Loading...
Backup Documents 01/28/2025 Item #16B12 (Agricultural Services International, LLC) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO I p 2 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE €� Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney Office County Attorney Office - 1)3e>h 4. BCC Office Board of County Commissioners 6S kyy ,/ l 9l l2,5 4. Minutes and Records Clerk of Court's Office ` U-trr i 3t a� 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 Deidra De La Cruz/Procurement Contact Information 239-252-8950 Contact/Department Agenda Date Item was January 28, 2025 Agenda Item Number 16.B.12 Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached _ PO number or account N/A 24-8290 Agricultural number if document is Agricultural Services to be recorded Services International, LLC International, LLC INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. _kInitial) 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 DD 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 DD 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 DD 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 January 28,2025,and all changes made N/A is not during the meeting have been incorporated in the attached document. The County 5((lr'' an option for Attorney's Office has reviewed the changes,if applicable. 7t^t this line. 9. Initials of attorney verifying that the attached document is the version approved by the L N/A is not BCC, all changes directed by the BCC have been made,and the document is ready for the /1(4.19 an option for Chairman's signature. this line. 1 6812 FIXED TERM SERVICE AGREEMENT #24-8290 for "Irrigation Pump Station Maintenance, Repairs, and Services" THIS AGREEMENT, made and entered into on this day of 1'1 20 �, by and between Agricultural Services International, LLC authorized to do business in the State of Florida, whose business address is 16050 Orange Avenue, Fort Pierce, FL 34945 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ❑■ upon the date of Board approval; or and terminating on 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 . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑■ Invitation to Bid (ITB) # 24-8290 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. E■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Agreement [2024_ver.3] CAO 1 6812 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. 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): satisfaction of the County's project manager before payment for the fixed price contract is authorized. 0 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 company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 11 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. Page 2 of 17 Fixed Term Service Agreement [2024_ver.3] CAS, 16B1a 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. • • Mileage $8 44 -pe + ite Bic�ast $6:00 $44-40 DkiiffneF $19.00 AiFfafe Rental-oaf vehicles hedging cap of no more than $160.00 per night Par-king Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine • • • 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: Company Name: Agricultural Services International, LLC Address: 16050 Orange Ave, Ft. Pierce, FL 34945 Authorized Agent: Steven Darnell Attention Name & Title: Purchasing Manager Telephone: 772-480-2245 E-Mail(s): steven@asi.ag Page 3 of 17 Fixed Term Service Agreement [2024_ver.3] 16812 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 Name: Road, Bridge, and Stormwater Maintenance Division Division Director: Marshal Miller Address: 4800 Davis Blvd, Naples, FL 34104 Administrative Agent/PM: Benjamin Graebner Telephone: 239-252-8924 E-Mail(s): Benjamin.Graebner@coliiercountyfl.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. 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 Page 4 of 17 Fixed Term Service Agreement [2024_ver.3] 16812 the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the 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 or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000.00 Per Occurrence, $ 2,000,000.00 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. 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$ 1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000.00 for each accident. • • • th4, insurance. Such insurance shall have limits of not less than $ each t;ldirn and dyyrydte'. E. ❑ C ber Liabilit Coverage shall have minimum limits of $ .Of claim Page 5 of 17 Fixed Term Service Agreement [2024_ver.3] Cdo 1681 F. El : Coverage G. ❑ : Coverage shall have minimum limits of$ per claim/Occurrence. • Shall have minimum limits of$ per claim/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 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 Agreement ettiO 1 6 B 1 2 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 Road, Bridge, and Stormwater Maintenance 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, E RFP/ ❑� ITB/❑ Other #24-8290 , including Exhibits, Attachments and Addenda/Addendum, —su quotes, and❑Other Cxhi bit/Attachment: 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 7 of 17 Fixed Term Service Agreement [2024_ver.3] CAO 16812 located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statute, §448.095; 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, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Division of Communications, Government and Public Affairs 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequestcolliercountyfl.gov 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 Page 8 of 17 Fixed Term Service Agreement [2024_ver.3] CAO 1 6B12 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. 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. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 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. Page 9 of 17 Fixed Term Service Agreement [2024_ver.3] CAO 1 6812 25. UI WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. n TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ■❑ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any 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 stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 10 of 17 Fixed Term Service Agreement [2024_ver.3] CA,o 16812 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 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. this project shall be knowledgeable in their areas of expertise. The County reserves the Page 11 of 17 Fixed Term Service Agreement [2024_ver.3] CAQ 16B12 personnel. ❑ 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. • • • 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 Page 12 of 17 Fixed Term Service Agreement [2024_ver.3] CAO 1 6812 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(a7colliercountyfl.gov) 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. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. 0 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 Agreement [2024_ver.3] CAO � � �� � ��% � ��� � |KJ WITNESS WHEREOF, the parties hereto, bvanauUhor�ed person o,agent have executed this Aoneernenton the date and year��tvvr ' above, ' ATTEST' � BOARD OF COUNTY CC}k4K4|8S|(JNEF7B Crystal K. Kinze[C|enk of the Circuit COLLIER COUNTY, FLORIDAC � d A41,�aze� By - By: as to Chairman's Burt Saunders -- n e:u . ��haimnon uMneo' ~ signature only (SEAL�b��4s-. Aoriou|�Vr8| ��rv|�eo |nb*nn�tioO�| LL(� Contractor's Witnesses: ~ ' ' /�ontnao\or - /117 By: Cont racx �aa ��i - at'~ ' --~--- Chase Aouersno CFO �uom� K0arinm ' TTvp8/p/int witness Oa eT T Type/print signature and UUgt ' ` '-- ' �--___ ' ' ~ - on�ao ,��' 8eoon�f bn�as BattyuoK8iUer Al Type/print : Count A4�� n t"Na e Page 14^(17 Fixed Terin Somke6grevnmn O02*_vnr.31 1 6B12 Exhibit A Scope of Services ❑■ following this page (containing 4 pages) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Agreement [2024_ver.3] CNILI 1 6812 Exhibit A— Scope of Work ITB #24-8290 DETAILED SCOPE OF WORK Preventive maintenance and other critical services, including but not limited to equipment evaluations; training; testing;diagnostic and troubleshooting;technical support and assistance(in-person,offsite, or via telephone);pump and system repairs; parts replacement and installation;pump station purchases and replacements; technical support and assistance;and pond/lake fountain and aerator installation,maintenance,repairs,and replacements. 1. SPECIFICATIONS 1.1. Irrigation Pump Station Preventive Maintenance (PM): PM services are necessary to keep pump stations running optimally. The Division's irrigation pump stations include centrifugal or submersible well pump motors. The horsepower (HP) ranges from 5, 7.5, 10, 15, 20, and 25 with various phases and voltages. Markups are not applicable. • The PM services for centrifugal pumps occur semiannually (twice yearly or as needed) in October/November and May/June. Submersible well pumps PM services are annual.PM services may be increased or decreased at the Division's discretion. • Pump motors not listed on the fee schedule shall have preventative maintenance services using the field technician's hourly labor rate. Detailed PM inspections are needed to detect mechanical and electrical defects or conditions that prevent efficient operation. • The PM services include the following: 1.1.1. Pump Maintenance: Inspect the pump and the entire pumping system for signs of wear; Inspect pump system valves; Inspect pump screens and clean them; Check pump electric motor windings for degradation and rewinding, if necessary.; Check pump impeller eye clearance; Inspect for excessive wear or corrosion on the pump impeller; Inspect for excessive wear or corrosion on the volute case; Inspect for excessive wear or corrosion on the seal chamber; Grease pump bearings; Tighten all drain and fill plugs;Tighten all electrical connections;Check the temperature sensor to ensure it is functioning properly;Check the flow pressure;and Check wires for damages. 1.1.2. Filter Maintenance: Clean discs and report broken discs for replacement; Check backflush valves are functioning; Check electrical fuses are functioning on the filter controller; Check the filter controller is set to flush every 24 hours or as needed;Check the discharge pipe is not clogged;and Check inlet flush is set to the proper pounds per square inch(PSI). 1.1.3. Flow Meter:Test the read switch;Check meter spins;Check for excessive discharge from the flow meter;and Test the solenoid. 1.1.4. Incoming Power Source:Check the voltage(units may be single-phase or 3-phase);Check that the ground fault interrupters (GFI) switch is functioning; Check the surge protector is functioning, Inspect the transformer to make sure the enclosure is not rusting;Inspect the panel box and breakers for replacement;and Inspect wires for damage. 1.1.5. Enclosure Maintenance: Check vents for clogs; Clear clogged vents; Check cooling fans are functioning on all systems;Inspect the enclosure for damages and access points for unwanted pests intrusion; Check cables are attached to the well pumps; Inspect the pressure tank for rust; Inspect the pressure tank for replacement; Remove debris, cobwebs, and ant mounds from inside the CN° 16R12 enclosure;and Inspect enclosure for insects,ants,rats,and mice,and report problems. 1.2. Other Services:The Division may request other services that may include,but are not limited to,irrigation pump station repairs and replacements; technical assistance and support (existing pump station specifications or new pump stations); diagnostic services; system evaluations; training,technical support; lake/pond fountain and aerator maintenance and services. The Division Representative may request an estimate for these services. The fee schedule line items and markups may be utilized for compensation. Markups are applicable. 1.3. Temporary Traffic Control (TTC): Some service areas may require the Contractor to set up Temporary Traffic Control (TTC) at work sites in roadway medians or right-of-way where a lane closure may be required.The Contractor is responsible for TTC. The unit price includes the TTC plan, equipment, setup, maintaining TTC while performing services in the right-of-way and median roadways,and removal.TTC is required for the safety and protection of the Contractor's employees and the traveling public. TTC fee schedule rates or subcontractor services may be utilized. The Contractor providing TTC must have Temporary Traffic Control or Maintenance of Traffic Certification. Markup is applicable for subcontractor services. 1.3.1. TTC shall conform to the current edition of the FDOT's Standard Plans for Road and Bridge Construction,Index 102,Design Standards Index 600 series,link: Standard Specifications Library (fdot.gov) and The Manual on Uniform Traffic Control Devices (MUTCD), link: https://mutcd.fhwa.dot.gov/index.htm. 1.3.2. The Contractor is authorized to subcontract MOT/TTC. The subcontractor must have current FDOT-approved Maintenance of Traffic or Temporary Traffic Control, Intermediate Level Certification,and insurance required by the County.If the Contractor subcontracts TTC,they must submit an estimate to the Division Representative for approval. 1.3.3. The Contractor's employee or subcontractor is responsible for the TTC plan and equipment setup and shall have current FDOT-approved certification.They must be readily available within twenty (20)minutes of the County staffs initial contact to address work zone safety issues. 1.3.4. If the TTC setup does not comply with FDOT standards,the Contractor must cease operations until it is correct per the 600 series design standard. 1.3.5. If the Contractor provides TTC,the invoice shall list the line items on the fee schedule in the TTC section and reflect each piece quantity multiplied by the number of days the TTC is required to complete the work. 2. GENERAL INFORMATION 2.1. Collier County License Requirements: To perform services,you must hold one of the following contractor licenses: Collier County Irrigation Sprinkler Contractor License, Collier County Landscaping Unlimited (includes irrigation) Contractor, Collier County Plumbing Contractor, or State Certified Irrigation Contractor. 2.2. Certification: Temporary Traffic Control (TTC) or Maintenance of Traffic (MOT) Certification, Intermediate Level.The Contractor shall have certification if they are providing TTC. If a subcontractor is providing TTC,they shall have the certification. 2.3. Service Hours: Services are generally requested during normal business hours;however,the Division may require urgent services beyond normal business hours. 2.3.1. Normal business hours are Monday through Friday from 7:00 a.m.through 5:00 p.m. 2.3.2. Urgent request hours are Monday through Friday from 5:01 p.m.to 6:59 a.m.,weekends,holidays, or services during normal business hours Monday through Friday requiring immediate attention c10 16B12 with a two-hour response time or less.Urgent request labor hourly rates will be paid 1.5 times the unit price on the fee schedule. 2.4. Markup: The Contractor shall submit receipts and estimates with the invoice submission for markup verification.Tax and freight charges are authorized;however,these charges have no markup. 2.4.1. Material Markup:A 15 percent markup is authorized for parts and materials not included in the fee schedule.The Contractor shall provide a receipt(s)with the invoice for reimbursement for parts and materials exceeding$500.00.Any items below$500.00 may require an itemized record showing the part and cost for reimbursement. 2.4.2. Equipment Markup: A 10 percent markup is authorized for equipment not listed on the fee schedule. The Contractor shall email the Division Representative the estimate to approve rental equipment. 2.4.3. Subcontractor Markup: A 15 percent markup is authorized for subcontractor services. The Contractor shall email the Division Representative the estimate to approve subcontractor services. 2.5. Pass-through Charges:A copy of the receipt is required with invoice submission. The Contractor shall be reimbursed at the actual costs shown on the receipt; there is no markup on pass-through expenses. These charges may include permits,disposal fees,etc. 2.6. Utilities: The Contractor shall be responsible for exercising precautions while working near utilities; therefore,before digging,the Contractor must call Sunshine 811 at 811 or 800-432-4770,Monday through Friday,from 7:00 a.m.to 5:00 p.m. Sunshine 811 needs two(2)full business days'notice.Any damage to utilities is the Contractor's sole responsibility and at no cost to the County. Link: https://sunshine811.com/get-started-create-a-ticket. 2.7. Work Zone Safety:Contractor shall use caution while working on County Right-of-Way and roadways.The Contractor shall use caution while working in or around County-owned or operated facilities,right-of-way, sides of right-of-way, and roadway medians. When working within a right-of-way (i.e., roads, sidewalks, bike paths,etc.)Follow applicable FDOT and/or MUTCD requirements,such as but are not limited to: 2.7.1. American National Standards Institute/International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests,T-shirts,or similarly labeled garments depending on the time of day. 2.7.2. Appropriate work zone signage,cones,barricades or barrels,arrow panels,flagging personnel,and stop/slow paddles,where necessary,required by law or the County. 2.7.3. An applicable work zone(Maintenance of traffic)plan based on FDOT and/or MUTCD designs on site. 2.8. Work Commencement:Work shall commence with the issuance of a purchase order. 2.9. Work Delays: Immediately notify the Division Project Manager when work is delayed and follow up with an email stating the cause of the delay within 48 hours. 2.10.Deficient Work: The Division Representative will notify the Contractor of unsatisfactory work. The Contractor will correct deficient work within five business days, or as agreed to by the County Project Manager,at no additional cost to the County. 2.11.Price Increases:Price increase requests may be submitted annually(365 days from the agreement effective date/anniversary date). 2.11.1. Price increase requests are not guaranteed.If approved,the Procurement Director or designee will CAD 16B12 notify the Contractor in writing with the effective date of any approved price increases. 2.11.2. Submit price increase requests in writing by email to the County's Contract Administration Specialist no less than 30 days before the annual contract anniversary date for consideration. 2.11.3. Price increase requests review may take over 60 days to complete. 2.11.4. Retroactive price adjustments are not authorized. 2.11.5. The Contractor shall provide supporting documentation justifying price increases (examples: Bureau of Labor Statics, supplier material agreements, fuel increases, etc.). If there is no documented proof,price increases will not be considered. 2.11.6. The Contract Administration Specialist shall analyze prices to determine whether increases are fair and reasonable using the following methods: price competition (reviewing competitive bids or offers),market prices,historical prices,or independent estimates. 2.11.7. During the review process,the Contractor shall continue to fill all purchase orders received at the current agreement prices. 2.11.8. The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance,as amended.The bid tabulation shall be modified with the price increases, or an amendment processed,as required,and uploaded into the County's Finance System. CAD 16B12 Exhibit B Fee Schedule following this page (containing 1 pages) Page 16 of 17 Fixed Term Service Agreement [2024_ver.3] CAO I 613i2 Exhibit B - Fee Schedule ITB #24-8290 Agricultural Services International, LLC 1.1 Irrigation Pump Station Preventative Maintenance:The unit price includes labor,equipment,and materials(e.g.,lubricants). Markups are not applicable. Item Description UOM Unit Price I Centrifugal Pump Station:VFD-NETA-LP-CENT-7.5 Each $ 400.00 2 Centrifugal Pump Station:VFD-NETA-LP-CENT-10 Each $ 400.00 3 Centrifugal Pump Station:VFD-NETA-LP-CENT-15 Each $ 500.00 4 Centrifugal Pump Station:VFD-NETA-LP-CENT-20 Each $ 600.00 5 Centrifugal Pump Station:VFD-NETA-LP-CENT-25 Each $ 600.00 6 Submersible Well Pump Station:VFD-NETA-LP-SUB-5 Each $ 400.00 7 Submersible Well Pump Station:VFD-NETA-LP-SUB-7.5 Each $ 400.00 8 Submersible Well Pump Station:VFD-NETA-LP-SUB-10 Each $ 400.00 9 Submersible Well Pump Station:VFD-NETA-LP-SUB-15 Each $ 500.00 10 Submersible Well Pump Station:VFD-NETA-LP-SUB-25 Each $ 500.00 1.2 Other Services:Markups are applicable. l.abor Hours Item Description UOM Unit Price 11 Supervisor Hour $ 80.00 12 In-House Technician Hour S 125.00 13 Field Technician Hour $ 125.00 14 Technical Assistance and Support Hour $ 75.00 15 Equipment Operator Hour $ 100.00 Equipment:Unit price includes equipment,delivery,setup,fuel,and return. Item Description UOM Unit Price 16 Forklift Day $ 950.00 17 Bucket Truck(40 foot reach) Day $ 500.00 18 Mini Excavator/Backhoe Day $ 440.00 19 Crane(able to pull from a 40 to 60 foot well depth) Day $ 1,000.00 20 Boat(i.e.small boat or watercraft) Day $ 150.00 1.3 Temporary Traffic Control:The unit price includes TTC plans,equipment,and labor(setup and removal). Markup is applicable for subcontractor services. Item Description UOM Unit Price 21 Traffic Cones 1-50 Day $ 250.00 22 Traffic Cones 51 and greater Day $ 500.00 22 Barricades 1-25 Day $ 225.00 23 Drum 1-25 Day $ 225.00 25 Portable Flashing Arrow Sign Day $ 250.00 26 Portable Variable Message Sign Day $ 300.00 27 Work Signs with stands Day $ 100.00 28 Crash Attenuator Truck with Operator Day $ 1,200.00 29 Flagger with equipment Hour $ 175.00 Material Markup not to exceed 15% Equipment Markup not to exceed 10% Subcontractor Markup not to exceed 15% Urgent Request Hours paid at 1.5 times the Labor Hours Category rate. °Prices to remain firm for the first year(365 days)of the agreement term. CA() 1 6B12 Other Exhibit/Attachment Description: Affidavit Regarding Labor and Services rill following this page (containing 1 pages) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement [2024_ver.3] CAO 4. 6 B 1 2 AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024, pursuant to§787.06(13), Florida Statutes,when a contract is executed,renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: Agricultural Services International, LLC Address: _ 1 r,_ ( ng: Ave_,—Ft,_ pierce, FL 34945 Phone Number: 772-468-0888 Authorized Representative's Name: Chase Anderson Authorized Representative's Title: CFO Email Address chase@asi.ag AFFIDAVIT I, Chase Anderson (Name of Authorized Representative),as authorized representative attest that Agricultural Sorvicos Internaticnal, LLC (Name of Nongovernmental Entity)does not use coercion for labor or services as defined in§787.06,Florida Statutes. Under pen ty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true. C.4N� ----�_,i 01/04/2024 (Signature of authorized representative) Date STATE OF/"//)ad(,- COUNTY OFS/ [JJe« Sworn to(or affirmed)and subscribed before me, by means of V physical presence or 0 online notarization this ,-,' day of ,blyj ivy,20`' ,by��7G` _,4,1��rn'1(Name of Affiant),who produced his Florida Driver's License afica ' 4 / Notary Publ. (no quired when digital) f# y. BETTY,p�R ��j ) / •%' MY COMMISSION 0 IC 237904 114'J(t g/ J� )v�(� •„ef gt•" EXPIRES:MAY 9,2026 Commissibri Expires - Personally Known ['—Produced Identification 0 Type of Identification Produced: CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1