Loading...
Backup Documents 02/26/2019 Item #16F3 (SoundNStyle d/b/a The Naples Studio) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATUR4 tto3 Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the Coun Arney 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 ��q 2. County Attorney Office County Attorney Office r 4. BCC Office Board of County ` Commissioners ,/ 3\A.\ 4. Minutes and Records Clerk of Court's Office 3111M, ?:I ►� 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 Ana Reynoso/PURCHASING Contact Information 239-252-8950 Contact/ Department Agenda Date Item was FEBRUARY 26,2019 Agenda Item Number 16.F.3. Approved by the BCC Type of Document CONTRACT Number of Original 2 Attached Documents Attached I/ PO number or account N/A 18-7412 Vendor#2 number if document is Total (4 Vendors) SoundStyle to be recorded dba The Naples Studio INSTRUCTIONS & C�] ,IST Initial the Yes column or mark"N/A"in the Not Applicable s1 which.ver is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signat e STAMP • N/A 2. Does the document need to be sent to another agency for a,,ditional sit atures? If yes, N/A provide the Contact Information(Name;Agency;Address; ` o - •n an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AR 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 AR 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 AR 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 02/26/2019 and all changes made during is not the meeting have been incorporated in the attached document. The County {option for Attorney's Office has reviewed the changes,if applicable. line. 9. Initials of attorney verifying that the attached document is the version approved by theis not BCC,all changes directed by the BCC have been made,and the document is ready for the NV -option for Chairman's signature. this line. 16F3 MEMORANDUM Date: March 1, 2019 To: Ana Reynoso, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #18-7412, "Video Capture and Production" Contractor: Soundstyle, Inc. d/b/a The Naples Studio Attached, is an original copy of the contract referenced above, (Item #16F3) approved by the Board of County Commissioners on Tuesday, February 26, 2019. The second original contract has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16F3 PROFESSIONAL SERVICE AGREEMENT # 18-7412 for Video Capture and Production THIS AGREEMENT, made and entered into on thisae day of 1 (`tt0s 2019 , by and between SoundNStvle. Inc. dba The Naples Studio authorized to do business in the State of Florida, whose business address is 501 Goodlette Frank Road, Suite B306, Naples, Florida 34102 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. The Agreement shall be for a three (3 ) year period, commencing ❑■ upon the date of Board approval n or on and terminating three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) 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(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a • Purchase Order _ Notice to Proceed E Order 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions ❑ Request for Proposal (RFP) ❑ Invitation to Bid (ITB) n Other Request for Qualifications (RFQ ) # 18-7412 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. �] The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 14 Professional Service Agreement#2019-011 16F3 3.1 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. 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 n The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. Exhibit/Attachment: 3-5 ❑ The County reserves the right to specify in each Request for Quotations: the period Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): • Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. n Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Page 2 of 14 Professional Service Agreement#2019-011 16F3 U Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 44 .. , . ._. _ must be approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Mileage $0A475-per-mile Breakfas4 $600 Lunen $a-1.00 Dinner Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or Actual cost e# lodging at single occupancy rate with a cap of no more Parking Aetual-sest-ef-parking Taxi or Airport Limousine Actual coot of cithcr taxi or airport Reimbursable items other than travel expenses shall be limited to the following: telephone long-distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is Page 3 of 14 Professional Service Agreement#2019-011 16F3 exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: SoundNStyle Inc. dba The Naples Studio Address: 501 Goodlette Frank Road, Suite B306 Naples, Florida 34102 Authorized Agent: Drew Townsend, President Attention Name & Title: Telephone: (239) 430-2200 E-Mail(s): Drew@thenaplesstudio.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Jack Wert Division Name: Tourism Division Address: 2600 N. Horshoe Drive, Suite 105 Naples, Florida 34104 Administrative Agent/PM: Ed Caum, Deputy Director Telephone: (239) 252-2384 E-Mail(s): Ed.Caum@colliercountyfl.gov 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. 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 Page 4 of 14 Professional Service Agreement#2019-011 16F3 all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. n Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. n Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000 for each accident. Page 5 of 14 Professional Service Agreement#2019-011 16F3 n Professional Liabilityj Shall be maintained by the Contractor to cnsure its legal this insurance. Such insurance shall have limits of not less than$ each claim and aggregate. ❑ fiber Liabilitvj Coverage shall have minimum limits of $ per occurrence. $ per occurrence. G. • Drone Coverage (other): Coverage shall have minimum limits of$ 1,000000 per occurrence. 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 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 Page 6 of 14 Professional Service Agreement 42019-011 6:r) 16F3 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 Tourism Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS 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), ■ Exhibit A Scope of Services, n RFP/ TB/■ Other Request for Qualifications #18-7412 , including Exhibits, Attachments and Addenda/Addendum, cubscquent quotes, affel n Other Exhibit/Attachmcnt: 17. APPLICABILITY. Sections corresponding to any checked box ( ill will expressly apply to the terms of this Agreement. 18. 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. 19. 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. Page 7 of 14 Professional Seryice Agreement#2019-011 16F3 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. Page 8 of 14 Professional Service Agreement#2019-011 c.40 16F 3 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. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. 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. 23. 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. 24. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 25. 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. 26. n KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make Page 9 of 14 Professional Service Agreement#2019-011 16F 3 • AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 27. • ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. the terms of any of the Contract Documents and/or the County's Board approved Executive Contract Documents, except the terms of any Supplemental Conditions shall take precedence -a : , '...:: • ...._ ._ . : : ': . .:- . . _ .:ate _..,. _.:. _..: _: - _ - •:* 28. 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. 29. 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 Page 10 of 14 Professional Service Agreement#2019-011 16F3 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-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. (Intentionally left blank-signature page to follow) Page 11 of 14 Professional Service Agreement#2019-011 1 6F 3 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Crystal Kinzel, Clerk of Courts of the Circuit Court& Comptroller CuAlibi ol By: A ILA By: ko.-2 ...... '11111- — 7•41 4 Willi., L. MO. r. fr airman Dated: (sEAAtesisli• halm1PI Ina0"11.' Contract°§. 1,110 ses: SoundNStyle, Inc. dba The Naples Studio Contractor By: Contractor's rst Witness Signature IC LA-1\56.-et( 7)(t)t-diallt— <FA/y sari'"? TType/print signature and titlet TType/print witness name, Contract r's Second Witness t AL/ pic;J/wilt TType/Ont witness name Approved s to Form and Legality: --)(14 Item 162C3.' 3-pt County Atto ney Atri V1 e,et1 Agenda aak. Print Name Date Date "3— Reed ---- Page 12 of 14 Professional Service Agreement#2019-011 16F 3 Exhibit A Scope of Services I■I following this page (pages 1 through 1 ) ❑ this exhibit is not applicable Page 13 of 14 Professional Service Agreement#2019-011 16F3 18-7412 "Video Capture and Production" SCOPE OF SERVICES The Naples, Marco Island, Everglades Convention and Visitors Bureau (CVB) staff wishes to obtain video production services to include, but not limited to, the following tasks: • Onsight video capture of festivals, events, sports activities and eco-excursions • Video recording of meetings and events • Production of marketing video vignettes (Sizzle Reel) for multiple sports and special events. • Access to music library and the ability to add text into the video feed (Lower Thirds) • Ability to secure permission to use copyrighted music • Recording, editing and archiving B-Roll • Drone video production of festivals, events and eco-excursions • Underwater video capture • Offsite video file storage facilities for b-roll and other footage and edited videos produced for the CVB. Staff will obtain quotes from all awarded vendors for periodic video production work with the work going to the lowest qualified price. 16F3 Other Exhibit/Attachment Description: ❑ following this page (pages through ) ■❑ this exhibit is not applicable Page 14 of 14 Professional Service Agreement#2019-011 16F 3 CERTIFICATE OF INSURANCE This certificate is given as a matter of information only and confers no rights upon the certificate addressee. Date: August 28,2018 This is to certify to: That the following policy has been issued to: Collier County SOUNDNSTYLE PRODUCTIONS DBA THE NAPLES STUDIO 3299 Tamiami Trail East 501 GOODLETTE RD N STE B306 Naples,FL 34112-5746 NAPLES,FL 34102 Policy No.9009628 issued by one or more member companies of Global Aerospace Pool through Global Aerospace,Inc. Policy Period:from April 3,2018 to April 3,2019 Policy Territory:Worldwide AIRCRAFT LIABILITY Coverages Limits of Liability Single Limit Bodily Injury and Property Damage $1,000,000 Each Occurrence Including Passengers Third Party War Liability $1,000,000 Aggregate Aircraft Description: All aircraft owned or operated by the Named Insured For any and all work performed on behalf of Collier County. Policy includes Commercial General Aviation Liability coverages,with limits as shown in the policy. The WHO IS AN INSURED section of the policy is amended to include the certificate addressee as an insured,but only with respect to his, her,or its liability because of acts or omissions of the Named Insured while the aircraft described in this certificate is actually being used by the Named Insured on behalf of the certificate addressee. The insurance,as to the interest of the certificate addressee,shall be primary without right of contribution by any other valid and collectible insurance available to the certificate addressee. The Company waives any right to recovery it may have against the certificate addressee because of payments it makes for physical damage to aircraft described in this certificate,but only to the same extent that the Named Insured has waived its right of recovery for such physical damage against the certificate addressee. The Company agrees to give 30 days notice(10 if cancelled for non-payment of premium)to the certificate addressee in the event the policy is cancelled by the Company. 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. This certificate does not amend,extend or otherwise alter the coverages afforded by the policies described herein. Limits may have been reduced by paid claims. GLOBAL AEROSPACE GLOBAL AEROSPACE, INC. BY: Certificate No. 496380544 ACZ006(September 1,2009) Page 1 of 1 . >?- -� 16 F 3 orr. 0 JIMMY PATRONIS CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION **CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS'COMPENSATION LAW** NON-CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 3/6/2018 EXPIRATION DATE: 3/5/2020 PERSON: TOWNSEND DREW FEIN: 460671446 BUSINESS NAME AND ADDRESS: SOUNDNSTYLE INC THE NAPLES STUDIO 501 GOODLETTE RD N STE B306 , NAPLES FL 34102 SCOPE OF BUSINESS OR TRADE: Radio or Television Broadcasting Station-All Employees&Clerical,Drivers IMPORTANT:Pursuant to Chapter 440.05(14),F.S.,an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter.Pursuant to Chapter 440.05(12),F.S.,Certificates of election to be exempt...apply only within the scope of the business or trade listed on the notice of election to be exempt.Pursuant to Chapter 440.05(13),F.S.,Notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if,at any time after the filing of the notice or the issuance of the certificate,the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate.The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS?(850)413-1609 16F3 PROGREIJIVE® D/RECTAuto Progressive PO Box 31260 Tampa,FL 33631 Policy Number: 75888133 Underwritten by: Progressive Select Insurance Co Policyholders: Drew Townsend Tammy L Townsend February 12,2019 Page 1 of 1 Customer Service 1-800-776-4737 24 hours a day,7 days a week Mailing Address: Progressive PO Box 31260 Tampa,FL 33631-3260 Requested policy documents Verification of Insurance 16F 3 Progressive PROGRESSIVE* PO Box 31260 DIRECT Auto Tampa,FL 33631 NAIC Company Code: 10192 Policy Number: 75888133 Underwritten by: Progressive Select Insurance Co Policyholders: Drew Townsend Tammy LTownsend Page 1 of 1 February 12,2019 Customer Service 1-800-776-4737 24 hours a day,7 days a week Verification of Insurance for Drew Townsend and Tammy L Townsend This verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this verification of insurance may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of the policies. Please accept this letter as verification of insurance for this policy. Policy and driver information Policy number: 75888133 Policy state: Florida Policy period: Sep 27,2018-Mar 27,2019 There was no lapse in coverage during this policy period. Effective date: Feb 12,2019 Drivers: Drew Townsend Insured Driver Tammy L Townsend Insured Driver Address: 315 BRIGHTON COURT Naples,FL 34104 Vehicle information Vehicle: 2016 Toyota 4runner Vehicle identification number: JTEBU5JR1G5310092 Lienholder: SUNCOAST CU PO Box 11769 TAMPA, FL 33680 Coverage information Bodily Injury Liability: $250,000 each person/$500,000 each accident Property Damage Liability: $100,000 each accident Collision: Deductible: $1,000 deductib Comprehensive: Deductible: $1,000 deductib Personal Injury Protection: Basic/$10,000/Named Insured Only/$1,000 deductible Form V01(07/13) �—., ® 16 F 3 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/ODJYYYY) 08/30/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Melissa Willis INSURANCE SOURCE OF NAPLES,INC. PHONE 239 325-3030 FAX _(_AicO No Eel) ( ) _. (AJc,No): (239)325-3033 2355 Vanderbilt Beach Road#152 E-MAIL li messa Ison1.com ADDRESS: @ INSURER(S)AFFORDING COVERAGE NAIC N Naples __ FL 34109 INSURER A: COVINGTON SPECIALTY INS CO INSURED INSURER B: SoundStyle Inc.dba The Naples Studio INSURER C: 1 501 Godlette-Frank Road INSURER D: Ste.B306 INSURER E: Naples FL 34102 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POOL SUBR -_-- _-__--- --r POLICY EFF POLICY EXP --_-_ LTR TYPE OF INSURANCE INSO WVD, POLICY NUMBER I(MMJDD/YYYY) (MMIDD/YYYY)I LIMITS X COMMERCIAL GENERAL� LIABIUTY I EACH OCCURRENCE $ 1,000,000 CLAIMS FADE /\ OCCUR 'DAMAGE TO RENTED PREMISES(Ea occurrence) $ 100,000 MED EXP(Any one person) $ 5,000 A Y Y VBA613141 00 04/16/2018 04/16/2019 PERSONAL 8 ADV INJURY $ 0 GEN'L AGGREGATE LIMIT APPLIES PER: - GENERAL AGGREGATE $ 2,000,000 X POLICY r i 78, LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER. S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) I 'ANY AUTO BODILY INJURY(Per person) I$ OWNED SCHEDULED BODILY INJURY(Per accident)l$ AUTOS ONLY AUTOS HIRED NON-OWNED I - PROPERTY DAMAGE I$ _1 AUTOS ONLY ,_ AUTOS ONLY (Per acciden0 $ I UMBRELLA LIAR i_ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE' AGGREGATE $ DED RETENTIONS $ WORKERS COMPENSATION PER 1 I OTH- AND EMPLOYERS'LIABILITY YIN STATUTE t ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT !$ OFFICER/MEMBER EXCLUDED? NIA -- - (Mandatory in NH) I E.L.DISEASE-EA EMPLOYE$ If yes,describe under ' I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ . DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) THE BELOW CERTIFICATE HOLDER IS LISTED AS AN ADDITIONAL INSURED:FOR ANY AND ALL WORK PERFORMED ON BEHALF OF COLLIER COUNTY CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN COLLIER COUNTY ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 3299 TAMIAMI TRAIL EAST a <t `-- /C�t Naples FL 34112-5746 c3- ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD