Loading...
Backup Documents 01/12/2021 Item #11B (American Facility Services) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attor&y 1 8 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 llt44 2. County Attorney Office County Attorney Office 4. BCC Office Board of County I_ �� Commissioners J ,' 4. Minutes and Records Clerk of Court's Office ` L /21 fry 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 Jessica Suarez/PURCHASING Contact Information 239-252-8407 Contact/ Department Agenda Date Item was January 12th 2021 Agenda Item Number 11.B Approved by the BCC Type of Document AGREEMENT Number of Original 1 Attached Documents Attached PO number or account N/A 20-7804 AMERICAN number if document is AMERICAN FACILITY to be recorded FACILITY SERVICES, INC SERVICES, INC INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be JS 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 JS 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 JS 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 01/12/2021 and all changes made during N/A the meeting have been incorporated in the attached document. The County R /_\,��' ,\!/ Attorney's Office has reviewed the changes,if applicable. t t v1 9. Initials of attorney verifying that the attached document is the version approved by the /A is not BCC,all changes directed by the BCC have been made,and the document is ready for the .,.202lion for Chairman's signature. i' is line. anagement 1 1 B MEMORANDUM Date: January 21, 2021 To: Jessica Suarez, Procurement Services From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Agreement #20-7804 "Janitorial Services" Contractor: American Facility Services, Inc. Attached for your records is a scanned copy of the referenced document above, (Item #11B) adopted by the Board of County Commissioners on Tuesday, January 12, 2021. The Board's Minutes & Records Department has kept the original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment 1 1 B FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 20-7804 for Janitorial Services r THIS AGREEMENT, made and entered into on this t0��' day of 20 21 , by and between American Facility Services, Inc. authorized to do business in the State of Florida, whose business address is 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a two (2 ) year period, commencing ■ upon the date of Board approval I I on and terminating on two (2 ) 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 three (3 ) 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 E■ Purchase Order ❑N8t+oe-te-•Rraeeed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ( I Request for Proposal (RFP) • Invitation to Bid (ITB) I Other ( }# 20-7804 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. III The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CAO 118 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 n The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. 3,3 U Other Exhibit/Attachment: • ❑ The County reserves the-right-to of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined 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): n 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. IN1 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). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.I) c 11B 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 n {check if appl : Travel and Reimbursable Expcnc Reimbursements shall be at the following rates: Mileage $0.44.5 per mile Breakfast $6 00 Lunch $11.00 der $--9-00 Airfare Glans-fife Rental-car -Lodging Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine • ian��r4nLon ri irci inn# +� +hic 4nroomnnf 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 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: Page 3 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 1 1 B Company Name: American Facility Services, Inc. Address: 1325 Union Hill Industrial Court, Suite A Alpharetta, GA 30004 Authorized Agent: Harold Angel, Vice President Attention Name & Title: Carlos Garcia, Contract Manager Telephone: 770-740-1613; 407-497-0438 E-Mail(s): anugent(a�amfacility.com; cgarcia@amfacility.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: Damon Grant Division Name: Facilities Management Division Address: 3335 Tamiami Trail East Naples, FL 34112 Administrative Agent/PM: Ann Simpson/ Juan Delgado Telephone: (239) 252-7283/ (239) 252-7292 E-Mail(s): Ann.Simpson@colliercountyfl.gov/Juan.Delgado@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 all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) q 1 1 B 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. U Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. E■ 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 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) 118 n essional-L €-.n Caber--L-+abyoverage shall have minimum limits of$ per claim. : Coverage shall have minimum limits of$ pC 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 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. Page 6 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) Q�� 11B 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with 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, Exhibit B Fee Schedule, ❑ RFP/ 0 ITB/❑ Other #20-7804 , including Exhibits, Attachments and Addenda/Addendum, ❑ cubcequent getes, and IN Other Exhibit/Attachment: Public Payment and Performance Bond 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) 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. 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 Page 7of17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 118 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) 252-8999 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.I) 'C9� 118 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. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. ❑ WRrAW-T- • • • • Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) e4e) 11B of such replacement or repair. warranties to which the County is entitled as a matter of law. 26. n s, laws, requires any portion of the Work to be specifically inspected, tested or approved, 27. n ost to the Work, or other work or materials of the County or County's separate Contractor. y structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stre,ses or pressures that will endanger it. • • • • • 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) 1 1 B foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. 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. 31. 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. 32. 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. 33. 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. 34. ❑ • The Contractor shall make commcr-oially reasonable efforts to notify Collier County within personnel- Page 11 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.I) 118 I. 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. 35. n 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. n ORDER-OF PREOE{ ENGE—{ ray the Agreement, the conflict shall be resolved by imposing the more strict or costly 36. 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. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) `('f! 11B 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. 38. n 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. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 1 1 B IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Courts & COLLIER OUNTY, FLORIDA Comptroller By: -..�hn ? By: FYI 1 Penny Taylor, airperson EAL) Dated: {: 41..Edi :, � � io 1�air an American Facility See ices, Inc. ContrAgtlg' tnesses: Contractor DBA B . X. e•-•. Contractor's First Witrids4 Signat Kevin McCann,President Andrea Nugent TType/print signature and titleT TType/print witness nameT Contractor's econd- itness Denise Benz TType/print witness nameT Approv to F rm and Legality: c1M0County Attorney ibm# I ( sfm,A Print Name &1- AA. _I ` . Ga;enda te 4 424 �/� �(J Gate I ' u • Re erk Page 14 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) r 1`, 1 1 B Exhibit A Scope of Services n following this page (pages 1 through 15 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) i1B ITB#20-7804 "Janitorial Services" EXHIBIT A SCOPE OF SERVICES BACKGROUND This Agreements provides for comprehensive custodial cleaning services to over one hundred and fifty(150)facilities in Collier County. These facilities range in size from less than 100 square feet to 119,986 square feet and represent a wide variety of building types, including general government offices, community centers, courtrooms, a jail, health care facilities, libraries, beach restrooms, sheriff substations and other parks facilities. The specifications in this Agreement intend to provide the information by which Contractors may understand the minimum requirements of Collier County to furnish, deliver, and provide janitorial services to County facilities. The Contractor shall provide all necessary personnel,materials,and equipment to provide the services described in this Agreement. DETAILED SCOPE OF WORK This Agreement is awarded on a Primary/Secondary per zone basis.In the event that the primary AND secondary contractor are not able to perform the work under the resultant contract for any Zone,the County reserves the right to solicit quotes from all remaining contractors to fulfill the service requirements for that respective Zone. I. Contractor's Responsibilities It shall be understood and agreed that all services,materials and equipment provided under this Agreement shall comply fully with all Local,State and Federal laws and regulations. Prior to the start of work,the Contractor will be expected to supply the following: An Organizational Chart,a Quality Control program, Safety Program,Green Cleaning program,and a thirty(30)day transition plan. The Contractor,as well as Contractor's employees or other representatives,including all sub-contractors at every tier(including vendors, repair persons and/or delivery individuals)who will have physical access to County facilities or locations related to security or public safety,shall be required to comply with the fingerprinting and background checks through a recommended outsourced vendor. Once approved,the County will provide a badge with access to the designated areas. Collier County Sheriff's Office requires separate fingerprinting prior to work being performed in any of their locations. Court Administration may provide additional requirements to work in their area, including but not limited to taking a computerized questionnaire. The Contractor shall provide a phone list where the Contractor's Project Manager or designated representative can be contacted immediately in the event of unsatisfactory performance or at any time in the event of an urgent need. When the County has occasion to call the Contractor due to an urgent need or unsatisfactory performance,the Contractor shall return the call within twenty(20)minutes of the originating call. If the call is not returned within twenty (20)minutes,the County has the right to complete the work with the County's employees or outside contractors. All Contractor(s)personnel will always wear shirts with the Contractor's business name and have a Collier County Government issued badge/card available. Site access will be limited to the required company vehicles and delivery vehicles only. Any parking at any of the County buildings or facilities is to be coordinated in advance of starting a purchase order with the County designee. Contractor(s)parking shall not interfere with County personnel or general public parking or pedestrian traffic. Violators will be towed at Contractor's expense. Proper behavior and language by all Contractor(s)employees will always be enforced while working on County property. Contractor(s) employees shall be prohibited from disturbing items in County offices and from smoking in any County facility. II. Quality Control The Contractor shall establish a quality control program to assure that the requirements of the contract are provided as specified. This program shall include,but is not limited to: Page 1 of 15 Exhibit A-Scope of Services 119 • An inspection system covering all services stated in the specifications should specify the areas to be inspected on a scheduled basis, including random inspections on offset times other than scheduled.A reoccurring report(weekly/bi-weekly/monthly) shall be provided to County's Contract Officer and/or Contract Administrator based on the results of the Contractor's quality control measures. • A method of identifying deficiencies in the quality of services performed and a prescribed method for correcting the deficiency. All deficiencies found will be reported to the County's Contract Officer in writing within forty-eight(48)hours. • The Contractor shall maintain a file of all inspections conducted and any corrective action taken. This documentation shall be provided to the County's Contract Officer and/or Contract Administrator on a monthly basis during the term of the contract. • Through daily visual inventory,the Contractor,the Contractor's Project Manager,or the Contractor's employees shall notify the County's Contract Officer and/or Contract Administrator of any missing or damaged furnishings or equipment. In addition, any items requiring maintenance or repair shall be reported to the County's Contract Officer and/or Contract Administrator. Items such as plugged toilets, leaking pipes,loose tile, in-operative lights,etc.,are to be reported to the Facilities Operations Center. • Emergency repairs, such as broken pipes, floods, or serious roof leaks are to be reported to the Facilities Operation Center immediately. • A complete Safety Program shall be provided to the County's Contract Officer and/or Contract Administrator prior to the start of work. This shall be kept updated throughout the term of the contract. All changes/updates shall be reported to the County's Contract Officer each week. • A complete Green Clean program to ensure green cleaning products,equipment and procedures are being used and shall be implemented and provided to the County's Contract Officer and/or Contract Administrator. Unit prices will be based on cost per square foot per service day.Buildings and spaces that need to be added will be based on square footage of the buildings and service day cost as shown on Exhibit B-Fee Schedule and added to the respective zone. Unit prices for parking garages will be based on a cost per service day. Hourly rates for cleaning services will be provided for additional services or special events. The below sections are the minimum task requirements for each requested site.Work in all locations shall be scheduled such that it will not disrupt the functions and normal day-to-day procedures of the County facilities.The County reserves the right to approve and make changes at any time to the schedule initially established with the Contractor. 1.0.: Offices,Libraries and Public Service Locations Task Q T T T 1.1.: Offices ccS w i C a 'L Q ° z Q Zones 1—6 Various service days per calendar week determined by Facilities d Management Daily General Tasks X Empty all personal wastebaskets,which shall be disposed of to the sites' central X dumpsters.Damp wipe,if necessary and replace liners.Black liners for garbage,clear liners for recycle. Clean and vacuum all carpeted areas. X Remove any gum,tar or other foreign matter from floors and within 25' of entrance X exterior. Sweep and damp mop all hard surface floors. X Empty all kitchen area trash and recyclable,which shall be disposed of to the sites' X central trash and recycling dumpsters.Damp wipe,if necessary and replace liners. Black or white liners must be used for trash and clear plastic for recycling. Spot clean walls.Clean light switches,doors,door handles,display cases,elevators& X Page 2 of 15 Exhibit A-Scope of Services c�O 11B panels,counters shelves and laminated plastic surfaces. Clean and sanitize drinking fountains. X Spot clean all interior glass surfaces,including side panels,display case glass,glass X walls,doors,interior windows not part of the building envelope,and security/privacy glass. Empty all cigarette receptacles. X Police stairs and landings for debris and spills. X Clean all door handles,inside and out. X Report any maintenance issues to the Facilities Operation Center. X Restrooms Tasks X Clean sinks with detergent/disinfectant. X Clean counters with detergent/disinfectant. X Supply and resupply paper towels,soap,toilet tissue,toilet seat covers,feminine X hygiene products,etc. Clean all stall walls,doors,exposed tile,shower walls and walls around urinals and X toilets with detergent/disinfectant. Change out urinal screens on bi-weekly basis. X Clean toilets under basins,around toilets and urinals using detergent/disinfectant. X Damp wipe ledges. X Clean and polish mirrors,soap dispensers,washbasin and all plumbing fixtures. X Sweep and then wet mop floors using detergent/disinfectant. X Clean all door handles,inside and out. X Report any maintenance issues to the Facilities Operation Center. X Entrance Tasks X Sweep and pickup inside and outside entrances within a radius of 25 feet. X Empty and install new black or white liner bag in trashcans,ifnecessary. X Sweep cobwebs and dust from walls around entrance andwindows. X Clean entrance door handles,inside and outside. X Shake and sweep down exterior/interior floor mats. X Empty cigarette receptacles. X All doors,door handles,sliding and glass panels shall be cleaned with damp cloth. X Vacuum all pedigrid systems X Clean all security blue boxes(These are the security call boxes that are located at most X entrances to County buildings). Weekly General Tasks as part of the regular daily service X Dust all horizontal(excluding desktops/monitors/phones)and vertical surfaces that are X readily availableand visibly require it. Clean all doors,frames,kick and push plates with damp cloth. X Clean all A/C vents reachable with extension rod. X Page 3 of 15 Exhibit A-Scope of Services 1 1 B Clean all vending machines with damp cloth. X Sweep and damp mop all stairs and landings. X Damp wipe ledges. X Clean and polish mirrors,soap dispensers,washbasin and all plumbing fixtures. X Sweep and then wet mop floors using detergent/disinfectant. X Clean all door handles,inside and out. X Report any maintenance issues to the Facilities Operation Center. X Monthly General Tasks as part of the regular daily service X Dust all ceiling fans,top of bookcases,etc.anything reachable with an extension rod. X Wash/wipe down building lobby walls and high traffic areas,ifnecessary. X Wipe down all non-upholstered furniture. X Dust blinds(vertical and horizontal). X General Tasks: Quarterly(Every 3 months)as part of the daily service X Strip and refinish all hard floors—including but not limited to hallways,lobbies, X elevators,restrooms and open offices,etc.(Schedule with building occupants). Clean all grout in tile flooring to maintain original grout color. X General Tasks: Bi-Yearly(Every 6 months)as part of the regular daily service X Vacuum office partitions,if necessary. X Clean exterior 1"floor windows and interior window panes on all buildings. X Steam clean upholstered furniture as requested by County personnel within each X facility. Truck-mount,or backpack;hot water or steam extract all carpets and pedigrid systems X in all buildings or use dry cleaning method at client's request. 1.2.: Libraries Unit of Measure: Per building per service day Tasks: Each of the following locations shall be serviced according to all the tasks listed above in 1.1 Offices. Collection stacks in libraries require dusting at the end of the stacks with a microfiber cloth. Contractor is not required to remove books or other periodicals to dust. All cleaning must take place on the days specified below. Location Estimated#Days Days of the Week East Naples Library 6 service days Monday-Saturday Vanderbilt Library 6 service days Monday-Saturday Golden Gate Estates Library 6 service days Monday-Saturday Immokalee Library 6 service days Monday-Saturday Marco Island Library 6 service days Monday—Saturday Golden Gate Library 6 service days Monday—Saturday Naples Regional Library 6 service days Monday—Saturday Page 4 of 15 Exhibit A-Scope of Services t�9 11 $ South Regional Library 6 service days Monday—Saturday Headquarters Library 7 service days Sunday—Saturday 1.3.: Public Services Locations Unit of Measure: Per building per service day Tasks: Each of the following locations shall be serviced per the tasks listed in 1.1 Offices.Building H,Health Building,Immokalee Health Building,and Med Center(Building D-Risk)all have an internal bio-hazard protocol. Cleaning does not include:fitness equipment,removal of medical waste or sharp objects. The examination rooms must be cleaned without touching equipment. All cleaning must take place on the days specified below. Location Estimated#Days Days of the Week Building H,Health Building(1s`floor Only) 5 service days Monday—Friday Building H,Health Building(2nd&3rd Floors) 4 service days Monday,Tuesday,Thursday& Friday CAT Transfer Station(Complex) 7 service days Monday—Sunday Immokalee Health Building 5 service days Monday—Friday Med Center(Building D/Risk) 5 service days Monday—Friday Golden Gate Community Center 6 service days Monday—Saturday Wheels 6 service days Monday-Saturday Eagle Lakes Community Park •Community Center 6 service days Monday—Saturday •Fitness Center 6 service days Monday-Saturday •VPK 5 service days Monday-Friday •Field House Restroom 7 service days Monday-Sunday •Restrooms(by playground) 7 service days Monday-Sunday East Naples Community Park •Community Center 6 service days Monday—Saturday •Field House Restrooms •Restrooms(by Pickleball courts) Immokalee Community Park •Community Center 6 service days Monday—Saturday •Field House Restrooms 7 service says Monday—Sunday •Restrooms/Office(by playground) 7 service days Monday-Sunday Immokalee Sports Complex 6 service days Monday—Saturday Max Hasse Community Park •Community Center 6 service days Monday—Saturday •Field House Restrooms Veterans Community Park •Community Center •Field House Restrooms 6 service days Monday—Saturday •Restrooms(by tennis courts) Vineyards Community Park •Community Center 6 service days Monday—Saturday •Field House Restrooms North Regional Park •Administration Building 3 service days Monday-Wednesday-Friday •Exhibit Hall 3 service days Monday-Wednesday-Friday •Softball—Office Area 3 service days Monday-Wednesday-Friday Page 5 of 15 Exhibit A-Scope of Services 118 •Softball—Outside Restrooms Only 7 service days Monday—Sunday •Soccer-Office Area 3 service days Monday-Wednesday-Friday •Soccer—Outside Restrooms Only 7 service days Monday—Sunday •Rec-Plex—Fitness&Locker Rooms 7 service days Monday-Sunday •Rec-Plex—Office Areas 3 service days Monday-Wednesday-Friday •Maintenance Building—Office/Break Area 3 service days Monday-Wednesday-Friday •Can You Dig It?Restrooms 7 service days Monday-Sunday •Sun-n-Fun Locker rooms Service days site is open •Sun-n-Fun Lifeguard Room Service days site is open Monday-Sunday •Sun-n-Fun Back Restrooms Service days site is open Barefoot Beach Restrooms 7 service days Monday—Sunday Cocohatchee River Park Marina 7 service days Monday—Sunday •Coast Guard Building Restrooms •Restrooms(by playground) Vanderbilt Beach Restrooms(old) 7 service days Monday—Sunday Vanderbilt Beach Restrooms(new) 7 service days Monday-Sunday Bayview Park Restrooms 7 service days Monday—Sunday Tigertail Beach 7 service days Monday—Sunday •Restrooms(front parking lot) •Restroom(rear parking lot) Isle of Capris Paddle Craft Restrooms 7 service days Monday—Sunday Airport Park(IM)Restrooms 7 service days Monday—Sunday South Marco Beach Restrooms 7 service days Monday—Sunday Bluebill Restrooms 7 service days Monday—Sunday Location Estimated# Days Days of the Week Pelican Bay Park Restrooms 7 service days Monday—Sunday Eagle Lakes Aquatic 7 service days Monday-Sunday Office/Restrooms/Lifeguard Sugden Park • Bath House 7 service days Monday—Sunday • Restrooms(across from Maintenance) Freedom Park •Exhibit Hall 7 service days Monday—Sunday •Restrooms(rear of the park) Golden Gate Park 7 service days Monday—Sunday •Restrooms 3 service days Monday—Wednesday—Friday •Natural Resources Building Golden Gate Park Fitness 7 service days Monday—Sunday Golden Gate Park Aquatic 7 service days Monday—Sunday South IM Daycare 5 service days Monday—Friday Naples Park Restrooms 7 service days Monday—Sunday Pepper Ranch Lodge/Restrooms 3 service days Friday—Saturday—Sunday Collier County Museum 5 service days Monday—Friday Naples Depot 3 service days Monday—Wednesday—Friday Sun-n-Fun 7 service days* Monday—Sunday Page 6 of 15 Exhibit A-Scope of Services ,.J 116 Paradise Coast Sports Complex •Welcome Center 3 service days Monday-Wednesday-Friday •Market 3 service days Monday-Wednesday-Friday •Maintenance 3 service days Monday-Wednesday-Friday •Satellite Restrooms 7 service days Monday—Sunday •Welcome Center—Restrooms Only 7 service days Monday-Sunday •Market-Restrooms Only ; 7 service days Monday—Sunday *Exceptions are holidays listed on the Collier County Parks and Recreation website:http://www.colliereov.net/vour-govemmentJdivisions-f-r/parks-and-recreation 2.0.: Parking Garage Unit of Measure: Per service day Estimated usage: Parking Garages 1&2/GMD Parking Garage:3 service days per calendar week;Vanderbilt Beach Parking Garage:7 service days per calendar week.The following sections are the minimum task requirements for each requested parking garage site. Vanderbilt Beach Parking Garage: 7 service days per calendar week Empty and wipe down all trash,recycling,and cigarette receptacles. Sweep the elevator cabs with a micro-fiber mop. Cab floors must then be mopped. Wipe down all interior stainless steel,including doors with approved stainless cleaner. Wipe down all Elevator walls. Sweep all stairwells. Wipe down,clean,and remove all encrusted dirt from all handrails using a micro-fiber cloth. Pick up and remove the trash on all levels. Clean all interior elevator cab windows,all interior windows,tracks,and interior/exterior doors. GMD Parking Garage Tasks:3 service days per calendar week Empty and wipe down all trash,recycling,and cigarette receptacles. Sweep the elevator cabs with a micro-fiber mop. Cab floors must then be mopped. Wipe down all interior stainless steel,including doors with approved stainless cleaner. Sweep all stairwells. Wipe down,clean,and remove all encrusted dirt from all handrails using a micro-fiber cloth. Pick up and remove the trash on all levels. Clean all interior elevator cab windows,all interior windows,tracks,and interior/exterior doors. Complex Parking Garage#1 Tasks:3 service days per calendar week Empty and wipe down all trash,recycling,and cigarette receptacles. Sweep the elevator cabs with a micro-fiber mop. Cab floors must then be mopped. Wipe down all interior stainless steel,including doors with approved stainless cleaner. Sweep all stairwells. Wipe down,clean,and remove all encrusted dirt from all handrails using a micro-fiber cloth. Pick up and remove the trash on all levels. Clean all interior elevator cab windows,all interior windows,tracks,and interior/exterior doors. Page 7 of 15 Exhibit A-Scope of Services C;30 1 1 B Complex Parking Garage#2 Tasks:3 service days per calendar week Empty and wipe down all trash,recycling,and cigarette receptacles. Sweep the elevator cabs with a micro-fiber mop. Cab floors must then be mopped. Wipe down all interior stainless steel,including doors with approved stainless cleaner. Sweep all stairwells. Wipe down,clean,and remove all encrusted dirt from all handrails using a micro-fiber cloth. Clean all interior elevator cab windows,all interior windows,tracks,and interior/exterior doors. Clean glass entrance doors to the garage. Detailed Specifications,Supplies and Equipment • The Contractor shall furnish all necessary labor,tools,appliances,equipment,supplies and maintenance,and any other necessary accessories,services and facilities to perform the services specified in the resultant contract. • All work shall be performed in strict accordance with the cleaning equipment and product specifications and standards of performance specifications stated in the resultant contract. • Complete,comprehensive details of the required tasks are listed on Attachment A: Detailed Cleaning Specifications. • A complete list of required supplies and equipment specifications are listed on Attachment B: Supplies and Equipment Specifications. Hourly Janitorial Services • These services are used for special events or when additional janitorial services are deemed necessary by the County.Duties are outlined in section 1.0 Offices,Libraries, and Public Service locations,or as requested by the County prior to Contractor's service day. • Overtime rates at time and one half will apply for hourly janitorial services that occur after hours or on County-observed holidays, or in the event of a declared local state of emergency.Normal business hours are Monday—Friday,7:00 a.m.—5:00 p.m. • All invoices shall include the facility location/address, Purchase Order number,month of service,breakdown of services, and backup for any additional hourly services,including invoices/receipts for materials and sub-contractors. Day Porter • The Contractor's unit price for Zone 1 shall be inclusive of a Day Porter,which is separate and apart from the Janitorial staff and assigned to the Main Government complex,or as reassigned by the Facilities Management designee. Duties are as follows: Remove cobwebs from entrances of all buildings and walkway canopy. Empty cigarette receptacles,as needed. Wipe down marble on the exterior of Jail. Clean park benches,as needed. Remove ground trash,as necessary,concentrating on the snack bar area,i.e.,cigarette butts,etc. Check 1st Floor stairwell of Building F off-secured parking. Clean tops of all exterior trash/recycle containers. Completely clean handrails. Empty trash and recycling containers Sweep or use a blower to clean sidewalks and entrances to buildings Inspect daily all buildings on the complex,concentrating on each entrance.Report any issues to the Manager or Supervisor. Page 8 of 15 Exhibit A-Scope of Services 11B In the event the County needs enhanced cleaning due to an outbreak or a national epidemic/pandemic,we can use this day porter for disinfecting common areas determined by Collier County Management. III. Additions and Deletions of Locations and Services: An amendment to the Agreement will not be required to add or delete facility locations or service days. The Facilities Manager,or designee,shall provide written notice to the Contractor of any additional and/or new locations,or if removing a location from servicing. Prices for any additions and deletions,including service days,shall be based upon the unit price as specified on Exhibit B Fee Schedule, which is a cost per square foot per service day rate,or in the case of the parking garages, cost per day. The removed location shall not be billed for the month of removal after the last date of service,as requested by the County. IV. Records and Documentation: The Contractor is responsible for maintaining and updating records for each serviced location.The documentation will include,and not be limited to, records of all service calls, services performed, site recommendations, and any additional services, if applicable. The Contractor will maintain a service log for each site. The Contractor will not charge for any call back work. All reports shall be sent to the County's Contract Officer and/or Contract Administrator noting date,type,service,location,etc. A current material,supplies,and equipment list shall be provided and updated quarterly to the County's Contract Officer and/or Contract Administrator. A Material Safety Data Sheet(MSDS), in compliance with the standards set forth in Occupational Safety and Health Administration (OSHA) Hazard Communication Standard (H.C.S.), 29 CFR 1910.1200, shall be provided to the County's Contract Officer and/or Contract Administrator.This includes but is not limited to: •The chemical name and the common name for the toxic substance. • The hazards or other risks in the use of the poisonous substance, including but not limited to: the potential for fire, explosion, corrosively,and reactivity; known acute and chronic health effects of the 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. • 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 the case of over exposure. •The emergency protocol for spills,fire,disposal,blood-borne pathogens,and first aid. • 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. •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 data. •Note:All changes/updates shall be immediately reported to the County Representative or designee. Page 9 of 15 Exhibit A-Scope of Services 118 Attachment A: Detailed Cleaning Specifications Detailed Specifications The following information is a detailed explanation of the minimum expected on each task. Trash Removal • The Contractor shall include the cost of trash removal and the black or white plastic liners in its unit price.The County shall provide dumpsters or compactors at each site. • Main Government Complex janitorial contractor must utilize the compactor behind the Jail and dispose of trash from most buildings, except Building W(Facilities),Building G(Fitness Center),and Museum,which can utilize the containers located at Building W (Facilities). • The Contractor shall provide appropriate equipment for office trash removal to avoid the possibility of floor damage due to the dragging of trash bags or containers through buildings.Any damage to carpets and floors caused by dragging bags or containers will be repaired or replaced at the Contractor's expense.The Contractor will immediately clean any dragging stains on carpet or concrete. No drag lines will appear while emptying inside or outside garbage. Recyclable Material Removal • The Contractor shall instruct its employees to ensure that all materials remain separated,as any mixing of materials shall impair the possibility of recycling. All recycling shall be placed in outside receptacle,loose,not in plastic bags. • All recyclable materials and their revenues are the property of Collier County.The removal of all recyclable materials shall conform to all applicable Federal,State,or Local laws. Vacuuming Carpets • All carpeted areas shall be totally and completely vacuumed each service day(NO EXCEPTIONS)leaving them free from visible dirt and debris.Special attention shall be paid to baseboards and corners. • All carpeted areas shall be vacuumed using motorized vacuum with brush/beater bars with a hepa-filter 0.3-micron filtration system and dual motors. The County requires that the system meets or exceeds the stated vacuum requirements. • Currently, all sites have vacuums that are available for use until replacement is necessary, then the Contractor is responsible for replacement with appropriate filtration system and must provide information on vacuum model to Facilities for approval. • All stains must be removed each night.If stain cannot be removed,the area stained shall be reported in writing to the Facilities Manager within twenty-four(24)hours. Basic Cleaning • All washable surfaces,including but not limited to office furniture,office partitions,counters,stainless steel,around light switches, window sills,bulletin boards, shelves,display cases(excluding Museums display cases), laminated plastic surfaces,elevators and elevator panel boards,shall be cleaned using a micro-fiber cloth dampened in an all-purpose cleaner unless otherwise specified.All stair hand railings shall be cleaned weekly.Stairs shall be swept and wet mopped weekly. Interior/Exterior Glass Cleaning • All washable interior glass surfaces including but not limited to side panels,display case glass(excluding Museums display cases), glass walls and doors,and security/privacy glass shall be cleaned on service days by a cloth dampened in a window cleaner. • All 1st Floor exterior windows of each building shall be cleaned every six(6)months,or more often if needed. • Facilities reserves the right to request a quote for all multi-story buildings windows to be cleaned once a year,if needed. • The interior panes of windows shall be cleaned every six(6)months;or more often if needed. Entry Cleaning Entrance area cleaning shall be performed on service days and shall include but is not limited to: • All doors,sliding glass panels,and side windows shall be cleaned with a cloth dampened with glass cleaner. Page 10 of 15 Exhibit A-Scope of Services S 118 • All debris including but not limited to paper,gum,leaves,cigarette butts and cobwebs shall be removed daily,both on the inside and outside of the entrance including all porches up to twenty-five(25)feet in front of EACH entrance. • All door and window frames,doorknobs and push bars(inside and outside)shall be cleaned with a cloth dampened with an all- purpose cleaner. • All pedigrid entry systems shall be vacuumed on service days. • All pedigrid entry systems shall be deep extraction cleaned twice per year. Floor Mats • All floor mats located in either the exterior or interior of the facility shall be swept on service days. Drinking Fountains • All drinking fountains are to be cleaned on service days with a germicidal cleaner.The entire drinking fountain shall be free of streaks, stains,spots,smudges,scale and other obvious removable soil. Sweeping/Wet Mopping Hard Floors • All hard surface floors shall be swept,using a microfiber dust mop and then damp mopped on service days.This includes but is not limited to elevator floors,restroom floors,office floors,and hallways.All Community Center hard surface floors shall be swept,and damp mopped every service day.Warning barricades(with dual language)shall be used always when any surface is damp. • A micro-fiber mop shall be used for sweeping.For damp mopping,an all-purpose cleaner or germicidal cleaner shall be used. Ash Receptacles • Wall-mounted ashtrays and floor-type ash receptacles within the area shall be emptied and returned to their locations. The wall- mounted and floor-type receptacles with removable ashtrays in public areas shall be damp wiped with a cloth to remove evident soil. Any cigarette butts surround the receptacle within 10'will be picked up and disposed of. Dusting • All horizontal surfaces less than ten feet(10')above the floor that do not require being damp wiped shall be dusted weekly using a microfiber dust cloth. No feather dusting allowed without exception. • All picture frames,clock face glass,and any surface under eight feet(8')above the floor shall be dusted weekly. • All AC vents(supply/return),shall be cleaned weekly,if reachable with an extension rod. • All ceiling fans and tops of bookcases(with no items),shall be cleaned monthly,if reachable with an extension rod. Doors • All doors,door handles(front and back),door frames,and kick and push plates shall be cleaned every service day,or more frequently if needed,using a dampened micro-fiber cloth. • All switch plates shall be cleaned including the area around them. Spray Buff Hard Floors • All hallways,tile and terrazzo floors shall be spray buffed every three(3)months to maintain a high glossy uniform finish on the floor. All movable furniture and objects shall be moved out of the area. • Locker and shower floors shall be scrubbed every three(3)months. • Departments must be notified at least five(5)business days prior to scheduled cleaning. • All furniture,waste receptacles,etc.must be returned to original positions after floors have been cleaned so employees can begin work the following morning. Vending Machines • The surfaces of all vending machines,including the top,shall be cleaned weekly;or as needed. Walls/Baseboards Page 11 of 15 Exhibit A-Scope of Services r 11 $ • All walls and baseboards shall be spot washed as needed,unless otherwise specified in these specifications. Blinds • All mini-blinds,vertical blinds and horizontal blinds shall be dusted monthly using a damp micro-fiber cloth or a vacuum cleaner with the proper attachment to remove all dust,smudges and dirt.No feather dusting permitted without exception. After cleaning, the mini blinds shall be straightened and returned to their original position. Dry Clean Carpets • Dry cleaning may be substituted by extraction at the Facility Manager's discretion.This is the preferred method for cleaning small spots daily. • Departments must be notified at least five(5)days prior to schedule cleaning. Strip&Refinish Hard Floors • The hard floors in all closed and open office areas,hallways,lobbies,elevators,and all restrooms shall be stripped and refinished every three(3)months. Hosing of the floor shall not be permitted. • Departments must be notified at least five(5)days prior to schedule cleaning. Furniture Fabric Cleaning • All non-upholstered furniture shall be cleaned monthly. • All upholstered furniture shall be steam-cleaned semi-annually as needed and requested by each individual division. • Furniture surfaces and legs shall be cleaned as required. • The fabric found on office partitions shall be vacuumed bi-annually. Deep Extraction Carpet Cleaning • All carpets shall be cleaned twice(2)a year.All departments must be notified at least five(5)days prior to scheduled cleaning. Scheduling,Employee Work Hours and Wages • The Contractor shall be responsible for the scheduling of its employees to accomplish the tasks and cleaning requirements specified in the Specified Tasks and Frequency Schedule at the times designated by the building- cleaning schedules found in these specifications.Employee scheduling shall be enough(7 days)to allow for compliance with the Specified Tasks and Frequency Schedule as referenced above. • The Contractor has the prerogative to increase the number of employees on the job to ensure compliance with the contract specifications,at no cost to the County. • The Contractor shall always have a non-working supervisor on site for Zone 1. • Evening start-time for the Contractor personnel shall be at 5:00 pm,unless otherwise arranged or designated.The Contractor's employees shall not start earlier without the express consent from the Facility Manager and the Contractor's supervisory personnel. • In the event of evening meetings being conducted in County facilities,the Contractor shall be responsible for proper cleaning provided the meetings end by 9:00 pm.When meetings end after 9:00 pm,the Contractor shall be responsible for cleaning the area the next morning,with no deduction made from the Contractor's invoice. Recycling • Removal of recycling will take place on service days. All facilities, not on the main government complex, must have exterior recycling containers, as per County ordinance, for use by the janitorial staff or decide to remove recycling from the facility. Janitorial staff is not required to separate recycling out of trash/recycling containers nor breakdown boxes prior to removal. All recycling shall be placed in outside receptacle,loose,not in plastic bags. Day Porter—A day porter will be located at the main government campus Monday—Friday,7:00 am—3:30 pm. • Contractor is required to have the contact name and phone number for this day porter to be contacted in any type of emergency. Page 12 of 15 Exhibit A-Scope of Services 11B County Holidays The schedule for all observed holidays is listed below. The Contractor shall not be required to perform services on these days unless requested by the County with one(1)week advanced notice.The exceptions are,now,the Sheriff's Substations,CID,CCSO Fleet,Beach restrooms,general Park facilities,and the 911 Call Center located in the ESC Bldg.The following days shall be holidays recognized by Collier County: New Year's Day Independence Day Day after Thanksgiving Martin Luther King Day Labor Day Christmas Eve Day President's Day Veteran's Day Christmas Day Memorial Day Thanksgiving Day The dates of the holidays observed change yearly.The Contractor should check with the Facility Manager for an exact schedule of when the County,Clerk of Courts,Court Administration or Health Department observes each holiday. [END OF ATTACHMENT A] Page 13 of 15 Exhibit A-Scope of Services 110 Attachment B: Supplies and Equipment Specifications It shall be understood and agreed that all services,materials and equipment shall comply fully with all Local,State and Federal laws and regulations. General Specifications • All equipment and supplies shall be Green Seal Certified,where applicable.Any changes must be approved by the Facilities Director or his designee.Changes can be requested by the Facilities Director or his designee. • Proof,by invoice or packing slip,shall be shown to Facility Manager that acceptable supplies are provided. • Through the use of cleaning products and/or chemicals,the Contractor is representing to the County that it has the experience and knowledge to prevent use of such supplies/chemicals singularly or in combination in such a manner to pose or cause a risk or threat of actual harm to the public,Contractor's employees or the County's employees. • Reference of Green Seal Certified Products:https://greenseal.org/certified-products-services. Supplies The following supplies shall be provided by the Contractor and installed in the proper locations, and shall conform to GREEN SEAL CERTIFICATION:https://Ereenseal.ore/certified-products-services: a. Toilet tissue shall be two-ply—GS-1 b. Paper towels shall be multifold,center pull,roll,etc.—GS-1 c. Hand soap. GS-41 d. Trash liners—Black or white liners for trash and clear liners for recycling e. Urinal floor screens f. Toilet Seat Covers g. Feminine Hygiene products—Guards#147 or equivalent;Women's sanitary product (Revenues to bekept by Contractor) h. Hand Sanitizer for dispensers i. Wax bags j. Batteries for dispensers Germicidal Cleaner • Germicidal cleaner shall be Green Seal Certified, if appropriate.The product shall not cause any surface deterioration when used properly and shall not cause color to bleach or bleed.All containers shall be labeled with the hazardous agent noted and necessary precautions indicated. Bleach may be used at approved locations. MI-Purpose Cleaner • The cleaner shall be made from high quality soaps,abrasives and disinfectant agents,uniformly mixed.It shall not cause colors to bleach or bleed. • The all-purpose cleaner shall be Green Seal Certified,if appropriate. Stainless Steel Cleaner • Stainless Steel Cleaner shall be Green Seal Certified,if appropriate. Bowl Cleaner • Bowl cleaner shall be chemically effective for removal of scale,film,plumbers stone or organic material.It shall also clean and deodorize without damaging the finish or fittings. • The bowl cleaner shall be Green Seal Certified,if appropriate. Glass Cleaner • Glass cleaner shall be a blend of synthetic organic detergents,alcohols,solvents,and germicidal components;it shall not contain any perfume,ammonia or inorganic alkalis. • The glass cleaner shall be Green Seal Certified,if appropriate. Page 14 of 15 Exhibit A-Scope of Services 118 Floor Finish,Sealer,and Stripper • All specifications for floor finishes, sealers,and strippers shall conform to the manufacturer's instructions. Floor finish shall be completely waterproof within twelve(12)hours after application. • Floor finish shall be non-yellowing on the floor and should be milk white in the original container rather than tan.Floor finish shall be Green Seal Certified,if appropriate. Cleaning Equipment • All rotary machines used for buffing purposes shall be hi-speed machines. • When dusting is required,micro-fiber cloths and equipment shall be used.Feather dusting is not permitted. • Micro-fiber mops shall be used to eliminate the scattering of dust. Storage • When possible,the County will provide areas for storage of the Contractor's supplies and equipment.The storage areas shall be maintained by the Contractor in a clean,orderly and safe condition at all times. [END OF ATTACHMENT B] Page 15 of 15 Exhibit A-Scope of Services t \L7, �r; 118 Exhibit B Fee Schedule following this page (pages 1 through 1 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) r� �Lir 118 ITB#20-7804"Janitorial Services" EXHIBIT B FEE SCHEDULE American Facility Services,Inc. SECONDARY Vendor(Zone 2): Description Unit of Measure Zone 1 Zone 2 Zone 3 Zone 4 Zone 5 Zone 6 1 Janitorial Services in Offices,Libraries and Public Sq.Ft.per N/A $ 0.0046 N/A N/A N/A N/A E.p),-; Service Locations(not including parking garages) Service Day Vanderbilt Beach . Parking Garage t& 13 GMD Parking Description Unit of Measure Parking Garage E 3 4p 31"i 2(Zone 1) (Zone 2) s Garage(Zone 4) ''�.,� ,v y 3 bt lt,,,T,,40' g A p'% Cost per =r / 2 Parking Garages N/A $ 12.50 S3 N/A £ Service Day .,r -� . Provide hourly rates for Additional Janitorial Services not identified as a service day rate Normal Business Off-Hours— Hours (OT) Line# Description Unit of Measure Price Price 3 Hourly Janitorial Services per hour $ 18.00 $ 27.00 4 Material Mark-up not to Exceed 10% 10.00 5 Sub-Contractor Mark-up not to Exceed 15/ 15.00% ""After Normal Business Hours,County-observed Holidays.or During Local State of Emergency(i.e.Hurricane)(Time 8 1/2) S 1 1 B Other Exhibit/Attachment Description: Public Payment and Performance Bond El following this page (pages 1 through 6 ) n this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 11B McGRIFF, SEIBELS & WILLIAMS,INC. 111 INSURANCE & BONDS December 16, 2020 Collier County, Florida ATTN: Sue Zimmerman 3335 Tamiami Trail East Naples, FL 34112 Re: Performance and Payment Bonding for: American Facility Services, Inc. Project: Fixed Term Service Multi-Contractor Award Agreement#20-7804 Janitorial Services for Collier County Dear Ms. Zimmerman: Please be advised that we are willing to issue performance and payment bonds on behalf of American Facility Services, Inc. should they be awarded on the project listed above. As per all surety requirements, approval of each bond will be subject to a review of the contract, as well as your final estimate,no adverse or material change in the financial condition of the company, and compliance with all stipulated underwriting criteria and conditions from the surety. Feel free to contact me with any questions. Sincerely, Mark W. Edwards, II Attorney-in-Fact 2211 7th Avenue South/Birmingham,Alabama 35233 P.O.Box 10265/Birmingham,Alabama 35202-0265 TEL: (205)252-9871 FAX: (205)581-9463 www.mcgriff.com 118 PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Oblige for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties' obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, the name of under-signed representative, pursuant to authority of its governing body. Page 1 of 3 Public Payment Bond 1 1 B Signed, sealed and delivered in the presence of: PRINCIPAL: By: Witnesses as to Principal Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of physical presence or _ online notarization, this day of 20 by as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR Page 2of3 Public Payment Bond 118 As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of 20 by as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: Page 3 of 3 Public Payment Bond 11B PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That as Principal, and , as Surety, located at (Business Address) are held and firmly bound to , as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Page 1 of 3 Public Performance Bond n., Vl�r1 1113 This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL: By: Witnesses as to Principal Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of_physical presence or_online notarization, this day of 20 by as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary-State of Florida) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: Page 2 of 3 Public Performance Bond cr��l 1 1 B ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of physical presence or_online notarization, this day of 20 by as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: Page 3 of 3 Public Performance Bond 1 1 B 1 ® DATE(MM/DD/YYYY) A`oRD CERTIFICATE OF LIABILITY INSURANCE 12/15/2020 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 Vera Neville NAME: MCGRIFF,SEIBELS&WILLIAMS,INC. PHONE 404 497-7500 FAX 3400 Overton Park Drive SE (A/C.No.Ext): (A/C,No): Suite 300 E-MAIL vneville me riff.com Atlanta,GA 30339 ADDRESS: @ 9 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Amerisure Insurance Company 19488 INSURED INSURER B:Amerisure Mutual Insurance Company _ 23396 American Facility Services,Inc. 1325 Union Hill Ind Court INSURER C: Suite A INSURER D: Alpharetta,GA 30004 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:SBA5XYVJ 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 NE ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CPP 21145910001 05/19/2020 05/19/2021 EACH OCCURRENCE $ 1,000,000 DAMAGE RENTED CLAIMS-MADE X OCCUR PREMISESO(Ea occurrence) $ 100,000 MED EXP(Any one person) $ 5,000 X PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PROT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 JEC OTHER: $ B AUTOMOBILE LIABILITY CA 21145900001 05/19/2020 05/19/2021 COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) B )( UMBRELLA LIAB X OCCUR CU 21145920002 05/19/2020 05/19/2021 EACH OCCURRENCE $ 9,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 9,000,000 DED X RETENTION$o $ B WORKERS COMPENSATION WC 21145890002 05/19/2020 05/19/2021 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? Y N/A 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Contract#20-7804 Collier County Board of County Commmissioners included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis if and to the extent required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Boardof County Commissioners AUTHORIZED REPRESENTATIVE 3295 Tamiami Trail E. Naples,FL 34112 2 Page 1 of 2 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1 8 AGENCY CUSTOMER ID: LOC#: ACC o® ADDITIONAL REMARKS SCHEDULE Page2of2 PRODUCER INSURED MCGRIFF,SEIBELS&WILLIAMS,INC. American Facility Services,Inc. POLICY NUMBER CARRIER NAIC CODE ISSUE DATE: 12/15/2020 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: Employment Practices Liability & CRIME- Policy Number 8237-5917 Carrier: Federal Insurance Company Effective Dates: 05/19/2020-05/19/2021 Maximum Aggregate Limit of Liability: $500,000 Limits of Liability: Employment Practices Liability Coverage: $500,000 Third Party Liability Coverage: $500,000 Retentions: Employment Practices Liability Coverage: $25,000 Third Party Liability Coverage: $25,000 Pending or Prior Proceedings Dates: 1/7/2010 CRIME: Limits of Liability: Employee Theft Coverage: $250,000 Premises Coverage:$250,000 In Transit Coverage: $250,000 Forgery Coverage: $250,000 Computer Fraud Coverage: $250,000 Funds Transfer Fraud Coverage: $250,000 Money Order and Counterfeit Currency Fraud Coverage: $250,000 Credit Card Fraud Coverage: $250,000 Client Coverage: $250,000 Expense Coverage: $25,000 Retentions: $5,000 on all except Expense Coverage- NONE ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE NUMBER:SBASXYVJ