#24-8300 (Thomas Water Purification LLC) FIXED TERM SERVICE AGREEMENT
#24-8300
for
Reagent Water Purification System Rental Services
THIS AGREEMENT, made and entered into on this I' t" day of onciy 20 D5 ,
by and between Thomas Water Purification LLC.d/b/a Purfication Technologies
authorized to do business in the State of Florida, whose business address is
10325 Windhorst Road, Tampa, Florida 33619 (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 (■I upon the date of Board approval; Of❑ on 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 ❑ Notice to Proceed.
3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the
terms and conditions of El ❑■ Invitation to Bid (ITB)
❑Othef ( )# 24-8300 , including
all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to
herein and made an integral part of this Agreement.
• The Contractor shall also provide services in accordance with Exhibit A — Scope of
Services attached hereto.
Page 1 of 18
Fixed Term Service Agreement
[2025_ver.1]
t_A;
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):
C
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
satisfac4ien of the County's project manager before payment for the fixed price contract
is authorized.
•
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
these contracts include back up documentation of costs; invoices would include number
or payroll records), material or equipment invoices, and other reimbursable
documentation for the project.
❑� 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 18
Fixed Term Service Agreement
[2025_ver.1]
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.
4.5 ❑ : T
expenses shall be reimbursed as per Section 112.061 Fla. Stats.
Mileage $0-44. r-Re
Breakfast $6788
Limb $11-80
Dinner $a-9-00
Airfare Actual ticket cost limited to tourist or coach claw fare
Rental car Actual rental cost limited to compact or standard size
vehicles
Ledging Actual cost of lodging at single occupancy rate with a
cap of no more than $150.00 per night
Parking Actual cost of parking
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: Thomas Water Purification LLC.d/b/a Purfication Technologies
Address: 10325 Windhorst Road
Tampa, Florida 33619
Authorized Agent: Alyson Thomas
Attention Name & Title:
Telephone:
E-Mail(s): alysont@purification-tech.com
Page 3 of 18
Fixed Term Service Agreement
[2025_ver.1
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: Wastewater&Water
Division Director: Robert vonHolle
Address: 3339 Tamiami Trail E
Naples,Florida 34112
Administrative Agent/PM: Katia Leite
Telephone: 239-252-2234
E-Mail(s): Katia.Leite@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.
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 18
Fixed Term Service Agreement
[2025_ver.1]
It
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. n Commercial General Liability: Coverage shall have minimum limits of
$ t,000,000 Per Occurrence, $ 2,000,000 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. 0 Business Auto Liability: Coverage shall have minimum limits of$ 500,000
Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage
Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and
Employee Non-Ownership.
C. 1.1 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$ 500,000
for each accident.
D. Rye# be maintained by the Contractor to ensure its legal
this insurance. Such insurance shall havc limits of not less than $ -ach
claim and aggregate.
---��
claim.
Page 5 of 18
Fixed Term Service Agreement
[202 5_ver.1]
-❑ : Coverage
shall have minimum limits of$ per claim.
G. ❑ •
# ❑ •
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 18
Fixed Term Service Agreement
[2025_ver.1]
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 Wastewater&Water 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), I■I Exhibit A Scope of Services,
Exhibit B Fee Schedule, n RPP/ n ITB/n Othef
# including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent
gete&r a d ❑
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 18
Fixed Term Service Agreement
[2025_ver.1]
CAO
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: PublicRecordRequest(ccolliercountyfl.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 18
Fixed Term Service Agreement
[2025_ver.I]
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 18
Fixed Term Service Agreement
[2025_ver.1]
25. ❑■ 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. ❑ 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 18
Fixed Term Service Agreement
[2025_ver.1]
CAO
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 en 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. ❑ 's personnel and management to be utilized for
this project shall be knowledgeable in their areas of expertise. The County reserves the
right to perform investigations as may be deemed necessary to ensure that competent
Page 11 of 18
Fixed Term Service Agreement
[2025_ver.1]
CAO
as many-people as,necessary"to complete the services-on-a timeIy-bas4s, and each person
assigned-shall-be-available for-an amount of time-adequate
lg1luate teme/e�t-the.'required-&ervice
dates."-The Cont"ractor",.shall„not.changee"p Key Personnel rsonnel"...unlless the following conditions..are
met: ,(1 reposed"'replac.:ments` have substantially-the--same--or--better-
qualifications
and/or
/"�experience.-n �' - (2)„"that
p "the-County'is notified in""writing as far in ad1vance as"'possible:
"i he.""Contractor shall.ma 1e commercially-reasonable..,offorts-to notify CollieVr•,County-within
seven seven.,,(7)--days-of'the changer The--County retains final approval of proposed replacement
perso..n,e�:l
❑■ 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. ❑■ 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 12of18
Fixed Term Service Agreement
[2025_ver.1]
CAO
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-FMOPScolliercountyfl.qov) 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. ❑■ 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 18
Fixed Term Service Agreement
[2025_ver.1]
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. t<h ie,,LFerlk gf the Circuit COLLIER COUNTY, FLORIDA
Court atirl Corn. mile <
4
By: _ -w-, n. _► By:
Dated: Aff . 44",/..."404e€40104011--
vr
. 1 B L. sunders , Chairman
(SEidi 4.4tt ; 10 Chairman's
signature only
Thomas Water Purification LLC.d/b/a Purficatlon Technologies
Contractor's Witnesses: Contractor
By: albeA104/1r1/1/Wit
Co ractor's Sina t Witness g
'iv\cAtA&A) 2_ UI 11Q// \A\MS6n 1b rvt& 1 ODUnZr _
TType/print signature and titlee
TType/print w/less nameT
I
V. .,,.
Contractors Sec.nd Witnesstt
P 4 rvv.0. tt
TType/print witness nameT
.prove. .s t• p and Legality:
, _ County Attorney
,5ev- 4 iL
Print Name
Page 14 of 18
Fixed Term Service Agrccmen ,/
[2025 ver.1 / j,
Exhibit A
Scope of Services
n following this page (containing 4 pages)
n this exhibit is not applicable
Page 15 of 18
Fixed Term Service Agreement
[2025_ver.1]
Exhibit A—Scope of Services
#24-8300 "Reagent Water Purification System Rental Services"
The Division is seeking qualified Vendors to establish a rental service contract to provide required routine,preventative maintenance,
repair services,and replacements for County Wastewater(Category A)and Water(Category B)Labs.
1. CATEGORIES
CATEGORY A:
South Wastewater Facility:
5600 Warren St.
Naples,FL 34113
• Deionizer Unit
o One 3.6 cubic foot(CF)anion tank
o One 3.6 CF cation tank
o One 3.6 CF carbon tank
o Two 3.6 CF mixed bed tanks
• In-line conductivity meter
• Ultraviolet light
• Recirculation pump
• The system must be capable of producing approximately 1,000 gallons of DI water per month at a minimum flow rate
of 10 liters per minute.
CATEGORY B:
North Collier Region Water Plant:
8005 Vanderbilt Bech Road
Naples,FL 34120
• Deionizer Unit
o Three 1 cubic foot(CF)mixed bed DI water tanks
o One 1 CF activated carbon tank
o One 10" 1.0um prefilter
• Totalizing meter
• In-line conductivity meter
• The system must be capable of providing a flow rate of 1.25 gallons per minute.
South Collier Region Water Plant:
3851 City Gate Drive
Naples,FL 34116
• Deionizer Unit
o Two 1.5 cu.Ft.mixed-bed deionizer units
o One 1.5 cu.Ft.activated carbon unit
o One 1.5 cu.Ft.mixed-bed polishing unit
• Totalizing meter
• In-line conductivity meter
Carica Pump Station:
7200 Goodlette Frank Road
Naples,FL 34119
• Deionizer Unit
o Two 1.5 cu.Ft.mixed-bed deionizer units
o One 1.5 cu.Ft.activated carbon unit
o One 1.5 cu.Ft.mixed-bed polishing unit
• Totalizing meter
• In-line conductivity meter
Goodland Repump Station:
2559 San Marco Road
Page 1 of 4 CAO
Exhibit A—Scope of Services
Marco Island,FL 34145
• Deionizer Unit
o Two 1.5 cu.Ft.mixed-bed deionizer units
o One 1.5 cu.Ft.activated carbon unit
o One 1.5 cu.Ft.mixed-bed polishing unit
• Totalizing meter
• In-line conductivity meter
2. PREVENTATIVE MAINTENANCE
2.1. Preventative maintenance shall be performed with each visit and may include:
• Evaluate overall equipment condition and ensure the system is operational.
• Inspect gauges and verify that there are no leaks.
• Provide training to personnel on site during the visit.
• Verify area near equipment is clear of debris or improperly stored material.
• All deficiencies communicated and solutions discussed.
2.2. Preventative maintenance shall be included in the rental unit fee for all items and shall be inclusive of all labor,tools,material,
parts,equipment,and all necessary resources to complete the work.
2.3. Material used during preventative maintenance(i.e.,hoses,gaskets,sundries)that would be considered part of the service by
industry standards shall not be invoiced to the County and shall be included in the rental unit price provided on the awarded
Bid Schedule.
2.4. The Vendor must provide an estimated annual maintenance schedule.
2.5. For each site visit,the awarded Vendor will provide an Equipment Service Report.The Report should include the following:
• Record of inspection including all findings/remarks for each piece of equipment
• All preventative maintenance items completed
• Recommend repairs,if applicable
The Equipment Service Report must be completed and submitted by Vendor to County Representative upon preventative
maintenance completion or within three(3)business days if repairs are recommended. Note:Failure to provide the completed,
signed and dated report may delay the Vendor's payment.
2.6. The Vendor shall use a County provided Equipment Service Report if requested to do so by the County.
3. Delivery
3.1. The Contractor warrants that upon delivery, the equipment rented hereunder shall be in good working condition. If the
equipment is not in good working condition upon delivery,the Contractor shall promptly repair or replace the equipment at
its sole expense.
3.2. if the equipment requires repair or replacement during the rental period,the Contractor shall promptly repair or replace the
equipment at its sole cost and expense;however,if the repair or replacement is due to the County's abuse,misuse,or neglect,
the County shall be responsible for the cost of such repair or replacement.
3.3. Some County sites may be unmanned at time of delivery.The Contractor shall confirm with the Division Representative or
designee on arranging delivery services to these sites.
3.4. The Contractor shall coordinate delivery with the Division Representative or designee so there is minimal to no interruption
to daily work at any location.
4. EQUIPMENT&PARTS
Page 2 of 4
Exhibit A—Scope of Services CAO
4.1. All equipment and parts provided and installed by the Vendor under the awarded contract shall be new and free of defects
and may require County approval prior to installation. All equipment must meet or exceed the requirements of the
following:
Table 1080:2. Reagent Water Specifications
Quality Parameter High
Resistivity. megohm-cm at 25 ''C >10
Conductivity, pm.holcm at 25 C <0.1
Sits (mglL) <0.05
5. WORK HOURS AND CONTRACTOR CONTACT
5.1. Normal business hours shall be 7:00am to 5:00pm,Monday through Friday,excluding County observed holidays.After
hours are considered to be requests outside of the normal business hours,weekends, and County observed holidays,or
in the event of a declared local state of emergency.
5.2. The Vendor shall provide a company contact name, phone number and email address for all requests and shall be
available twenty-four(24)hours per day,365 days per year.
5.3. The County will issue a Purchase Order prior to commencement of work.No work shall be performed until the Vendor
is in receipt of an approved purchase order.
6. RESPONSE TIMES FOR SERVICE
6.1. Normal Request
• Vendor shall acknowledge a request for service via email or phone call within twenty-four(24)hours from the time
the County issued the request.
• Vendor shall schedule the service within three(3)business days of the initial request,via email.
6.2. Urgent Request
Urgent requests may consist of system malfunctions,inability to produce reagent grade water,severe leaks,etc.
• Vendor shall acknowledge an urgent request via email or phone call within twelve(12)hours of the request being
sent by the County.
• County and Vendor shall agree to an appropriate arrival time based on the urgency.
• A one-time two hundred dollar($200.00)urgent service call fee is allowed when responding to an urgent request.
7. PRICE MODIFICATIONS
7.1 The vendor may request a price modification no less than one hundred twenty(120)days prior to the end of the initial
contract period for consideration.
• Retroactive price adjustments are not authorized.
• Submit price increase requests in writing by email to the County Representative or designee no less than 120 days
before the end of the initial contract period.
• Vendor shall provide supporting documentation justifying price increases(examples:Vendor's material agreements,
distributor invoices,proof of fuel increases,etc.).If there is no documented proof,price modifications will not be
considered.
• County Representative or designee shall analyze prices to determine if increases are fair and reasonable.
• During the review process,the Vendor shall continue to fill all purchase orders received at the current agreement prices.
• Price modification requests are not guaranteed.If approved,the Procurement Director or designee will notify the
Vendor in writing with the effective date of an approved price modification.
Page 3 of 4
Exhibit A—Scope of Services CAO
• The Procurement Director has the authority to approve price adjustments in accordance with the Procurement
Ordinance,as amended. The Fee Schedule shall be modified with the price increases,or an amendment process as
required,and uploaded into the County's Finance system.
The County may,after examination,refuse to accept the adjusted costs if they are not properly documented,considered excessive,
or if decreases are deemed insufficient.In the event the County does not wish to accept the adjusted costs and the matter cannot be
resolved to the satisfaction of the County,a contract termination will have to be processed.
Page 4 of 4
Exhibit A—Scope of Services CAO
Exhibit B
Fee Schedule
following this page (containing pages)
Page 16 of 18
Fixed Term Service Agreement
[2025_ver.1]
CAO
Exhibit B-Fee Schedule
#24-8300 "Reagent Water Purification System Rental & Services"
Item
Number Description Unit Price
CATEGORY A-WASTEWATER
Monthly rental-Deionizer Unit
1 Includes: In-line conductivity meter,Ultraviolet light, $ 1,159.58
Recirculation pump
Item
Number Description Unit Price
CATEGORY B-WATER
North Collier Regional Water Plant
1 Monthly rental--Deionizer Unit $481.66
Includes:In-line conductivity meter
South Collier Regional Water Plant
2 Monthly rental--Deionizer Unit $437.91
Includes:In-line conductivity meter
3 Carica Pump Station $352.16
Monthly rental--Deionizer Unit
4 Goodland Repump Station $352.16
Monthly rental--Deionizer Unit
Note:A one time S200.00 Urgent Service Call fee is allowed.
Exhibit C
Affidavit Regarding Labor and Services
following this page
Page 17 of 18
Fixed Term Service Agreement
[2025_ver.I]
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; -1Cj( '-\(O� r,K' fV.2y" Zq. ,���1c0-ipn, LL 4 ay-1 f"i CCkhO \
Address: IL;37C, Vv‘ial'1Cv-st SId '17,tv11pu, Ft 3 (o1ct Tr r^ ,fv.A 0 cli.€
Phone Number: Co('z, 420- 39 2-7-
Authorized Representative's Name: In 1 Sov-k Ti ' G V1,,-\4-t`-t->
Authorized Representative's Title: 0 LA)1'IP—C
Email Address: Ai u/SL' ;-' sr ,o( cam-- 'v- —*-=_L11 . LU>-`r-1
1n AFFIDAVIT
I, Lt)1boYti't( DYf{� �
O,..� ��� (Name of Authorized Representative),as authorized representative attest
thaelinem �tisttt' iy fSLLilN V1(Name of Nongovernmental Entity)does not use coercion for labor or
services as defined in §787.06,Florida Statutes.
Under penalty of perjury, I declare that I have read the foregoing Affidavit and that the facts stated in it are true.
Qlitiow- 312\ 1 zs
(Signature of authorized representative) Date
STATE OF FL
COUNTY OF 'C
_CLAAA
Sworn to(or affirmed)and subscribed before m by means of(AT physical presence or 0 online notarization this
2.t day of ri\c/ICA,20 by11 V0v1 W'.g t LLName of Affiant),who produced their FL P L-
a s identlfica r are er ally known to me.
otary bllc ` ti MATTHEW R.FORTNER
I. Notary Public,State of Florida
r� ` ,�-�, " Commission#HH 415265
0'�vr ��� 1 '��'' My comm.expires Aug.20,2027
Comm' sion Expires _.,..
Personally Known ❑OR Produced Identification
Type of Identification Produced: 1'L'
CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM version:2025.1
CAO
Other Exhibit/Attachment
Description: N/A
❑ following this page (containing pages)
❑] this exhibit is not applicable
Page 18 of 18
Fixed Term Service Agreement
[2025_ver.1]
CAO