Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 08/12/2025 Item #16A14 (Increase in expenditures for the sole source purchase of Hoover irrigation pump system)
8/12/2025 Item # 16.A.14 ID# 2025-2502 Executive Summary Recommendation to authorize an increase in expenditures for the sole source purchase of Hoover irrigation pump systems, including but not limited to, design, installation, service, repairs, and replacements from Hoover Pumping Systems Corporation in a not-to-exceed amount of $300,000 per fiscal year under existing Agreement #20-025-NS through September 30, 2025, and approval of future invoices under Purchase Order No. 4500239453 in the amount of $98,524.63. OBJECTIVE: To effectively maintain irrigation pump systems equipment at County facilities through an approved sole source vendor, Hoover Pumping Systems Corporation (“Hoover”), for parts, supplies, and services. CONSIDERATIONS: On October 27, 2020 (Agenda Item 16.D.7), the Board approved a Sole Source Waiver for Hoover in a not-to-exceed amount of $175,000 per fiscal year under Agreement #20-025-NS. The County currently operates fifteen Hoover pump systems with Flowguard® and three Hoover pump systems without Flowguard® across various facilities. In June 2025, Staff determined that the pump at Site ID 6144 at the Collier County Government Center required immediate replacement. On July 7, 2025, the County issued Purchase Order No. 4500239453 (the “PO”) in the amount of $98,524.63 for the replacement of the pump. Due to long lead times, the County has not received any equipment or an invoice at this time. The PO increased the encumbered amount under the Agreement to $270,867.24; however, the year- to-date actual expenditures for FY 2025 are $172,075.37, which is still below the Board-approved amount. Staff is requesting an increase in the authorized expenditures under the Sole Source Waiver for Hoover up to a not-to- exceed amount of $300,000 through September 30, 2025. The Waiver Increase form, which the Procurement Services Division has administratively approved, is attached. Additionally, the Staff is requesting Board approval for the payment of future invoices under the PO for the purchase of a long-lead fiberglass irrigation pump system, so long as it is compliant and Hoover’s invoices contain proper supporting documentation. Optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. Most of the Parks' infrastructure currently utilizes Hoover systems. The uniformity in pump station design, equipment, and control and monitoring across municipal facilities enhances the efficiency and cost-effectiveness of irrigation operations and landscaping management. Additionally, consistency of the infrastructure can result in cost savings through streamlined spare parts inventory and improved operational efficiency via standardized monitoring and control procedures provided by Hoover Pumping Systems Corporation. FISCAL IMPACT: Expenditures will not exceed $300,000 for the fiscal year. Funds are budgeted within the user divisions' operating and capital budgets. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To authorize an increase in expenditures for the sole source purchase of Hoover irrigation pump systems, including but not limited to, design, installation, service, repairs, and replacements from Hoover Pumping Systems Corporation in a not-to-exceed amount of $300,000 per fiscal year under existing Agreement #20- 025-NS through September 30, 2025, and approval of future invoices under Purchase Order 4500239453 in the amount of $98,524.63. PREPARED BY: Brooke Roxberry, Management Analyst II, Operations and Regulatory Management Page 370 of 3949 8/12/2025 Item # 16.A.14 ID# 2025-2502 ATTACHMENTS: 1. 20-091-WV R1 Hoover Increase FE 2. 20-025-NSHooverPumping_Contract 3. 20-025-NSFirstAmendment 4. PO 4500239453 5. HooverPumpID6144-Proposal 6. COI_Hoover Page 371 of 3949 June 2025 Page 1 of 1 WAIVER INCREASE/DECREASE REQUEST FORM Instructions: This form is to be used only for increase/decrease of an existing Waiver amount. Purchases greater than $50,000 will require final approval by the Board of County Commissioners. Complete all sections of this form prior to submitting it to Procurement. Any quotes and/or documentation submitted must be dated within the last thirty (30) days. Disclaimer: Waiver Increases/decreases are not active until the Procurement Director approves the request or the requested start date,whichever is later. Waiver increases/decreases that require review by the Board of County Commissioners are not valid until Board approval is received. No purchase order requests will be processed until formal approval has been received. Submit Waiver increase/decrease requests to Procurement Services via the Jira Ticketing System. Waiver #: Current Approved Not-to-Exceed Expenditure per FY: Division: Requested Not-to-Exceed Expenditure per FY: Vendor Corporate Name: Agreement #: Detailed Explanation/Reason for the Increase/Decrease Request: Requester: Signature: Division Director: Signature: Department Head (Required if over $50,000): Signature: Procurement Director or Designee: Signature: PROCUREMENT USE ONLY Approved Date Range Start Date: End Date: Additional Commentary: Contingent Upon Board Approval: Yes No Agenda #: Approval Date: Waiver Revision #: Page 372 of 3949 Collier County Instructions Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division’s Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier’s unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Division: Item/Service: Vendor Name: Historical Countywide Spend: ______________________ Requested date range: _____________ Not to Exceed per Fiscal Year: _______________ Is there an agreement associated with this waiver to be reviewed by Contracts? Yes No Sole Source Single Source One Time Purchase Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. Yes No If yes, provide the PCC number:__________________________________________________ Derrick Garby Parks and Recreation Hoover irrigation pump systems design, install, service and repair Hoover Pumping Systems 100,000 7/2020 - 9/2025 $175,000 Hoover irrigation pump systems design, install, service and repair. Library: Hoover irrigation replacement pump for station ID 3422, located at the Headquarters (North Regional) Library. Hoover Pumping Systems will furnish one Hoover model HCF-10PDV-230/3-HMR3L-E24-Z. 10 HP Single Centrifugal Variable Frequency Drive (VFD) Hoover-flow Pump Station specifically designed for this project. Hoover provides the Flowguard software that allows staff to run the irrigation system without being on site, monitor water usage and determine issues that need to be corrected. The Flowguard system allows for Remote access to complete pump control and protection features including sequencing and retirement controls, VFD operating and setup parameters, status and set up controls for Thermal Protection, No Flow Protection, and Loss of Prime Protection. ✔ ✔ ✔✔ Page 373 of 3949 Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): Sole Source Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. Single Source Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: ___________________ BCC Agenda Item number: __________________ Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? Hoover Pumping Systems products are not available through any distribution network and only available directly from their factory in Pompano Beach, Florida. Hoover Pumping Systems is dedicated to the development and manufacturing of quality pump station solutions for irrigation, water management and other applications. Hoover's experienced techs provide quality services from pump station configuration to installation to ongoing maintenance. Hoover Pumping Systems is the only repair facility authorized and qualified to service its Pumping Systems. Work performed by other technicians may void Hoover's warranties of the systems. ✔ ✔ ✔ Page 374 of 3949 How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. Explain why it is in the County’s best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. Yes No If yes, explain what types: Parks and Recreation currently has 11 pump stations that are Hoover designed, built and operating to include schools sites which Parks also maintains. Hoover Pumping Systems is the only repair facility authorized and qualified to service its Pumping Systems. Work performed by other technicians may void Hoover's warranties of the systems. Library/Facilities - Hoover Pumping Systems was chosen during the design/engineering phase of a major renovation of the irrigation /chilled water system for the main government complex. DN Higgins Underground Utilities Contractor made the recommendation during the design/engineering/Bid #07-4072. In addition to the pump stations, Hoover provides the Flowguard software that allows Facilities to run the irrigation system without being on site, monitor water usage and determine issues that need corrected. Hoover provides Centrifugal Horizontal Pumping Station (Site #3422). The majority of the Parks’ current infrastructure utilize Hoover systems. Hoover is a well-known, widely used and reputable pumping system manufacturer. The current updated infrastructure uses Hoovers Flowguard software for remote monitoring and control, the larger systems use timers either locally or remotely and require quarterly site visits for monitoring. The most efficient and lowest cost plan for Parks is to follow the recommended upgrades and replacements utilizing Hoover Pump Systems. Due to the convenience and cost benefits for a municipality to have uniformity on pump station design, equipment, and control and monitoring at its facilities, it is ideal to utilize a manufacturer which provides a level of instrumentation, controls, and operation in alignment with the customers’ needs. If there is uniformity on the infrastructure throughout a municipality, it can provide cost benefits through spare parts stocking and convenience for a facility’s operation and maintenance through standard operating procedures for the monitoring and controlling systems. In analyzing Hoover’s costs, Hoover offers competitive pricing compared with similar equipment, quality and pricing offered by other manufacturers within the current market. In addition, the upgrade/full replacement option from Hoover provides significant cost savings due to two pump stations’ recent upgrades and a combined lower cost of the three additional recommended pump station upgrades, in comparison to replacement with a comparable product. The majority of infrastructure at Parks is manufactured by Hoover. A comparison was performed with two alternative irrigation pump station suppliers, Irrigation Craft, Inc. and Naples Electric Motor Works, Inc. The prices provided were volunteered were not obtained through a formal request for quotes solicited by Parks. It is noted that the total amount quoted for replacement of all pump stations by Hoover, Irrigation Craft, Inc. and Naples Electric Motor Works, Inc. are within approximately six (6) percent of each other when compared on an equal basis. The current updated infrastructure uses Hoovers Flowguard software for remote monitoring and control, the larger systems use timers either locally or remotely and require quarterly site visits for monitoring. ✔ Page 375 of 3949 Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexity, duration, and dollar amount of the purchase be a high risk to the County. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Signature: Date: Division Director: Signature: Date: Department Head: Required if over $50,000 Signature: Date: Procurement Strategist: Signature: Date: Procurement Director: Or designee Signature: Date: For Procurement Use Only: Approved Requesting Additional Information Requires RFI/Intent to Sole Source Rejected Procurement Comments: Current FY Approval Multi-Year Approval Start Date: ______________ End Date: __________ See attached Irrigation Pumping System Evaluation completed by Jacobs. Staff to re-evaluate the market at the conclusion of this waiver. Matthew Catoe Barry Williams Steve Carnell Sara Schneeberger Catherine Bigelow 09/08/2020 09/30/2025 CatoeMatthew Digitally signed by CatoeMatthew Date: 2020.07.20 16:22:20 -04'00' WilliamsBarry Digitally signed by WilliamsBarry Date: 2020.07.28 14:21:14 -04'00' GrantKimberley Digitally signed by GrantKimberley Date: 2020.08.03 15:23:40 -04'00' SchneebergerS ara Digitally signed by SchneebergerSara Date: 2020.08.04 08:46:56 -04'00' Cat Bigelow Digitally signed by Cat Bigelow DN: cn=Cat Bigelow, o=Collier County Government, ou=Procurement Services, email=catherinebigelow@colliergov.net, c=US Date: 2020.08.05 10:35:25 -04'00' ✔ ✔ Page 376 of 3949 12/23/2019 Re: Sole Source Irrigation Pump System Manufacturer/Service Provider Collier County Parks and Recreation 15000 Livingston Road Naples, FL 34109 To Whom It May Concern: Hoover Pumping Systems offers specialized products and services which provide single source, comprehensive pump system solutions. Hoover Pumping Systems’ products are not available through any distribution network; but only directly from our factory in Pompano Beach, Florida. The quote provided for this irrigation pump system is factory direct pricing. Since 1984, the company has provided design assistance, single source factory direct manufacturing, field installation and repair service to the landscape irrigation industry. Hoover Pumping System’s singular field capabilities and pump system features establish the Hoover solution as a one of a kind, sole source product. Hoover Pumping Systems sole source features and capabilities are listed below: 1) Pump system design, manufacturing, installation and service are performed in-house with company personnel and equipment, offering sole source responsibility for performance. 2) Hoover pump systems are available for sole source direct factory purchase. 3) Standardized system features are configured to meet specific project requirements. These features are recognized and understood by personnel throughout the landscape industry. 4) The Flowguard water management tool was developed and designed solely by Hoover. No other manufacturer offers a comparable product for real time and historical data along with integrated logic controls for optimal pump station functionality and efficiency. 5) Materials and components are rated for exposure to Florida’s harsh environmental conditions such as driving rain, excess heat, high humidity, water quality, dust, insects, reptiles and electric service. 6) Filtration systems for Florida’s biologically rich lake sources can be integrated into pump system controls including self-cleaning intake screens and pump discharge filtration. 7) Factory trained Hoover employees provide field installation and repair services utilizing a fleet of company equipped trucks, tools, machines and on-board Factory Page 377 of 3949 Parts inventory. Increasing water usage regulations, the demand for energy and water efficiency, and the use of alternative water supplies adds significant complexity to irrigation pump system configuration. Large investments in landscaping are jeopardized when irrigation pump system performance is not satisfactory. Please contact me if you have any questions or need additional information. Thank you. Sincerely, Nathan Dreher HOOVER PUMPING SYSTEMS Page 378 of 3949 GENERAL SERVICE AGREEMENT (NON-SOLICITATION) 20-025-NS for Hoover Irrigation Pump Systems Design, Install, Service and Repair THIS AGREEMENT, made and entered into on this 24 day of QGOPr 2020 , by and between Hoover Pumping Systems Corporation authorized to do business in the State of Florida, whose business address is 2801 N. Powerline Road, Pompano Beach, Florida 33069 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 n upon the date of Board approval or n on and terminating on three()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 n Purchase Order Li Notice to Proceed: 3. STATEMENT OF WORK. The Contractor shall provide services/products in accordance with the terms and conditions of this Agreement, [ Exhibit A — Scope of Services, attached to this Agreement n Exhibit B—Fee Schedule, attached to this Agreement and made an integral part of this Agreement. Services/products acquired through this Agreement have been authorized through the approval of a Single Source Waiver, C Sole Source Waiver, I I Exemption from the Competitive Process,n Other: Page 1 of 17 General Service Agreement Non-Solicitation 112017-004(Ver.2) Page 379 of 3949 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 4. THE AGREEMENT SUM. estimated maximum amount of u El 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". cctimatcd maximum amount of 4.1 Price Methodology (as selected below): 0 Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time-and Mate::a! . Page 2 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) Page 380 of 3949 Unit Pri 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 "[aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4:4 usable-Expens must-be-appreved-in-advanee-in-witing-by-the-Geunty7 Travel-expenses-shall-be Mileage 0.44.6-per-mile Br e.., c LAk aCctc n/'(Lunen TTV0 Dinner 49.00 A irfare Actual ticket, ru class-fare Rental car hedging pew T ght i-rat} Parking Aetuakeest-ef-parking r Page 3 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) Cq p Page 381 of 3949 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 # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Hoover Pumping Systems Corporation Address: 2801 N. Powerline Road Pompano Beach, Florida 33069 Authorized Agent: Brent Hoover, VP Attention Name & Title: Nathan Dreher, Director of Customer Service Telephone: 954) 971-7350, ext 207 E-Mail(s): Nathand@hooverpumping.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Barry Williams Division Name: Parks and Recreation Division Address: 15000 Livingston Road Naples, Florida 34119 Administrative Agent/PM: Matt Catoe, Operations Analyst Telephone: 239) 252-4059 E-Mail(s): Matt.Catoe@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. Page 4 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) 1 Page 382 of 3949 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 the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 0 Business Auto Liability: Coverage shall have minimum limits of 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Page 5 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) Page 383 of 3949 Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of 100,000 for each accident. D. Professional Liability: Shall be maintained by the Contractor to ensure its legal liabilit this"insurTTJRrance. f not loss than-$ each E. Cyber Liability: Coverage shall have minimum limits of$ —per claim. F. claim. 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, Page 6 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) Page 384 of 3949 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. 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 Parks and Recreation 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: 1, !neur:nse-Certtfsate(c); n Exhibit A Scope of Services, El Exhibit B Fee Schedule, III subsequent quotes, and Other ExhibitiAftach IIeU}tia_n nvivi aatuv n 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 Ill, 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 Page 7 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) Page 385 of 3949 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 located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, Page 8 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) 1 Page 386 of 3949 the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any Application for Payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County,whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23.CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it Page 9 of 17 General Service Agreement Non-Solicitation 42017-004(Ver.2) Page 387 of 3949 deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. U 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. 0 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. U 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 to 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 Page 10 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) 1 Page 388 of 3949 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. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials form 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. KEY—P€RSONNE The Contract„r's pers„nnel-and management to be utilized for thi rightte-per#erm investigations as may Page 11 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) 9 Page 389 of 3949 met--(4)-42repesed--replasemeRtsAave-substantially-the-saffie-ec-bettef-qualiffeatiens 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. I 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. ORDER-OF-PR€C€DENCE4Grant flded}.-le-t,.e vent-o 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 Page 12 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) Page 390 of 3949 maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. 38. II 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 General Service Agreement Non-Solicitation#2017-004(Ver.2) 9 Page 391 of 3949 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 COLLIER COUNTY, FLORIDA Crystal Kinzel, Clerk of Courts & Comptroller By, By: I Burt L. Saunders Chairman Dated: 1W*.hn SEALktest a to airman's Contractor'Oegs: Hoover Pumping Systems Corporation Contractor By: ract st Witness Sign tur ilex/ OPAIr' 14v,A/ ?iIvcit , & k/141— TType/print signature and titleT TType/print witness namet Contractor's Second Witness f}-n nv M TType/print witness nameT pproved as to Form and Legality: 44 tsjoi Co. pty orney Print Name Page 14 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) Page 392 of 3949 Exhibit A Scope of Services following this page (pages through 3 ) this exhibit is not applicable Page 15 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) CAO Page 393 of 3949 MA#3932 Page 1 of 3 pOVERa PUMPING SYSTEMS Phone: (239)254-4000 Subject: Hoover Maintenance Agreement, MA#3932 Site IDs: #2678, #2704, #3316, #3682, #4251, #4933, #4935, #6144, #6145, #6171, #6440, #6720, #8786 The Hoover Maintenance Program includes 2 preventative maintenance site visits per year by a Hoover Certified Pump Technician for sites 2704, 4933, 4935, 6144, 6145, 6171, 6440, 6720, 8786 and 3 visits for sites 2678, 3316, 3682, 4251. The following preventative maintenance will be furnished for each pump system as required: Priority Scheduling - When repair service is required. No $289.00 Evaluation fee for service requests. Pump Control Panel - Test control logic, torque electrical connections to specification, treat components with anti-oxidant protective spray, test and replace surge protection components. Variable Frequency Drive(s) (if applicable) - Test and confirm proper operation. Change parameters if required. Pump motor(s) - Service bearings, check operation and current draw against specification. Pump(s) - Check condition of seal. Confirm flow and pressure performance. Air Conditioner (if applicable) - Check and confirm proper operation. Clean filter. Control Valve (if applicable) -Check pilots and service. Clean filter. Calibrate valve and replace worn diaphragm if required. Flow Meter (if applicable) -Test flow meter and pressure transducer for proper operation. Calibrate flow meter as required by Florida Water Management District upon client request. Pressure Tank (if applicable) - Check and adjust tank precharge pressure as required. Suction Intake (if applicable) - Evaluate intake performance and recommend screen cleaning as required. Fiberglass Enclosure (if applicable) - Check lockable handle, hinges and opening mechanism. Discounted Pricing - Discount off list price for numerous replacement components. Report- To be submitted upon completion of service call with findings and recommendations. The following items are excluded from the Hoover Maintenance Program: Suction intake cleaning or adjustments due to changing water levels Repairs due to failure of any electrical or mechanical components due to mistreatment of the system and other causes not covered by Hoover Pumping Systems warranty Repairs due to failures or recurring problems caused by poor water quality including chemical or biological fouling or field irrigation system problems Repairs due to vandalism, accidents, negligence or natural events including wind, flood, power surge and lightning Repairs due to operating the irrigation system in a manner that exceeds the limits of pump system design performance, or due to repeated rapid cycling of pump system due to irrigation system leaks. Disc-Filter cleaning not included 2801 N. Powerline Rd. • Pompano Beach, Florida 33069 • (954) 971-7350 • Fax(954)975-0791 cno Page 394 of 3949 MA#3932 Page 2 of 3 ODVERa PUMPING SYSTEMS Phone: (239)254-4000 Subject: Hoover Maintenance Agreement, MA#3932 Site IDs: #2678, #2704, #3316, #3682, #4251, #4933, #4935, #6144, #6145, #6171, #6440, #6720, #8786 For Hoover Flowguard pump systems the Hoover Maintenance Program includes: 24/7 Control and remote automatic monitoring of the irrigation and pump system Automated system alerts and warnings via e-mail, proactive system support, and up to 8 hours assistance from the Hoover Help Desk. Broadband Internet Service Connection. Graphical web display of Water Management system status, alarm enunciators, controls, history, trends, data logs, maintenance alerts, service counters, and configuration. Unlimited Free webinars to learn best practices for using Flowguard. Water restriction controls to prevent over/under watering, save energy and water consumption, and rapid cycling due to field issues. Remote system Shut-down and Reset features with shutoff valves. Protection features to indicate low pressure, high flow rate including automatic, adjustable shut down. Printable water management usage reports for graphing, events, usage, and configurations. 2801 N. Powerline Rd. • Pompano Beach, Florida 33069• (954) 971-7350• Fax(954) 975-0791 CAC Page 395 of 3949 MA#3932 Page 3 of 3 The following are the Flowguard Sites on this agreement Site Id Site Name Model# 2704 Collier County Vineyards Community Park HC2F-20J5PD-460/3-AMR3L 4933 Collier County No Naples Reg Park North Pump A HC2F-30J10PDV-460/3-DMSR3L-Z 4935 Collier County No Naples Reg Park South Pump B HC2F-30J10PDV-208/3-DMSR3L 6144 Collier County Government Center IQ 07-188-6144 HC2F-15J5PD-460/3-AHMR2L-Z 6145 Collier County Government Ctr Reclaimed Booster HCBF-25PDV-460/3-AHMR3Q-Z 6171 Collier County Golden Gate Community Pk 07-207 HS-40PDV-460/3-MR3W-Z 6440 Collier County Freedom Park fka Gordon River Quail HCF-15J5PD-208/3-AMSR3L 6720 Collier County East Naples Community Park Alt HC2F-30J5PD-460/3-AFMSR3L 8786 Collier Co Golden Gate Comm Ctr Annex Repl ID3948 HSF-25PDV-208/3-MR3W-E32-Z The following are the sites without Flowguard on this agreement Site Id Site Name Model# 2678 Collier County Eagle Lake Community Park HCF-20PDV-480/3-ASML-E 3316 Collier County Conner Park Booster#01-021-3316 HCF-5PD-230/1-AMY 3682 Collier County Osceola Elementary School Ballfield HCF-7.5PD-460/3-ML-E40 4251 Collier County Sabal Palm Elem Sch Ath Fids HCF-20J5PD-460/3-ADL-E24-Z 2801 N. Powerline Rd. • Pompano Beach, Florida 33069• (954)971-7350• Fax(954) 975-0791 Page 396 of 3949 Exhibit B Fee Schedule El following this page (pages I through 2 ) this exhibit is not applicable Page 16 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) TA-;) Page 397 of 3949 Collier County Annual Cost Per Site cost includes 2 site visits per year billed equally after each site visit) Site ID Amount 2678 1,276.10 2704 2,276.10 3316 1,276.10 3682 1,276.10 4251 1,276.10 4933 2,276.10 4935 2,276.10 6144 2,276.10 6145 1,976.10 6171 1,976.10 6440 1,976.10 6720 2,276.10 8786 1,976.10 Total 24,389.27 Note**As future stations installed they will be added to this contract. Repairs: Hoover will provide in advance a lump sum quote for repair non-maintenance related,system performance,or safety-critical component problems while on site for maintenance. Hourly Rates: 119/hr.tech labor 180/hr.tech/certified diver labor Page 398 of 3949 Other Exhibit/Attachment Description: following this page (pages through ) this exhibit is not applicable Page 17 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.2) Page 399 of 3949 ACcRD® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY( 09/23/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Denise D'AbatoNAME: Brown&Brown of Florida,Inc. PHONE (386)239-7281 FAX (386)323-9121A/C,No,EM): A/C,No): P.O.Box 2412 E-MAIL ddabato@bbdaytona.comADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Daytona Beach FL 32115-2415 INSURERA: Valley Forge Insurance Company 20508 INSURED INSURER B: Travelers Property Casualty Company of America 25674 HOOVER PUMPING SYSTEMS,CORP. INSURER C: Continental Casualty Company 20443 2801 NORTH POWERLINE RD INSURERD: Transportation Insurance Company 20494 INSURER E: POMPANO BEACH FL 33069 INSURER F: COVERAGES CERTIFICATE NUMBER: 20-21 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT\NTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUUL SUHH POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSO WVD POLICY NUMBER MMIDD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED 1,000,000CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 15,000 A Y 6043448395 04/01/2020 04/01/2021 PERSONAL&ADVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000Eaaccident) X ANY AUTO BODILY INJURY(Per person) $ C OWNED SCHEDULED 6043411699 04/01/2020 04/01/2021 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY _ AUTOS ONLY Jfer accident) PIP 10,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE 5,000,000 B X EXCESS LIAB CLAIMS-MADE ZUP61M6550620NF 04/01/2020 04/01/2021 AGGREGATE 5,000,000 DED X RETENTION$ 10,000 PRODS/COMPLETED $ 5,000,000 WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? NIA E.L.EACH ACCIDENT Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ INLAND MARINE D 6043411685 04/01/2020 04/01/2021 RENTED 25,000 INSTALLATION 200,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) SEE NOTES FOR POLICY COVERAGE FORMS RE:ANY AND ALL WORK PERFORMED IN COLLIER COUNTY COLLIER COUNTY BOARD OF COMMISSIONERS IS ADDITIONAL INSURED AND A WAIVER OF SUBROGATION APPLIES AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS ACCORDANCE WITH THE POLICY PROVISIONS. 3295 TAMIAMI TRAIL E AUTHORIZED REPRESENTATIVE NAPLES FL 34112 41g —'-I 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 400 of 3949 AGENCY CUSTOMER ID: LOC#: 4`OR©ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Brown&Brown of Florida,Inc. HOOVER PUMPING SYSTEMS,CORP. POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance:Notes OTHER NAMED INSUREDS: HOOVER IRRIGATION CORPORATION SEATON RENTALS,LLC CRIME- CARRIER:CONTINENTAL CASUALTY CO. POLICY NUMBER:596721532 EFFECTIVES DATES:04/01/2020-04/01/2022 LIMIT 3RD PARTY-$100,000 CURRENT BLANKET POLICY FORMS: GENERAL LIABILITY 1)CNA75079XX 1016-BLANKET ADDITIONAL INSURED-OWNERS,LESSEES OR CONTRACTORS WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE ENDORSEMENT(INCLUDING ONGOING AND COMPLETED OPERATIONS,ADDITIONAL INSURED-ARCH/ENG/SURVEYORS EMPLOYED BY INSURED AND OTHERS,PRIMARY AND NON-CONTRIBUTORY) 2)CNA75101XX 0115-MANUFACTURERS'GENERAL LIABILITY ENDORSEMENT EXTENSION ENDORSEMENT(ADDITIONAL INSURED-LESSOR OF EQUIPMENT,ADDITIONAL INSURED-MGR OR LESSOR OF PREMISES,ADDITIONAL INSURED-STATE OR POLITICAL,WAIVER OF SUBROGATION) AUTO LIABILITY: 1)SCA23500D09 1011 -EXTENDED COVERAGE ENDORSEMENT-BA PLUS-(ADDITIONAL INSURED) 2)CNA71527XX 1012-ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY(PRIMARY NON-CONTRIBUTORY) 3)CA0444 0310-WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHER TO US(WAIVER OF SUBROGATION) UMBRELLA LIABILITY: 1)EU001 0716-EXCESS FOLLOW-FORM AND UMBRELLA LIABILITY INSURANCE(FOLLOWS FORM OVER THE GENERAL LIABILITY,AUTO LIABILITY AND EMPLOYERS LIABILITY,ADDITIONAL INSURED,PRIMARY AND NON-CONTRIBUTORY,WAIVER OF SUBROGATION) ACORD 101 (2008/01) 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 401 of 3949 HOOVPUM-02 CARLEJ 4`CORO CERTIFICATE OF LIABILITY INSURANCE DATE(M 9/23/202YYY)2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Dianthe CharronNAME: Insurance Office of America PHONE FAX 2056 Vista Parkway,Suite 350 A/C,No,Ext):(561)459-3285 A/C,No): West Palm Beach,FL 33411 E-MAILADDRESS:Dianthe.Charron@ioausa.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Associated Industries Insurance Company,Inc 23140 INSURED INSURER B: Hoover Pumping Systems Corporation INSURER C: 2801 N.Powerline Road INSURER D: Pompano Beach, FL 33069 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITSLTRINSDWVDIMMIDD/YYYY1 IMM/DD/YYYYI COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PE LOC PRODUCTS-COMP/OP AGG $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOSO ONLY AUTOS BODILY BODILY INJURYp (Per accident) $ AUTOS ONLY AUUTOS ONLY Parr acEcident)DAMAGE UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION$ A WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N AWC1147382 4/1/2020 4/1/2021 1,000,000 OFFICER/MEMBERAEXCLUDED? PROPRIETOR/PARTNER/EXECUTIVE N N/A E.L.EACH ACCIDENT Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000DESCRIPTIONOFOPERATIONSbelowE.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Collier County Board of County Commissioners I)3295 Tamiami Trail East Naples.FL 34112 ACORD 25(2016/03) 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 402 of 3949 DocuSign Envelope ID: 81B4A604-1823-4C9B-9736-53AF74645821DocuSign Envelope ID: D7EB341C-D8D2-4F13-BCFB-859CA9E9BBC28/17/2022Page 403 of 3949 DocuSign Envelope ID: 81B4A604-1823-4C9B-9736-53AF74645821President8/17/2022Brent HooverAuthorized Signatory8/17/2022DocuSign Envelope ID: D7EB341C-D8D2-4F13-BCFB-859CA9E9BBC2Page 404 of 3949 DocuSign Envelope ID: 81B4A604-1823-4C9B-9736-53AF74645821DocuSign Envelope ID: D7EB341C-D8D2-4F13-BCFB-859CA9E9BBC2Page 405 of 3949 DocuSign Envelope ID: 81B4A604-1823-4C9B-9736-53AF74645821DocuSign Envelope ID: D7EB341C-D8D2-4F13-BCFB-859CA9E9BBC2Page 406 of 3949 DocuSign Envelope ID: 81B4A604-1823-4C9B-9736-53AF74645821DocuSign Envelope ID: D7EB341C-D8D2-4F13-BCFB-859CA9E9BBC2Page 407 of 3949 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Printed 07/24/2025 @ 09:53:11 Page 1 of 13001000000-120435-646314-52525.1 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Send all Invoices to: VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: https://www.colliercountyfl.gov/home/showdocument?id=104405, including delivery and payment terms. Further, the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department immediately if order fulfillment cannot occur as specified. 3. Send all invoices to:Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Sandra Srnka, Director, Procurement Services Division Vendor # 105566 HOOVER PUMPING SYSTEMS CORPORATION 2801 N POWERLINE ROAD POMPANO BEACH FL 33069 Purchase order PO Number 4500239453 Date 07/07/2025 Contact Person Fac Mgmt Telephone 239-252-8380 Fax 239-793-3795 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E STE 101 NAPLES FL 34112-5356 Delivery Date: 09/30/2025 Terms of Payment Net 28 days (20 business days) Item Material Description Order Qty Unit Price Per Unit Net Value 00010 WV HOOVER PUMP STATION - SITE ID 6144 98,524.63 EA 1.00 98,524.63 20-025 HOOVER IRRIGATION PUMP SYSTEMS DESIGN RE: COLLIER COUNTY GOVERNMENT CENTER - LAKE BACKUP REPLACES ID6144- CONTRACT #20-025-NS- FIBERGLASS ENCLOSED IRRIGATION PUMP STATION 98,524.63Total net value excl. tax USD Page 408 of 3949 PROPOSAL / CONTRACT# 100589.1 Page 1 of 6 June 10, 2025 Company: Collier County Government Facilities Attention: Carrah Fogle RE: Collier County Government Center - Lake Backup Replaces ID6144 - Contract #20-025-NS - Fiberglass Enclosed Irrigation Pump Station 2801 N. Powerline Road Pompano Beach, FL 33069 (954) 971-7350 Fax (954) 975-0791 Hoover Pumping Systems will furnish one Hoover model HCF-30PDV-460/3-HMR3L-Z 30 HP Single Centrifugal Variable Frequency Drive (VFD) Hooverflow Pump Station specifically designed for this project with the following features: Deliver an estimated 275 GPM @ 65 PSI at the station discharge at 10.0' Lift. 4 ft x 6 ft Hoover reinforced pump enclosure with: Ultraviolet and chemical-resistant forest green fiberglass (Painted or Powder Coated Steel Not Acceptable) Lockable corrosion-resistant stainless steel hardware Ventilation for motors and controls Hinged access cover with gas-filled support shocks UL listed self-diagnostic Hooverflow VFD control system specifically configured for this project includes: Hooverflow controls to sequence pump start and retirement using mag flow sensing to operate pumps as close as possible to best efficiency point An individual, dedicated VFD for each motor Consistent pressure control throughout design flow range 4G Cell Modem with remote power reboot capability Stainless Steel NEMA 4 panel to guard against dust, insects, and moisture User friendly web interface Supervisory controls and monitoring with automatic alerts capability Soft ramp-up and ramp-down Current, phase, and voltage protection VFD fault protection VFD forced air cooling Loss of Prime protection Motor O/L and thermal protection Transient surge protection Industrial UPS to guard electronics Irrigation controller 110 VAC power supply for one controller in J-Box mounted on back of pump station for customer provided & installed irrigation controller (Irrigation Controller Field Grounding Not Included) Hoover Flowguard® Internet-based water management system, remote operation, history, 24/7 email notifications of problems, flow and pressure graphs, water use reports and permit compliance, settable water and maintenance windows. Includes shut-off valve with local bypass for maintenance, one year communication plan, remotely managed rain gauge. Single 30HP Griswold Centrifugal Pump with flanged suction and discharge connections (threaded connections not acceptable). Includes Premium -efficiency, dust and water resistant, Totally Enclosed Fan Cooled (TEFC) motor (Open Drip Proof (ODP) motor not acceptable). 4" Corrosion-resistant discharge header includes: Hot-dipped galvanized grooved pipe and fittings (Painted or Powder Coated Steel Pipe and Fittings Not Acceptable) Bronze disk discharge maintenance isolation valve Epoxy coated cast iron magnetic flow meter with no moving parts to control pump sequencing, resulting in longer equipment life and lower operating cost (Insertion Type Flow Meter Not Acceptable) 4" Epoxy coated cast iron solenoid shut off, PSI transducer valve. Page 409 of 3949 PROPOSAL / CONTRACT# 100589.1 Page 2 of 6 June 10, 2025 Company: Collier County Government Facilities Attention: Carrah Fogle RE: Collier County Government Center - Lake Backup Replaces ID6144 - Contract #20-025-NS - Fiberglass Enclosed Irrigation Pump Station 2801 N. Powerline Road Pompano Beach, FL 33069 (954) 971-7350 Fax (954) 975-0791 6 ft L x 4 ft W Hot-dipped galvanized structural steel skid (painted steel not acceptable) placed on customer's existing reinforced concrete pad Pressure tank assembly that saves energy and extends the service life of variable frequency drive, pump motor and irrigation system fittings. Hoover-designed, adequately sized pressure tank system reduces typical pump start frequency that occurs due to normally expected irrigation field leaks. Automatic (120 Mesh) Three (3) Dimensional Disc Filtration System Assembly, (Automatic Two (2) Dimensional Screen Filtration assembly not acceptable). R3 Controller Installed w/Downstream Pressure Differential Transducer and Galvanized Pipe from Pump to Filter Connection. Flowguard manages the following filtration operations; a. Complete filtration operation, remote adjustments based on seasonal operating conditions, remote reporting of proactive filter system operating diagnostic warning and alarms. The discharge filter backwash line contains a separate magnetic flow meter for automatic subtraction of filter backwash water returning to the lake for accurate water management CUP reporting. Install 1-6" individual intake for each pump consisting of corrosion-resistant hot-dipped galvanized suction piping to below grade, with: Up to 120 ft of High Density Polyethylene (HDPE) heat-fusion pipe Each intake line includes a cast iron swing check valve. A submerged buoyant support system to stabilize the 316 stainless steel intake screen set in the anaerobic water zone, limiting algae growth on the screen (FLOATING screen assemblies not acceptable). Intake screen surface area is engineered to result in water velocity (0.5 ft/sec) that also minimizes frequency of cleanings (2 to 5 year typical cleaning interval). Discharge connection to the existing 4" above grade steel pipe. Removal and Disposal of existing equipment offsite. First year annual Hoover Flowguard preventative pumping station maintenance included. One service call to perform initial Startup and Calibration. Pump Station - Base Lump Sum Price: $87,712.60 Additive Alternate A - Self-Cleaning Intake (RCS) Install 1-6" individual Self-Cleaning Intake for each main pump consisting of corrosion-resistant hot-dipped galvanized suction piping to below grade, with: Up to 120 ft of High Density Polyethylene (HDPE) heat-fusion pipe. Each intake line includes a cast iron swing check valve. A submerged buoyant support system to position the 316 stainless steel self-cleaning intake screen 18" above reservoir bottom (FLOATING screen assemblies not acceptable). Includes Hoover-designed self-cleaning intake screen that keeps screen clean in reservoirs with extensive debris, algae, and aquatic weed growth; prevents screen from clogging with sedimentation from reservoir bottom; and allows for operation in shallow water. Includes deployment and retrieval system for ease of maintenance, and control system to regulate self-cleaning operation at optimal rate. Initial here to Accept______ Decline______ Additive Alternate A - Add to Base Bid: $10,812.03 Note: Electrical service and permits are not included. F.O.B. St. Lucie County. Backflow protection of water source not included. 230V open-delta 3-phase may require an increase in electrical equipment size. This proposal is valid for 60 days from June 10, 2025. Page 410 of 3949 PROPOSAL / CONTRACT# 100589.1 June 10, 2025 Company: Collier County Government Facilities Attention: Carrah Fogle RE: Collier County Government Center - Lake Backup Replaces ID6144 - Contract #20-025-NS - Fiberglass Enclosed Irrigation Pump Station Page 6 of 62801 N. Powerline Road Pompano Beach, FL 33069 (954) 971-7350 Fax (954) 975-0791 Hoover Pumping Systems Corporation, hereinafter referred to as HOOVER, warrants its new products to be free from defects in workmanship and material for a period of twelve (12) months from start up or eighteen (18) months from the date of delivery or BUYERs requested delivery date, whichever end date occurs first. Replacement for any defective part(s) will be shipped upon delivery of the defective part(s). At HOOVERs discretion, HOOVER shall repair, replace, or refund the prorated value of any parts it determines are defective, as long as: The system is operated within the design limits of the components and the system. The system is operated in accordance with the instructions in the system Operation and Maintenance Manual. The warranty claim is reported to HOOVER during the life of the warranty. Each instance of hardware failure is reported to HOOVER to obtain HOOVERs concurrence that a part should be repaired or replaced. In addition: HOOVER reserves the right, at its discretion, to inspect the pump station and all parts for warranty claims in any Residential or Commercial application where the pump station is located. Customer will grant Hoover permission to enter the property to inspect the parts under the warranty claim. Hoover reserves the right to repair or replace with exact part or equivalent replacement part if exact part is not available. If parts are to be returned to vendor, BUYER is responsible for return shipping costs, if applicable. HOOVER will provide assistance to BUYER in trouble shooting reported failures. BUYER agrees to participate in conducting diagnostic trouble shooting with HOOVERs assistance. Any modifications made by BUYER and/or any other party other than by HOOVER during the warranty period will automatically void this warranty. This warranty extends to original BUYER and subsequent owners as long as such transfer of ownership falls within the warranty period. This warranty is in effect only if the pumping station occupies the site where the product was originally installed. If HOOVER repairs or replaces a part, neither the warranty term of the part or system is extended. This warranty does not cover damage under the following conditions: Default of any agreement with HOOVER Misuse - as defined by but not limited to rapid recycling, restricted intake, continuing use above design flow, continued use of Manual Reset to override reported fault condition alarms, abuse, Failure to conduct routine maintenance as specified by HOOVER. Failure to utilize settings recommended by HOOVER Flowguard ® help desk, including, but not limited to, water windows; and recommendations of HOOVER Service Technicians at or following startup. Handling any liquid other than irrigation or potable water. Damage due to electrolysis, erosion, or abrasion. Presence of destructive gaseous or chemical solutions. Power quality problems including but not limited to: over voltage, under voltage, surge, lightning, phase loss, and phase reversal. Excessive temperatures. (In freezing climates, it is necessary to properly prepare the installed system in winter shutdown in order to minimize the potential for freeze damage.) Vandalism, flooding, acts of war or terrorism, neglect or intentional acts of the owner, contractor or their agents, fire, lightning, wing, rain or any cause beyond HOOVERs control. All technical advice, recommendations and services rendered by HOOVER are based on technical data which HOOVER believes to be reliable and is intended to be used by skilled persons, at their own discretion and risk. HOOVER assumes no responsibility for results obtained or damages incurred from their use of HOOVER for such advice in whole or in part. Such recommendations, technical advice or services are not to be taken as a license to operate under or intended to suggest infringement of any existing patent. If HOOVER decides to dispatch a technician to the BUYERs site to check or replace parts reported defective by the BUYER, and the technician determines that the failure is NOT due to a defect in HOOVER materials and/or workmanship, BUYER agrees in advance to pay HOOVER for the service call, which will be billed at HOOVERs prevailing rate. HOOVER will use care, but is not responsible for the repair of hardscape, non-located customer owned utilities, or landscape damaged in the course of performing work and accessing work areas. THE PARTIES AGREE THAT THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR PARTICULAR PURPOSE AND ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, ARE EXCLUDED FROM THIS TRANSACTION AND SHALL NOT APPLY TO THE GOODS SOLD. THE FOREGOING CONSTITUTES HOOVERS SOLE WARRANTY AND EXTENDS NO WARRANTIES BEYOND THE DESCRIPTION ON THE FACE HEREOF. 1. 2. 3. 4. HOOVER PUMPING SYSTEMS WARRANTY STATEMENT 5. 6. 7. 8. 9. 10. 11. Page 411 of 3949 03/26/2025 Brown & Brown Insurance Services, Inc. P.O. Box 2412 Daytona Beach FL 32115-2415 Jamie Hanrahan (386) 239-8882 (386) 323-9198 Jamie.Hanrahan@bbrown.com HOOVER PUMPING SYSTEMS, CORPORATION 2801 NORTH POWERLINE RD POMPANO BEACH FL 33069 AMERISURE INS CO 19488 CONTINENTAL CASULATY COMPANY 20443 25-26 A Y CPP 21229350202 04/01/2025 04/01/2026 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 A CA 21229320205 04/01/2025 04/01/2026 1,000,000 PIP 10,000 A CU 21229340202 04/01/2025 04/01/2026 5,000,000 5,000,000 PRODS/COMPLETED 5,000,000 A N WC 21229330202 04/01/2025 04/01/2026 1,000,000 1,000,000 1,000,000 A INLAND MARINE CPP 21229350202 04/01/2025 04/01/2026 RENTED $100,000 INSTALLATION $200,000 SEE NOTES FOR POLICY COVERAGE FORMS RE: FOR ANY AND ALL WORK PERFORMED ON BEHALF OF COLLIER COUNTY COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS IS ADDITIONAL INSURED AND A WAIVER OF SUBROGATION APPLIES, AS REQUIRED BY WRITTEN CONTRACT AND IF APPLICABLE, PER THE FORMS LISTED ON THE ATTACHED ADDITIONAL REMARKS SCHEDULE. 30 DAY NOTICE OF CANCELLATION, EXCEPT FOR NON-PAYMENT OF PREMIUM, WILL BE PROVIDED TO THE CERTIFICATE HOLDER BY THE CARRIER FOR GENERAL LIABILITY, AUTO LIABILITY AND UMBRELLA LIABILITY POLICIES, PER FORMS IL011 1206, IL011 0318, AND ILT405 0519. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E NAPLES FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 412 of 3949 HOOVER PUMPING SYSTEMS, CORPORATIONBrown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes OTHER NAMED INSUREDS: - HOOVER IRRIGATION CORPORATION - SEATON RENTALS, LLC CRIME- CARRIER: B POLICY NUMBER: 596721532 EFFECTIVES DATES: 04/01/2025-04/01/2026 LIMIT: 3RD PARTY-$100,000 CURRENT BLANKET POLICY FORMS: GENERAL LIABILITY 1.) CG 72 89 04 17-FLORIDA CONTRACTORS GENERAL LIABILITY ENHANCEMENT ENDORSEMENT (ADDITIONAL INSURED-LESSOR OF LEASED EQUIPMENT, ADDITIONAL INSURED-MANAGER OR LESSOR OF PREMISE, ADDITIONAL INSURED-STATE OR POLITICAL, ADDITIONAL INSURED-ARCHITECT ENGAGED BY INSURED; WAIVER OF SUBROGATION) 2.) CG 7324 0323- CONTRACTOR'S BLANKET FLEX ADDITIONAL ENDORSEMENT- FORM A(ADDITIONAL INSURED-ONGOING OPERATIONS, ADDITIONAL INSURED-COMPLETED OPERATIONS, PRIMARY AND NONCONTRIBUTORY) AUTO LIABILITY 1.)CA 04 49 11 16-PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION (PRIMARY & NON-CONTRIBUTORY) 2.)CA 71 71 05 08-BUSINESS AUTO ENHANCEMENT ENDORSEMENT FLORIDA (ADDITIONAL INSURED, WAIVER OF SUBROGATION) 3) CA 20 01 11 20- (ADDITIONAL INSURED-LESSOR & LOSS PAYEE) WORKERS COMPENSATION 1.) WC 00 03 13-WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT (WAIVER OF SUBROGATION) UMBRELLA 1.) CU 00 01 04 13 -COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM (FOLLOW FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY AND EMPLOYERS LIABILITY 2.) CU 24 03 12 19 - WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) 3) IL70740116- ( 30 DAY NOC NON PAYMENT OF PREMIIUM) NO RESIDENTIAL CONSTRUCTION EXCLUSIONS ARE INCLUDED WITHIN THE GENERAL LIABILITY POLICY. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 413 of 3949