wish to receive copies of bids after the bid opening may view and download from the Collier County Purchasing Department E- Procurement site. 21. Any actual or prospective respondent to an ITB, who is aggrieved with respect to the ITB, shall file a written protest with the Purchasing Director prior to the opening of the bid or the due date for acceptance of bid. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the advertised date for the opening of the bid. Revised 1/09 6 16E 7 22. ITB award selection criteria is as follows: a. All questions on the Bid document shall be answered as to price(s), time requirements, required document submissions and electronic acknowledgment of addenda received by download. b. Award shall be based upon the responses to all questions on the Bid Response Page(s). c. Further consideration will include but not be limited to references, completeness of bid response and past performances on other County bids /projects. d. Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper answer. 23. Award of contract will be made by the Board of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Board. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as the Collier County Purchasing Department website on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 24. All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied... either individually or collectively ... about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or their agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 25. The Contractor shall employ people to work at County facilities who are neat, clean, well - groomed and courteous. Revised 1/09 7 16E 7 26. If the bidder should be of the opinion that the meaning of any part of the Bidding Document is doubtful, obscure or contains errors or omissions he should report such opinion to the Purchasing Director before the bid opening date. 27. Bidder acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately 28. Any suit or action brought by either party to specifically enforce any of the terms and conditions of this contract shall have venue in the Twentieth Judicial Circuit in and for Collier County Florida, which has sole and exclusive jurisdiction on all such matters. Revised 1/09 8 16E 7. Invitation to Bid ITB #09 -5203 "Pest Control Services" 1) General Introduction /Overview Thank you for your interest in doing business with Collier County. We look forward to a very successful procurement process. Please take notice of the bid submittal requirements outlined in the solicitation. Make sure you read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to your bid submittal being rejected as non - responsive. Any and all changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department E- Procurement website: www.colliergov.net /bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addendums as failure to do so may result in the rejection of your submittal. Bidding Documents obtained from sources other than Collier County Purchasing may not be accurate or current. 2) Purpose /Objective As requested by the Facilities Management Department (hereinafter, the "Division, or Department "), the Collier County Board of County Commissioners Purchasing Department (hereinafter, the ( "County ") has issued this Invitation to Bid (hereinafter, the "ITB ", or "Bid ") with the sole purpose and intent of obtaining bid responses from interested and qualified firms offering pest control services in accordance with the terms, conditions, and specifications stated and /or attached herein /hereto. The successful bidder will hereinafter be referred to as the "Contractor" 3) Pre- ITB Conference No pre -bid conference will be held for this solicitation Revised 1/09 9 16E 71 4) Questions Direct questions related to this ITB only to the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Bidders must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Purchasing Agent at (239) 252 -6098. 5) Method of Source Selection The County is using the Competitive Sealed Bid methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2008 -181 establishing and adopting the Collier County Purchasing Policy. The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive, non -local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent (10 %) of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e. the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087 F.S. Revised 1/09 10 16E 7 ' If the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non -local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287.087 F.S. and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 6) Award It is the intent of Collier County to award the lowest, qualified and responsive bidder(s) in accordance with the Method of Source Selection denoted in terms and conditions section five (5) on the basis of Multiple Awardees basis, and determined by based on the total for both the main campus and satellite locations, the Collier County Board of County Commissioners shall make an award that best suits the needs and is in the interest of Collier County. The contract will be in the form of a standard County Purchase Order. Bidders whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non - responsible. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non - responsive. Revised 1/09 11 16E 71 7) Contract Term The contract term, if an award(s) is /are made is intended to be one (1) year with three (3) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director and must be based upon South Urban Consumer Price Index (CPI) based on the previous twelve (12) months. Verification of these increases, other than CPI, shall be furnished to the Purchasing Director with the written request for increase. Any upward price adjustment approved by the County shall impose upon the vendor the requirement to advise and extend credit to the County when costs' similarly decrease. Surcharges, if applicable, will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 8) Inability to Provide Goods and /or Services In the event circumstances arise in which the Contractor is unable to supply the required goods and /or services within the County's needs. Contractor shall advise the Purchasing Director in writing of the circumstance and duration. The County may select an alternate supplier to provide required goods and /or services until such time that the Contractor is again able to supply these requirements. 9) Termination Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non - performance. 10) Specifications /Scope of Work These specifications are intended to provide the information by which prospective bidders may understand the requirements of Collier County relative to furnishing pest control services (interior and exterior) on a monthly or as needed basis. Awarded vendors will quote price for bee /was /hornet removal when needed. The bid may be awarded to one or more vendors for a one (1) year initial contract. The County shall have the option to renew this contract for three (3) additional one -year periods under the same terms and conditions. 1. Contractor's Performance a. Collier County's Mission Statement is to "Exceed Customer's Expectations ". At time of acceptance of the contract, the Contractor will Revised 1/09 12 MUM, assume this mission statement as an integral part of the contract and strive, in every way possible, to achieve this goal. b. The Contract Officer, with the Contractor or its representative's consent, may add additional requirements and shall be considered a part of the contract thereafter. Prices for any additions and deletions shall be at the unit price specified on an add -on change order basis, as needed and approved. The Contract Officer also reserves the right to make deletions of certain requirements or facilities and to adjust prices accordingly. c. The Contract Officer shall be authorized to approve all additions provided sufficient funds are appropriated in the designated department's operating budget. Contractor is responsible for keeping all County facilities insect and rodent free, including bees, wasps, hornets, by using an aggressive approach to the application and service, while still maintaining the nature of the County's business and the individuals who use the service. 2. Service Specifications: A. The control of common household pests, specifically ants, roaches, silverfish, firebrats, earwigs, millipedes, centipedes, cricket, scorpions, spiders, fleas, ticks, bees, wasps, hornets, and stored product pests. B. The interior application to buildings shall include, but not be limited to, offices, storage rooms, mezzanines, attics, kitchens, bathrooms, labs, kennels, locker rooms, etc. Special attention shall be paid to problem areas such as kitchens and bathrooms. C. The perimeter application to the outside of the buildings shall include porches, window frames, eaves, patios, doorways, refuse areas, and anywhere pests congregate. D. The control of rats and mice in, under and around the designated structures including the area extending to a distance of ten (10) feet. Traps must be checked on a daily basis until condition is under control; then on a weekly basis to ensure no new activity. E. Deodorants, when necessary, will be utilized to overcome possible odors caused by rat and mice control operations. However, every effort must be made to remove the source of odor, where accessible. F. Termite inspections and treatment shall be negotiated on an as needed basis. G. The Vendor shall schedule the same pest control employee(s) to service Collier Revised 1/09 13 16E 74 County, to allow for a degree of familiarization with County facilities and personnel. All employees must sign in or announce presence prior to service. H. Additional services required by the County, for insects and /or rodents other than specified above, may be furnished at a negotiated cost. I. The vendor shall enter, inspect and treat the specified structures at a time and in a procedure that will minimize interference with the daily routine of County employees. The date and time of the treatment shall be mutually agreed upon by the awardee and the Contract Officer or designee. A schedule of services to be performed by date shall be given to the Contract Officer or designee by the awardee prior to treatment on a monthly basis. If callbacks are necessary, the Vendor shall perform callbacks within twenty -four (24) hours after receipt of notice of a problem. In the event a pest control problem arises that is determined to be an "emergency" by the Facilities Management Manager, or his designee, (i.e. rodent sighting) the Vendor agrees to respond the same day of notification. Failure to respond in an appropriate timeframe may result in a fine in the amount of one hundred fifty dollars ($150.00) to be deducted from Contractors invoice. If a rodent situation is not under control after two (2) callbacks, another Contractor may be substituted and cost will be charged back to original vendor. Callbacks shall be handled at no additional cost to Collier County. Special conditions may dictate the necessity of after hours or weekend service to certain areas. Also, in certain areas, due to the "sensitive" information contained therein, the Vendor will be limited to specific access times during the day. The County, upon award of this agreement, will identify the areas requiring special service. There shall be no additional charge to Collier County for providing after hours, weekend, or limited access service. 3. Pager System a. The Contractor shall provide a pager, cellular telephone and /or other means of communication to the Contractor's Service Technician, and shall pay all costs associated with the service. This service shall be operational Monday — Friday from 8:00 am to 5:00 pm. b. In all cases, the Contractor's employees or Project Manager shall respond to being paged or called within one (1) hour of the originating call. If a call is not returned within one (1) hour, the County has the right to complete the work with County employees or outside contractors, and to Revised 1/09 14 16E T' deduct One Hundred fifty dollars ($150.00) from the Contractor's monthly invoice (per occurrence). c. After callbacks, Contractor's Service Technician or his designee, shall inform the Contract Compliance Officer of completed work by reporting on a weekly basis the completed work requests. 4. Required Documentations a. A current material, supplies and equipment list shall be provided and shall be updated quarterly. b. A Material Safety Data Sheet (MSDS), in compliance with the standards set forth in the Occupational Safety and Health Administration (OSHA) Hazard Communication Standard (H.C.S.), 29 CFR 1910.1200, shall be provided. This includes but is not limited to: 1. The chemical name and the common name for the toxic substance. 2. The hazards or other risks in the use of the toxic substance, including: the potential for fire, explosion, corrosivity, and reactivity; known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and the primary routes of entry and symptoms of over - exposure. 3. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use or exposure to the toxic substances, including appropriate emergency treatment in case of over exposure. 4. The emergency procedure for spills, fire, disposal, blood - borne pathogens and first aid. 5. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading the information. 6. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. All changes /updates shall be reported to the Contract Officer immediately. Revised 1/09 15 16E 71 c. A complete Safety Program, as specified in Section 1, Item 15.a -f, shall be provided WITH YOUR BID. This shall be kept updated throughout the term of the contract. All changes /updates shall be reported to the Contract Officer within seventy -two (72) hours. 5. Uniforms and Identification Badges 5. The Contractor's employees shall be attired in distinctive, clean and identifiable uniforms furnished by the Contractor. They shall be neat and clean in appearance. The employees shall also wear an identification badge, provided by Collier County, in plain sight and at all times. 6. 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 shall be returned. 7. The front of the employee identification badge shall have the employee's photo, the employee's name and the Contractor's company name. Minimum Qualifications: The vendor shall have at least three (3) years of pest control experience on similar size projects in Southwest Florida, and have all appropriate State and County licenses and insurance. Locations: Collier County has over one hundred (100) designated locations for which service shall be provided monthly. The Contract Officer reserves the right to add locations or delete locations as necessary. Collier County advises the contractor to visit each site prior to bidding. Revised 1/09 16 16E 7 The vendor shall provide monthly treatments for the following locations: Revised 1/09 17 Location Sq. Footage Department 1) Sheriff's Government Complex, 3301 Tamiami Trail East, 82,903 Administration Naples and Naples Jail — Bldg J 2) Bldg B — Human Government Complex, 3301 Tamiami Tail East, 6,935 Resources Naples 3) Bldg C1 -Tax Government Complex, 3301 Tamiami Trail East, 18,206 Collector Naples 4) Bldg C2 — Elections Government Complex, 3301 Tamiami Trail East, 12,384 Naples 5) Bldg D — Risk Mgt Government Complex, 3301 Tamiami Trail East, 8,388 Naples 6) Bldg E — Snack Bar Government Complex, 3301 Tamiami Trail East, 770 Naples 7) Bldg F — Government Complex, 3301 Tamiami Trail East, 76,500 Administration Naples 8) Bldg G — Government Complex, 3301 Tamiami Trail East, 5,569 Purchasing Naples 9) Bldg H — Health Government Complex, 3301 Tamiami Trail East, 73,155 Naples 11) Bldg K — Chiller Government Complex, 3301 Tamiami Trail East, 5,520 Plant Naples 12) Bldg L — Government Complex, 3301 Tamiami Trail East, 143,036 Courthouse Naples 13) Bldg M — Museum Government Complex, 3301 Tamiami Trail East, 7,165 Naples 14) Discovery Cottage Government Complex, 3301 Tamiami Trail East, 1,388 Naples 15) Huntoon Gallery Government Complex, 3301 Tamiami Trail East, 858 Naples 16) Craighead Lab Government Complex, 3301 Tamiami Trail East, 849 Naples 17) Bldg W — Facilities Government Complex, 3301 Tamiami Trail East, 10,382 Naples 18) East Naples 8787 Tamiami Trail East, Naples 7,348 Library 19) East Naples 3500 Thomasson Drive, Naples 10,761 Community Center /Field House/Tennis Restrooms Revised 1/09 17 16E 7 20) East Naples 11121 Tamiami Trail East, Naples 12,054 Emergency Complex 21)Helicopter Hanger/ 2375 Tower Drive, Naples 7,256 EMS 22) Sheriff's Special 250 Patriot Way, Naples 30,000 Operations Division 23) South County 5600 Warren Street, Naples 6,931 Waste -Water Treatment Plant 24) Public Defender 2660 Airport Pulling Road 12,000 25)Fleet Management 2901 C ounty Barn Road, Naples 16,419 26) Road & Bride " 4800 Davis Blvd., Naples 8,400 27)Development 2800 Horseshoe Drive North, Naples 60,034 Services 28) Tourism 3050 N. Horseshoe D, Suites 210/218, Naples 3,093 29) Housing & 3050 N. Horseshoe D, Suites 110/115, Naples 4,222 Financial Admin 30) CID 2373 Horseshoe Drive South, Naples 35,050 31) South County 3851 Utilities Drive, Naples 18,141 Regional Water Treatment Facility 32) Naples Branch 650 Central Avenue, Naples 36,000 Library 33) EMS #40 1441 Pine Ridge Road, Naples 1,000 Substation 34) Domestic Animal 7610 Davis Blvd., Naples (5 buildings) 9,422 Serv. 35)Wastewater 6027 Shirley Street, Naples 4,000 Operations 36) North County 10500 Goodlette Road, Naples 4,155 Waste -Water Treatment Plant 37) Pelican Bay 6200 Watergate Way 3,500 Services 38) North Naples 788 Vanderbilt Beach Road, Naples 7,000 Library 39) North County 8005 Vanderbilt Beach Road Extension, Naples 37,283 Regional Water Treatment Plant 40) North Naples 776 Vanderbilt Beach Road, Naples (Sheriff & 7,034 Emergency Center EMS) 41) Cocohatchee 13531 Vanderbilt Drive, Naples 3,984 River Park 42) Golden Gate 4894 Coronado Parkway, Naples 7,000 Libra ( "Old) 43) "New" Golden 2432 Lucerne Road 17,000 Revised 1/09 18 16E T1 Gate Library 44) Golden Gate 4741 Golden Gate Parkway, Naples 13,694 Emergency Complex (EMS portion only) 45)Coastal 3300 Santa Barbara Blvd., Naples 7,000 Zone /Elections 46) Golden Gate Government Center 4707 Golden Gate Parkway, Naples 7,236 47) Golden Gate 3300 Santa Barbara Blvd., Naples 10,459 Fitness Center & Aquatic Center 48)Golden Gate 1266 Golden Gate Blvd. West, Naples 11,182 Estates Library 49) Vineyards 6213 Arbor Drive West, Naples 9,664 Community Center/ Sports Complex 50) Greentree Tax 2348 Greentree Shopping Center, Naples 7,650 Office 51) Marco Library 210 South Heathwood Drive, Marco Island 13,564 52) MI Tax Collector 1041 Winterberry Drive, Marco Island 3,000 53) MI Sheriff 990 North Barfield Drive, Marco Island 3,710 Substation 54) Marco Island 2003 Main Sail Drive, Marco island 5,137 Airport 55) Barefoot Beach 5050 Lely Blvd., Naples 771 Concession 56) Tigertail Beach 490 Hernando Drive, Marco Island 1,396 Concession & Bath House 57)Veterans 1900 Immokalee Road, Naples 7,122 Community Center /Field House/Tennis Restrooms 58) EMS Station #42 7010 Immokalee Road, Naples 1,371 59 EMS Station #10 13240 Immokalee Road, Naples 3,508 60) EMS Station 112 South First Street, Immokalee (share with 11,256 #30/31 /Sheriff's Office Sheriff) 61)University 14700 Immokalee Road, Immokalee 13,361 Extension 62) Immokalee Library 417 North First Street, Immokalee 7,630 63) Immokalee Jail 302 Stockade Road, Immokalee 18,857 Center 64) Immokalee Health 419 North First Street, Immokalee 14,265 Bldg 65)lmmokalee 321 North First Street, Immokalee 12,000 Community Revised 1/09 19 16E 7 Center /Field House/Tennis Restrooms 66) Immokalee Road 402 Stockade Road, Immokalee 5,150 & Bridge 67)lmmokalee 106 South First Street, Immokalee 10,495 Government Center 68) Immokalee Sports 505 Escambia Street, Immokalee 17,423 Complex 69) Commissioner's 310 Alachua Street, Immokalee 2,072 Office 70) Immokalee Airport 165 Air Park Blvd., Immokalee 2,500 71) Tommy Rosbough Little League Road, Immokalee 1,200 Little League Baseball Park Concession Booth 72) Carnestown 32030 Tamiami Trail East, Carnestown 2,391 Sheriff's Substation 73) EMS #61 201 Buckner Road, Everglades City 5,593 74) Everglades Airport 650 E.C. Air ark Road, Everglades City 1,945 75) EMS #90 175 Capri Blvd., Isle of Capri 1,821 76) IT /State Attorney 2685 S. Horseshoe Dr., Naples 8,117 77) EMS 2705 S. Horseshoe Dr., Naples 9,307 Administration 78) South Park Day 418 School Drive, Immokalee 2,111 Care 79) Transportation 2885 S. Horseshoe Dr., Naples 31,985 Headquarters 80) Facilities Trailer 3301 E. Tamiami Trail, Naples 182 81) Clam Pass 475 Seagate Dr., Naples 500 Concessions 82) Max Hasse 3390 Golden Gate Blvd., Naples 9,483 Community Park Group 83) Golden Gate 4741 Golden Gate Pkwy, Naples 4,900 Sheriff's Office 84) Wheels 4701 Golden Gate Pkwy, Naples 7,812 85) Court Plaza III 2671 Airport Road, Suites 102, 104, 2" & 3r 9,969 Floors, Naples 86) Property 3285 E. Tamiami Trail, Naples 18,581 Appraiser 87) WIC 4945 Golden Gate Pkwy Suite 102, Naples 1,300 88) Everglades 105 W. Broadway, Everglades City 2,847 Museum Revised 1/09 20 16E 7'' 89) MI Transfer 771 E. Elkam Circle, MI 122 Station 90) HQ Library 2385 Orange Blossom, Naples 38,045 91) CAT Operations 8300 Radio Road 13,000 92) Golden Gate 4701 Golden Gate Pkwy, Naples 27,295 Community Center 93) CCSO Fleet 3535 Arnold Avenue, Naples 4,775 94) Motor Vehicle 725 N. Airport Road, Naples 6,208 Bldg 95) Public Utilities 4420 Mercantile 23,500 (East) 96) Public Utilities 4375 Mercantile 23,500 (West) 97) Sugden Park 4284 Avalon 7,826 Bld s 98) Bayview Park 1500 Danton 700 Marina 99) Pelican Bay Park 764 Vanderbilt Beach Road 750 Center 100) Vanderbilt Beach 150 Vanderbilt Beach Road 500 Restrooms 101) Golden Gate 3300 Santa Barbara Blvd 2,400 Park Field House & Racquet Restrooms 102) S. Marco Beach South Collier Blvd, Marco Island 200 Restroom 103) Eagle Creek 12668 E. Tamiami Trail 2,947 Government Tax Office 104) North Collier 2335 Orange Blossom Dr. 16,000 Government Center 105 Naples Depot 1051 5 th Avenue S. 8,700 106) Caxambas 909 Collier Court 2,100 Dockmaster/ Coast Guard Operations 107) Corkscrew 1065 Oil Well Road 1,758 Sheriff's Office 108) Naples Scale 3901 White Lake Blvd. 2,580 House 109) CCSO 4373 Mercantile 5,000 Purchasing 110) South Regional 8065 Lely Cultural Parkway 30,000 Library 111) Emergency 8075 Lely Cultural Parkway 127,294 Services Center Revised 1/09 21 16E 710 112) North Collier Regional Park (all buildings) 15000 Livingston Road 68,000 113) Roberts Ranch (all structures 1215 Roberts Avenue W 4,850 114) Guardian Ad Litem 2681 Airport Pulling South, Suite C- 101 1,000 115) IM Vice /Narcotics Airpark Blvd (Immokalee Airport grounds) 1,200 116) CCSO Fleet 2901 County Barn Road 35,812 117) Port of the Islands Marina 25000 East Tamiami Trail 12,000 118) Courthouse Annex 3301 E. Tamiami Trail 131,000 119) Eagle Lakes Park 11565 E. Tamiami Trail 3,000 120) EMS #22 4375 Jeepers Drive 4,500 121 EMS #24 2795 Airport Road North 9,500 122) EMS #71 95 13,n Street SW 4,500 123) EMS #75 4590 Santa Barbara Blvd. 4,500 124) Ochopee Fire 48080 Tamiami Trail East 3,500 124) Medical Examiner 3838 Domestic Avenue 13,238 125) EN Skate Pro Shop 3500 Thomasson Drive 800 126 Bay Street #1 1973 Bay Street 1,700 127 Bay Street #2 2015 Bay Street 1,700 128) Wilson House 1081 Wilson House 2,200 129) Naples Transfer Station 2640 W. Enterprise 500 130) Temporary WIC 1221 Airport Road South 1,500 131) Estates Tax Office 50 Wilson Blvd. South 1,500 132) Marco Recycling 990 Elkam Circle 2,500 Contractor's Employees: The Contract Officer reserves the right to prohibit, with or without cause at its sole discretion, any of the Contractor's employees from performing services in County facilities or in connection with the contract. The Contractor is not permitted to employ undocumented immigrants to perform services around County facilities or in connection with the contract. Upon award of the contract, provide certification of the above. Revised 1/09 22 16E 71 Competency of Personnel: All personnel employed by the Contractor under the contract shall be competent, trustworthy and properly trained for their work. The Contractor and the employees shall be required to comply with applicable regulations of the County and any other regulations that have jurisdiction. The County shall require the Contractor to remove from the County work place all employees deemed careless, incompetent, insubordinate, or otherwise objectionable, or whose continued employment on the job is deemed contrary to the interests of the County. The Contract Officer shall be notified immediately of an employee's termination. Safety and Training: 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. The Contractor shall submit to the Contract Officer a program for safety and training. This program shall include specific actions the Contractor shall take to train its employees in: • Safe work habits. • Safe use of chemicals. • Safe use of equipment. • The use of equipment and chemicals to protect building occupants and the general public. • Recognizing hazardous or other materials that are not permitted for use in the contract. For all operations requiring the placement and movement of the Contractor's equipment, the Contractor shall observe and exercise, and compel its employees to observe and exercise, all necessary caution and discretion, so as to avoid injury to persons or damage to property of any County personnel. No doors shall be propped open at any time. Failure to adhere to this directive will result in the Contractor being fined fifty ($50.00) dollars per occurrence. When the Contractor's employees use any motorized vehicles in connection with the Contract, the Contractor shall instruct its employees that such use shall be in a safe and careful manner, and that all posted speed limits shall be observed. In addition to the above, the Contractor is responsible for obeying all rules and regulations of any governing agency having jurisdiction. Security: Only authorized Contractor employees are allowed on the premises of the County 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. Revised 1/09 23 16E 7" The Contractor shall report immediately to the Contract Officer or the County's security personnel the presence of suspicious persons or packages. 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. No dangerous or illegal drugs or other prohibited substances, including alcohol, are allowed on the premises. Accident Prevention: Precautions shall be exercised at all times for the protection of persons (including employees) and property. All work areas shall be clearly marked. The vendor shall provide barricades when work is performed in areas traversed by persons, or when deemed necessary by the Contract Officer. Permits, Licenses and Taxes: All permits and licenses necessary for the performance of the work shall be procured and paid for by the contractor. If the vendor performs any work without obtaining, or contrary to such permits or licenses, the vendor shall bear all costs arising there from. Compliance with Federal Standards: The vendor must comply with all applicable codes and requirements, including but not limited to ANSI and OSHA. Quantities: The quantities listed in the Contract Proposal are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period, but does not guarantee any minimum or maximum to be ordered during the period specified. 11) Equal Product Can Be Considered Manufacturer's name, brand name and /or model number are used in these specifications for the sole purpose of establishing minimum requirement of level of quality, standards of performance and design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results of unit bid as equal or similar. Samples, if required for evaluation and at no cost to the County, must be submitted with the Bid; provided, however, that the bidder must be given the opportunity to submit the samples to the County during the bid evaluation period if the submission is in the best interest of the County. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. Revised 1/09 24 16E 7' 12) Quantities Quantities, if listed in this solicitation are estimated annual quantity subject to increase /decrease depending on County's need. 13) Insurance Requirements o CONTRACTOR shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida. As described in the attached Contract Insurance Requirements form. o The OWNER shall procure and maintain property insurance upon the entire Project, if required, to the full insurable value of the Project. The property insurance obtained by OWNER shall, at a minimum, insure against the perils of fire and extended coverage, theft, vandalism, malicious mischief, collapse, flood, earthquake, debris removal and other perils or causes of loss as called for in the Contract Documents o OWNER and CONTRACTOR waive against each other and Owner's separate Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. CONTRACTOR and OWNER shall, where appropriate, require similar waivers of subrogation from Owner's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. o The OWNER shall be responsible for purchasing and maintaining, its own liability insurance. o CONTRACTOR shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in this Article 3, and certificates attached as Exhibit B to this Agreement. Certificates must identify the specific Project name, as well as the site location and address (if any). o The General Liability Policy provided by CONTRACTOR to meet the requirements of this Agreement shall name Collier County, Florida, as an additional insured as to the operations of CONTRACTOR under this Agreement and shall contain a severability of interest's provisions. Revised 1/09 25 16E 7" o Collier County Board of County Commissioners shall be named as the Certificate Holder. NOTE - -The "Certificate Holder" should read as follows: • Collier County • Board of County Commissioners • Naples, Florida o The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONTRACTOR has any self- insured retentions or deductibles under any of the below listed minimum required coverages, CONTRACTOR must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self- insured retentions or deductibles will be Contractor's sole responsibility. o Coverage's shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. o The CONTRACTOR and /or its insurance carrier shall provide 30 days written notice to the OWNER of policy cancellation or non - renewal on the part of the insurance carrier or the CONTRACTOR. CONTRACTOR shall also notify OWNER, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverages or limits received by CONTRACTOR from its insurer and nothing contained herein shall relieve CONTRACTOR of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONTRACTOR hereunder, CONTRACTOR shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. o Should at any time the CONTRACTOR not maintain the insurance coverage's required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage's and charge the CONTRACTOR for such coverage's purchased. If CONTRACTOR fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due-CONTRACTOR under this Agreement or any other agreement between OWNER and CONTRACTOR. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the-coverage's purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance Revised 1/09 26 16E 7 1 coverage's shall in no way be construed to be a waiver of any of its rights under the Contract Documents. o If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the Work or termination of the Agreement, the CONTRACTOR shall furnish to the OWNER, renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after to the date of their expiration. Failure of the CONTRACTOR to provide the OWNER with such renewal certificate(s) shall be considered justification for the OWNER to terminate the Agreement. Co er County COLLIER COUNTY GOVERNMENT CONTRACT INSURANCE REQUIREMENTS Revised 1/09 27 TYPE X1 Workers' Compensation x Employer's Liability X Commercial General Liability (Occurrence Form) patterned after the current ISO form. Airport Liability Insurance Hangar keepers Liability Aircraft Liability Insurance Business Automobile X Insurance Pollution Liability Insurance Builders Risk Insurance 16E 7 LIMITS (Check) Statutory Limits of Florida Statutes 440 and Federal Government Statutory Limits and Requirements x $500,000 $1,000,000 $500,000 per occurrence $1,000,000 per occurrence bodily injury and property X bodily injury and property $500,000 per occurrence bodily injury and property damage $500,000 per aircraft $500,000 per occurrence bodily injury and property damage $500,000 per occurrence X bodily injury and property damage $500,000 per occurrence bodily injury and property damage OWNER Will Purchase -R $1,000,000 per occurrence bodily injury and property $1,000,000 per aircraft $1,000,000 per occurrence bodily injury and property damage $1,000,000 per occurrence bodily injury and property damage $1,000,000 per occurrence bodily injury and property damage lacement Cost- All Risks of Loss INDEMNIFICATION: To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, 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. Collier County Board of County Commissioners shall be named as the Certificate Holder. NOTE - -The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida No County Division, Department, or individual name should appear on the Certificate. No other format will Thirty (30) Days Cancellation Notice required on Agreements. The contract name and number shall be included on the certificate of insurance. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability and /or Airport Liability where required. Revised 1/09 28 16E 7'1 BIDDER'S AND INSURANCE AGENT STATEMENT: We understand the insurance requirements contained in these specifications, and that the evidence of said insurance may be required within five (5) business days of the award of bid. Bidder Signature of Bidder Insurance Agency Signature of Bidder's Agent Revised 1/09 29 WOM 14) Assignment, Sublease, Sale, Etc. Should the Contractor sell or sublet this contract or any part thereof to any person or entity other than the awardee, the BCC shall be notified in writing immediately upon the transfer of ownership. The assignment of this contract or any part thereof shall require that its assignee be bound to it and to assume all of the obligations and responsibilities that the original Contractor has assumed toward the County. In the County's best interest, and at its option, the service /commodity may be re- solicited, delivering a sixty (60) day written notice to the new owner(s). 15) Additional Items and /or Services During the contract term, Collier County reserves the right to delete and /or add items and /or services of like nature with the satisfactory price negotiated by the Contract Manager and Contractor. 16) Conflict of Interest Bidder shall provide a list of any businesses and /or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 17) Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $50,000. To this end, vendors will be evaluated on their performance upon completion /termination of agreement. 18) Deductions for Non - Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Contractor the costs necessary to correct the deficiencies directly related to the Contractor's non- performance. 19) Offer Extended to Other Governmental Entities: Collier County encourages and agrees to the successful bidder /proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful bidder /proposer. Revised 1/09 30 T*O-r��i 16E 71 20) Safety All contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 21) Licenses The Contractor is required to possess the correct occupational license, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any bidder to supply this documentation with their bid response may be grounds for deeming bidder non - responsive. A Contractor with an office within Collier County is also required to have an occupational license. If you have questions regarding professional licenses, please contact Contractor Licensing, Community Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required Occupational licenses, please contact the Tax Collector's Office at (239) 252 -2477. 22) Protection of Property The Contractor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Contractor or their Subcontractor in the performance of the required service, the Contractor shall repair /replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damaged caused by the Contractor or their Subcontractor has to be repaired /replaced by the County, the cost of such work will be deducted from the monies due the Contractor. 23) 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, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Revised 1/09 31 16E 7 Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 24) Invoicing To ensure payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes, Contractor's invoices should: • Include the Purchase Order Number • Specify the goods delivered and /or services rendered Invoices shall be sent to: Board of County Commissioners Attn: Accounts Payable PO Box 413016 Naples, Florida 34101 -3016 25) Background Checks Bidders shall be responsible for the costs of providing background checks for all employees that will provide services to the County under this contract. These background checks include: the checking of Federal, State, and Local law enforcement records, a State and FBI fingerprint check, credit reports, education, residence, employment verifications, and other related records required in this solicitation. The results of these checks will be kept on file by the Collier County Security Section until total completion of the denoted project or the contract period. Revised 1/09 32 16E 7 THIS SHEET MUST BE SIGNED BY BIDDER Board of County Commissioners Purchasing Department Collier County, Florida BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Any addenda have been signed and included. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. The mailing envelope has been addressed to: Purchasing Director Collier County Government Center Purchasing Building 3301 East Tamiami Trail Naples, Florida 34112 11. The mailing envelope must be sealed and marked with: • Bid Number; • Bid Title; • Opening Date 12. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date Revised 1/09 33 BID RESPONSE FORM FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: BID No. 09 -5203, "Pest Control" Dear Commissioners: 16E 7 The undersigned, as bidder, hereby declares that he /she has examined the specifications and informed himself /herself fully in regard to all conditions pertaining to the work to be performed for Facilities Management Department as per the scope of work. The Bidder further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Bidder proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: * * * SEE FOLLOWING PAGES * * * Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms Days, Net _ Days Bid Response continued on next page.... Revised 1/09 34 16E 7" BID RESPONSE BID# 09 -5203 Bid Response Form is electronic. Please input your prices online. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. Revised 1/09 35 BID RESPONSE CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 2008 in the County of , in the State of Firm's Complete Legal Name (Address) (City, State, ZIP) Phone No: Fax No: Bv: Typed and Written Signature Title 16E 7 , Check one of the following: ❑ Sole Proprietorship ❑ Corp or P.A. State of _ ❑ Limited Partnership ❑ General Partnership day of Revised 1/09 36 ADDITIONAL CONTACT INFORMATION Send Payments To: (REQUIRED ONLY if different from above) Contact Name: Title: 16E 7 (Company Name used as Payee) (Address) (City, State, ZIP) Phone No: Fax No: Email address: Office Servicing Collier County Account /Place Orders /Request Supplies (REQUIRED ONLY if different from above) (Address) (City, State, ZIP) Contact Name Title Phone No: Fax No: Email Address: Revised 1/09 37 16E 7'-1 Co*-r County AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS ITB /RFP /RFQ #:09 -5203 (Check Appropriate Boxes Below) STATE OF FLORIDA AND ❑ COLLIER COUNTY ❑ LEE COUNTY PROPOSER /BIDDER /QUOTER AFFIRMS THAT IT IS A LOCAL BUSINESS AS DEFINED BY THE PURCHASING POLICY OF THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS AND THE REGULATIONS THERETO. AS DEFINED IN SECTION XI OF THE COLLIER COUNTY PURCHASING POLICY; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Please provide the following information for the Proposer /Bidder /Quoter: Year Business Established in []Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): Revised 1/09 38 16E 71 If requested by the County, proposer /bidder /quoter will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in proposer /bidder /quoter's submission being deemed not applicable. Proposer /Bidder / Quoter Name Signature Title STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) Revised 1/09 39 16E Collier Cotm-ty BCC 114/201Z 10: Q2 : cb AM PAGE U/ UVI rax zDwrvd=- January 3, 2012 Ilk. Charles Bak", President Tri-Cc unty Pest Control South, Inc. 7700 Saint Johns Road Land 0 Lakes FL 346M Fax: 813.91MA6 33 ;avail; l�cracsoutlttP3tareri�annet RE: Renewal of Conh ac 009 -6203 "Peat Cont raf: SerVkW' Dow Mr, Baker. Collier County would like to renew the above agreement under the S=610= and conditions fcr one (1) additional year in accordance with the renewal. daus* In tha agreement Per your agreement/ =rttract, . You. may at time of renewal request a price increase. If you are agrecabl a please, indicate, your ItrW tieM by providing the date infra m iion as requested , below, l am agnaasbib tea ranewitlg the abavo reftrancad- cant ract undw soma tmm, coMidone, and. prieft aa. the QN150M ate. The fa>lcwing-- atttac wd, docurnantatton: taus be provided whit r=P xts' . Provide updated and current insurance certiftatei anon'. 1 am not agreeable to renewal of this contra. D/ your signature this pct will .tae. in e#fed from May 1, 2012 undi Apra 2Q 2013. Pudie"DWMir W- 332: Tee Tral Fast =v�:n�tDu - 16E 7 Collier County BCC 1/4/2012 10:02 :03 AM PAGE 4/vt14 rax berver Page 2 of 2 RE: Renewaf of Contract 009-4= "Feat Control Services "` Pease return this letter to the Purchasing Departmeif mth your response and *murance cue at your eat cxrnvenience. If you have any q *kgacna you nmy, contact me at 239 - 252 -8020, email brendaremmaggftMovitet and fax 239- 252 -6582_ Best regard, LA Steve Y. Camel Director - Purx umft f General Services Cmpany Signatere tl'JA1 C: Ann Siff4mm,.Fad(ti _ 16E 74 A °® CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 FAOTE ` 08/20 2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME Willis of Tennessee, Inc. c/o 26 Century Blvd. P.O. Box 305191 PHONE 877 - 945 -7378 FAx 888 - 467 -2378 E A S -MAIL certificates@willis.com Nashville, TN 37230 -5191 INSURER(S)AFFORDING COVERAGE NAIC # INSURER& Travelers Indemnity Company of CT 25682 -005 EACHOCCURRENCE INSURED Rollins, Inc. INSURERB:ACE Property and Casualty Insurance Compa 20699 -001 INSURERC:New Hampshire Insurance Company 23841 -001 Orkin, LLC /Orkin Commercial Services Orkin Services of California, Inc. 2170 Piedmont Road NE INSURERD:National Union Fire Ins Cc of Pittsburgh 19445 -002 INSURER E: MED EXP(Any one person) Atlanta, GA 30324 INSURER F: CLAIMS -MADE OCCUR CnVFRAC;FS CFRTIFICATF NIIMRFR• 1 u71a '211a RFt /ISIAN NIIMRPD- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DD' SUB gwn POLICY NUMBER POLICY EFF POLICY EXP LIMITS A GENERAL LIABILITY y HC2EGLSA9527B978TCT12 1/1/2012 1/1/2013 EACHOCCURRENCE $ 21000,000 DAMAGE TO RENTED PREMISES Eaoccurence $ 11000,000 X COMMERCIAL GENERAL LIABILITY MED EXP(Any one person) $ 10,000 CLAIMS -MADE OCCUR PERSONAL 8ADV INJURY $ 11000,000 X Pesticide /Herbicide X Coverage GENERALAGGREGATE $ 21000,000 GE N'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OPAGG $ 2,000,000 POLICY X PRO LOC $ A AUTOMOBILE LIABILITY HC2ECAP9527B966TCT12 1/1/2012 1/1/2013 COMBINED SINGLE LIMIT (Ea accident) $ 3,000,000 BODILY I NJURY(Per person) $ X ANYAUTO ALLOWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIREDAUTOS X NON -OWNED AUTOS PROPERTYDAMAGE (Per accident) $ B X UMBRELLA LIAB I X TOCCUR XOOG25833946 1/1/2012 1/1/2013 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE DIED I X RETENTION$ 50,00 $ C WORKERS COMPENSATION ANDEMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE[ OFFICER /MEMBER EXCLUDED? N/A 019736656 1/1/2012 1/1/2013 X I w A U- - I FR E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 1(Mandatory in NH) , Mandatory describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT Is 2,000,000 D Excess workers Comp 1192470 1/1/2012 1/1/2013 $2,000,000 E.L. Each Accident WC Cover is Statutory $2,000,000 E.L. Disease -Ea Empl. $2,000,000 E.L. Disease -Pol. Limit DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (Attach Acord 101, Additonal Remarks Schedule, if more space is required) Re: For any and all work performed on behalf of Collier County. Branch Number: 275 Branch Name: Naples Job Location State(s): FL 1 c nVL_UCIc SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Collier County 337 E T FL 34 112 Trail Naples, FL 34 / / -) / (• /) l / / I ^') Coll:3883738 TD1:1375223 Cert:16_7_21­5228 171988- 2010ACnRDCARPARATIAN All rinhtcracarvarl ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: 16E 7 235742 A` -°%°® ADDITIONAL REMARKS SCHEDUI-E Dee 7 ..F 7 AGENCY NAMED INSURED Willie of Tennessee, Inc. Rollins, Inc. Orkin, LLC /Orkin Commercial Services Orkin Services of California, Inc. POLICY NUMBER 2170 Piedmont Road NE See First Page Atlanta, GA 30324 CARRIER NAIC CODE See First Page EFFECTIVEDATE: See First Page 1IAN TIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Collier County, Board of County Commissioners, Naples, Florida are included as Additional Insureds as respects to General Liability but solely in regards to work performed by or on behalf of the Named Insured. A - AAA ,nnnnln�\ -- .,.�......��......�� 1V11:3003136 1pl:l.3i3z.&.y L:erc:ltsiz5;e;dts ( 92MACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Rollins, Inc. Policy Term: 111/2012 to 1/1/2013 Workers' Compensation and Employers Liability Policies Coverage Policy Number Carrier Work 019736656 New Hampshire Ins. Co. - Comp /EL covers states of AL,AR,AZ, CO, CT, DE, H I, I D, KS,ME,MO,MT,NE,NH,NJ NM,NV,NY,OR,PA,RI,SC,SD TX, UT,VT, W V Work 019736657 New Hampshire Ins. Co. - Comp /EL covers states of MA and WI - This policy also provides Stop Gap coverage for ND,WA,WY 16E 7 WC Coverage EL Limits Statutory $2,000,000 Bodily Injury by Accident - Each Accident $2,000,000 Each Employee Bodily Injury by Disease $2,000,000 Policy Limit Bodily Injury by Disease Statutory $2,000,000 Bodily Injury by Accident - Each Accident $2,000,000 Each Employee Bodily Injury by Disease $2,000,000 Policy Limit Bodily Injury by Disease Work 019736658 National Union Fire Ins. Co. of Statutory $2,000,000 Bodily Injury by Comp /EL Pittisburgh, PA - covers state Accident - Each Accident of CA $2,000,000 Each Employee Bodily Injury by Disease $2,000,000 Policy Limit Bodily Injury by Disease Work 019736659 New Hampshire Ins. Co. - Statutory $2,000,000 Bodily Injury by Comp /EL covers state of MN Accident - Each Accident $2,000,000 Each Employee Bodily Injury by Disease $2,000,000 Policy Limit Bodily Injury by Disease Excess Work 1192470 National Union Fire Ins. Co. of Comp /EL Pittsburgh, PA and coverage applies to the qualifed self insured states: AL, FL,GA, IA, IL, I N, KY, LA, MD, MI,MO,MS,NC,OH,OK PA,SC,TN and VA including the DC area. Stop Gap coverage provided for OH. Statutory $2,000,000 Bodily Injury by Accident - Each Accident $2,000,000 Each Employee Bodily Injury by Disease $2,000,000 Policy Limit Bodily Injury by Disease