Loading...
#25-340-NS-WV (Hoover Pumping Systems Corporation) GENERAL SERVICE AGREEMENT (NON-SOLICITATION) #25-340-NS-WV for Hoover Irrigation Pumping Systems Design, Install,Service, Repair,&Replacements THIS AGREEMENT, made and entered into on this 2(/) day of AA jui 20 25 , by and between Hoover Pumping Systems Corporation authorized to do business in the State of Florida, whose business address is 2801 N Powerline Rd.Pompano Beach, FL 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 I I upon the date o€_Board a eval; or I I on October 1,2025 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. and eighty (180) days. The County Manager, or his designee, shall give the Contractor , • the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ■ Purchase Order [ I Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services/products in accordance with the terms and conditions of this Agreement, 'MI Exhibit A — Scope of Services, attached to this Agreement ■ Exhibit B — Fee Schedule, attached to this Agreement, ■ Exhibit C—Affidavit Regarding Labor and Services, 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/Sole Source Waiver, n Gthefi• 1 of 19 General Service Agreement Non-Solicitation [2025_ver.l] 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. f n The County shall pay the Contractor for the performance of this Agreement basted on Exhibit r`3'^-__ ee•Schedule, attached hereto and the price methodology as defined in Section 4.1-. Payment will kin ma de upon receipt of a proper inv ninn aaAnV upon un nrnvul byby the County:, (\nn+rnn+ ArJminir•+rn+ive Annn+/Drninn+ Manager, and in compliance ‘with LIIV Vol1IILr J VVIILILAVL I..LUIIIIIIIJLIULIVL. / 1L,.L.IIL/I IV,L.VL IVILAIILA LJ.VI, LIILI III compliance VVILII Chapter 218, Fla. Stats+„__,,otherwise "Local I_overnment Prompt Payment Vlllw J.I LVI VLU ., IVI YYIJV known as the LVVUI VVVVIIII IIV iII Prompt Payment IIL I nTVL n+" (■� The County shall pay the Contractor for the performance of this Agreement an estimated maximum amount of up to Three Hundred Thousand Dollars ($300,000 ), per County fiscal year, based on units/services furnished per Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1 . Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. The County shall pay the-6a estimated-maxi aiz+ + eunt ef---- {$ - ), per County fiscal year, based on units/scrv+ees--fionis.hed.-p Sint to d-by the Contractor in response to a spee+fie-west-ter Q iee-Methebe+eg tN--k e-rna upen receipt- of a proper invoice and upon approval by the County's Contract Administfative .I-otherw+se-know a as4he"L-ee-ai-6 ". 4.1 Price Methodology (as selected below): • Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Page 2 of 19 General Service Agreement Non-Solicitation [2025_ver.1] H I-I - t-ef-+ • , ef-tieu-Fs-wefked-and-lai4liag-Fate-by-positien-kaftd-compeay--(ef-subeentfaeter-Hiniekeeping I■I 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. 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 rates: Mileage $0.14.5 per mile Rfea44ast $6.00 Ltglet:t $11.00 $10.00 Ai-4a% Rental-ear Actual rental cost limited to compact or standard size ve 4eles no more than $150.00 per night Page 3 of 19 General Service Agreement Non-Solicitation [2025_ver.1] CAO H . Actual cost of parking • +t 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 RD Pompano Beach, FL 33069 Authorized Agent: Brent Hoover Attention Name & Title: Nathan Dreher 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: Michael Stark Division Name: Operations&Regulatory Management Address: 2800 Horseshoe Drive North Naples, FL 34104 Administrative Agent/PM: Khatuna Chkuaseli Telephone: 239-252-2480 E-Mail(s): Khatuna.Chkuaseli@colliercountyfl.gov Page 4 of 19 General Service Agreement Non-Solicitation [2025_ver.1] 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 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. Page 5 of 19 General Service Agreement Non-Solicitation [2025_ver.1] CAO H , 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. • Commercial General Liability: Coverage shall have minimum limits of $ 1,000,00o 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. 1* Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. ■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000 for each accident. D. n Rrefess-isnat-Li at this insurance. Such insurance shall have limits of not less than $ each l=-❑_ _ overage shall have minimum limits of$ per cam: have minimum limits of$ per claim. 6- - - :---GeveFage-shai1 mum limits of$ per claim. aN have minimum limits of$ per claim. Special Requirements: Collier County Board of County Commissioners, 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. Page 6 of 19 General Service Agreement Non-Solicitation [2025_ver.1] 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. 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 Operations&Regulatory Management Division • 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. Page 7 of 19 General Service Agreement Non-Solicitation [2025_ver.I] 1 I 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: n Geatraeter's—Pfepes. 1; I I 1 Asa awce tificate($1 ■ Exhibit A Scope of Services, U Exhibit B Fee Schedule, n Exhibit C Affidavit Regarding Labor and Services, n athsequent quotes; aad n Other ExhibitiAttae4Fnent 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 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: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Page 8 of 19 General Service Agreement Non-Solicitation [2025_ver.1] CAO Email: PublicRecordRequest(c�colliercountyfl.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 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 Page 9 of 19 General Service Agreement Non-Solicitation [2025_ver.1 1� .. • . .. t, r: .. "�!• • • c,• • .• • • f • • • • ' t r • • � � .tom-• _ .. .. . .• .t: i f' 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 a 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. 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 Page 10 of 19 General Service Agreement Non-Solicitation [2025_ver.1] Ir • • 1, 1 . • • • • • • 1 "•• - 1'.. . . ._ • .1' • - .. - - . • . .. .. - - t 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 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 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. Page 11 of 19 General Service Agreement Non-Solicitation [2025_ver.1] CAO • i; • 1. • i i . t . • 1 .. - I • . r, • , • ,;.,i... - . . - s. ifi1. • t.. r' . • . .. .}. ,t • • , ,i - . .- .. ., - -! r;2' •.. .t • - .. . . -. �..: . ._' . r.• • • • 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. I I KEY—PERSONNEL-The-C on tractoF's--pe Fson nel-anci_ra laagel eet_tobe--utilized_for this- esefves--the fight-t vest+ eccssary te-ef t-ee+ etent p ens-wi 4 be-t +lfzed-in-t e-pe reeme #e aetraetfl all—sign na eh-pefse-a assig to-to+lleet4h egttireel-serv-iee dates T e fotlowiftg-eohditionsMafe reset:--(4 --Deposed--feplaee+ eats l ase-stldsta tially-the sa c or better-gual+fisatiens a+ad/er-e-xpe ienee.-(-2)-mat-t#1e anee-as-p rss le-: The Contractor fy-Gellier-Oet+nty-vaaithih seven(-7 e-Getuitt+etains•-ft+gal-appfeval-ef-pfeposed--repleeernent gefsennel • 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. "CORDER 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, Page 12 of 19 General Service Agreement Non-Solicitation [2025_ver.1] t • • • R r n r • •! ` -• .i 1, ., '.. .'r. , _ . .. ... ... y • a r t. . f . and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. I I DER-OF PRECEDENCE rar-t--Rrnded). In the even of aRy-.eefifi ict-be-w r of afeng--the-terms-ef-a4 y--of the trae oeur e 4s-aradIe -ter 's-Beard appxe\ed Exectitive-Sumniary, tile-ter eof-the--A erne t-sf}a 1-take--preoedeaee-ower-tthe-term of all-ether-Go r tmot-®oe-umerats- rres-of-ariy,Stf {e+ e rtoI-Geaditioils-shefl-tale preoed . -T- I ate rt-arm-perif the--GoRtr a&t meritat-Gef ditior s tf ar y;or t-e-Agra is he--m ore- ie---or--e o t-ion--wader- boa-floe-featratter--at-G r ty e discretion, 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(a�colliercountyfl.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. Page 13 of 19 General Service Agreement Non-Solicitation [2025_ver.1] CA.O }.: - . - . . • . _ • _ . • • • A . 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. (Remainder of page intentionally left blank-signature page to follow) Page 14 of 19 General Service Agreement Non-Solicitation [2025_ver.1] II r. . • . • •, . • • . • • • • • • li 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 Cryst t K Zirtzgi;,Oforls of the Circuit Court and C'6rnptroftec z , y VA By. jor By: jj •- BullL. sunders , Chairman Dated. 'Tr• ►4! (SE` . , •_ - signature on 11, Contractor's Witnesses: Hoover Pumping Systems Corporation Contractor l )11`04") By: 4/ ,VIA4------ ntractor s First Witness nat e 11 � ,�J,A/ ,e- 4ove04.-- A — /U'aY'n ar `gr tType/print signature and titleT tType/print witness namet '�' —/ C. or's e••nd Witness • ,, / oe ,' c S tType/print witness nameT App ove . • to . and Legality: - i Count Attorney Print Name Page 15 of 19 General Service Agreement Non-Solicitation 12025 yen]] r , c Exhibit A Scope of Services 1■I following this page (pages 1 through 5 ) n this exhibit is not applicable Page 16 of 19 General Service Agreement Non-Solicitation [2025_ver.1] CAO Exhibit A—Scope of Services #25-340-NS-WV Hoover Irrigation Pump Systems Design, Install, Service, Repair and Replacements Hoover Pumping System is the only facility authorized to design, install, replace, service and repair its pumping system; work performed by other technicians may void Hoover's warranties of the systems. 1. Maintenance Program—the maintenance services will be provided based on a unit price per site on a bi-annual basis as provided in Exhibit B -Fee Schedule. Any future stations will be added to this agreement through an Amendment. The Hoover Maintenance Program includes 2 preventative maintenance site visits per year by a Hoover Certified Pump Technician.The following preventative maintenance will be furnished for each pump system as required: • Priority Scheduling - When repair service is required, no standard diagnostic fee for evaluation will be charged. • Pump Control Panel-Test control logic,torque electrical connections to specification,treat components with anti-oxidant protective spray, test and replace surge protection components, check HMI. • 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, check motor connections. • 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. • Discharge Filter(if applicable)- Check operation, clean command filters, and flush tubing. • Rain Bucket(if applicable) - Check operation. Replace filter. Clean bucket. Page 1 of 5 Exhibit A—Scope of Services CA(} • UPS Battery(if applicable) - Check condition. • RCS(if applicable)-Check pilot operation and service.Replace worn diaphragm on shutoff valve if required • Level Transducer(if applicable) - Check operation and reporting. • Tubing- Flush tubing to hydraulic controls. • Gauges - Replace as needed. • Fiberglass Enclosure (if applicable) - Check lockable handle, hinges and opening mechanism. • 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 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. Page 2 of 5 Exhibit A—Scope of Services CAO • 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. 2. Design', Installation, Repairs and Replacements - The services for design, installation, repairs, and replacements, as detailed below, will be provided on a lump sum basis. Design Services: • Conduct site survey and needs assessment. • Analyze water source availability. • Develop detailed system design including: • Pump specifications • Electrical and control systems • Prepare CAD drawings, hydraulic calculations, and proposals. • Submit design for client review and revisions. Installation Services: • Procure and deliver all materials and equipment, including Hoover pump stations,controllers, valves, and irrigation components. • Perform site preparation and trenching as needed. • Install pumping stations (Hoover clocks). • Install and program irrigation controllers, sensors, and communication modules. Replacements Services: • Identify and document components for replacement(e.g., worn pumps,clogged filters, broken valves). • Remove and dispose of old equipment per environmental regulations. • Install new Hoover-compatible components. Design services should not be construed as design services related to Florida Statute 287.055 CCNA. Page 3 of 5 Exhibit A—Scope of Services CAO • Test and calibrate new components for proper integration and performance Repair Services • Factory trained Hoover employees will provide a lump sum quote for repair of non- maintenance related, system performance, or safety-critical component problems while on site for maintenance and in advance of performing such repairs. • The Hoover technician will call the on-site manager to discuss the repair prior to completing the work. Repair quotes shall need written approval from a County representative upon lump sum quote. 3. Price Increase: The County shall be given thirty (30) day notice, in writing, of price increases with justification, such as supplier notifications of price increase or Market increases based on the Consumer Price Index for all Urban Consumers (CPI-U) as published by the U.S. Bureau of Labor Statistics. Price increase shall not exceed the 12-month CPI-U. Price increase requests are not guaranteed, and requests review may take over sixty (60) days to complete. The Contractor shall continue to fill all purchase orders received at the current agreement prices during the review process. The County reserves the right to accept or reject the request for a price increase. Any approved price increases shall become effective as of the anniversary date or upon Procurement Director/ Board approval and execution of an amendment to Exhibit B— Fee Schedule. Retroactive price adjustments are not authorized. The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. Price decreases shall also be passed on to the County's Contract Representative and do not require verification. Decreases become effective upon execution of an amendment. 4. Tariff Reimbursement: The County will only reimburse the Contractor for tariffs directly applicable to the goods or materials provided when such costs are unavoidable. No mark-up is allowed on tariffs. To be eligible for reimbursement,the Contractor shall provide: Page 4 of 5 Exhibit A—Scope of Services CAO , , , I • Identify a not-to-exceed amount on the quote identifying the specific goods or materials subject to the tariff. • Copies of official tariff notifications or announcements issued by the relevant government authorities serving as verification that new tariffs have been implemented and are affecting costs, including commercial invoice, bill of lading / shipping document, other equivalent customs documentation. • If applicable, the Contractor must submit written documentation from suppliers indicating the new prices and explicitly stating that the increase/decrease is due to tariffs.Acceptable forms of documentation include letters, emails, or formal notices from suppliers. • The Contractor is required to submit recent invoices and receipts that clearly show the increased/decreased costs. The dates and amounts on these documents must reflect the impact of the tariff-related price increases/decreases. Page 5 of 5 Exhibit A—Scope of Services CA0 Exhibit B Fee Schedule ■ following this page (pages 1 through 1 ) this exhibit is not applicable Page 17 of 19 General Service Agreement Non-Solicitation [2025_ver.1] Exhibit B- Fee Schedule #25-340-NS-WV Hoover Irrigation Pumping Systems Design,Install,Service,Repair and Replacements Price listed below is for annual maintenance and includes 2 site visits per)ear billed equally after each site visit IJnit of MA# Site ID Site Name Model# Price Measure Flowguard 7247 2704 Collier County Vineyards Community HCF-20PD-460/3-MR3L $ 1,893.16 Annual Flowguard Park 7247 6171 Collier County Golden Gate HS-40PDV-460/3-MR3W-Z $ 1,893.16 Annual Flowguard Community Park 7247 6277 Collier County Max Hasse Jr. HS-IOPD-460/3-AR3 W $ 1,893.16 Annual Flowguard Community Park 7247 6440 Collier County Freedom Park HCF-15PDV-208/3-AMSR3L $ 1,893.16 Annual Flowguard 7247 6720 Collier County East Naples HCF-30PDV-460/3-FMSR3L $ 1,893.16 Annual Flowguard Community Park 7247 8786 Collier County Golden Gate Corn Ctr HSF-25PDV-208/3-MR3 W-E32-Z $ 1,893.16 Annual Flowguard Annex 7247 9173 Collier County Conner Park Booster HCBF-7.5PDV-230/I-MR3Y-Z $ 1,893.16 Annual Flowguard 7247 2678 Collier County Eagle Lake HCF-20PDV-460/3-MSL-E $ 1,893.16 Annual N/A Community Park 7247 3682 Collier County Osceola Elementary HCF-7.5PD-460/3-ML-E40 $ 1,893.16 Annual N/A School Ballfield 7247 4251 Collier County Sabal Palm Elem Sch HCF-20J5PD-460/3-ADT-E24-Z $ 1,893.16 Annual N/A Ath Flds 7316 8970 Collier County Headquarters Branch HCF-l5PDV-208/3-HMR3L-E24-Z $ 2,306.03 Annual Flowguard Library 7315 6144 Collier County Government Center HC2F-15J5PD-460/3-AHMR3L-Z $ 2,440.00 Annual Flowguard Lake Backup 7315 9624 Collier County Government Center HCBF-25PDV-460/3-HMR3Q-Z $ 2,440.00 Annual Flowguard 7304 4933 Collier County No Naples Reg Park HC2F-30J 10PDV-460/3-DMSR3L-Z $ 2,487.29 Annual Flowguard North Pump A 7304 4935 Collier County No Naples Reg Park HC2F-30PDV-208/3-DMSR3L $ 2,487.29 Annual Flowguard South Pump B 7304 8957 Collier County Big Corkscrew Island HCB2F-20PDV-460/3-DMR3Y-Z $ 2,487.29 Annual Flowguard Regional Park 7304 9024 Collier County Sugden Regional Park HC-40PDV-208/3-MR3L-Z $ 2,487.29 Annual Flowguard 7304 9622 Collier County Veterans Community HCB-I OPDV-460/3-MR3Q-Z $ 2,487.29 Annual Flowguard Park Note*As future stations are installed,the annual maintenance fee will be added to this contract through an Amendment. CA U • ,;•• 1 Exhibit C Affidavit Regarding Labor and Services Following this page Page 18 of 19 General Service Agreement Non-Solicitation [2025 ver.l] AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED 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. Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§287.138,Florida Statutes. Nongovernmental Entity's Name: 041,ar 1 'npin' Cy. 141401 l-caC Address: 2801 N Powerline Rd.P6mpano Beach,FL 33069 Phone Number: 954-971-7350 Authorized Representative's Name: Brent Hoover Authorized Representative's Title: President/CEO Email Address: brent@hooverpumping.com 1 Brent Hoover (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Hoover Pumplflq Systems Corp.__(Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in §787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern, (b)that a foreign country of concern does not have a controlling interest in the entity,and(c)that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as prohibited under§287.138,Florida Statutes. Under penalty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true. (Signature of authorized representative) Date STATE OF _ /I0 4( COUNTY OF O•t'•,746 Sworn to(or affirmed)and subscribed before me,by mgans ical presence or 0 online notarization this -9 day of^T'"y_ 20gO,by k7/ct r j ame of Affiant),who produced his Florida Driver's License as identification. / 19,44..4.411 4 ke211AVi Notary Public „.�`�142„ ANNE M STROBEL f0`� "° :Notary Public-State of Florida i �-lsmtr+is&et-*-HH 220926 Commission Expires t , My Commission Expires �' ` April 10,2026 Personally Known I OR Produced Identification U Type of Identification Produced: __ Other Exhibit/Attachment Description: N/A n following this page (pages through ) ■ this exhibit is not applicable Page 19 of 19 General Service Agreement Non-Solicitation [2025_ver.1] y r BCC Meeting Date/Assigned Attorney/Item Number: gut &KT l'411 Type of Contract: Contract No: ZS—3V0-MS-WV Contract Checklist Entity Name Ho6Ve.c P ,•qq Systc n �J Florida Department of Stag- Sunshine Law Requirements Entity correct on contract? ✓ 119.0701 Contracts; public records.— ✓ Entity registered with Dept.of State? V (a) The following statement,in substantially the following Person signing contract an officer per Dept.of State?✓ form,identifying the contact information of the public agency's custodian of public records in at least I4-point boldfaced type: Insurance IF THE CONTRACTOR HAS QUESTIONS REGARDING THE Insurance certificate included? APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC Contract/Project referenced on certificate?Any e All RECORDS RELATING TO THIS CONTRACT,CONTACT THE Certificate holder BCC(MUST HAVE)? CUSTODIAN OF PUBLIC RECORDS AT (telephone number, e-mail address,and mailing address) . Commercial General Liability + (b) A provision that requires the contractor to comply with Each Occurrence $ IA, $ /AN public records laws,specifically to: Damage to Rented Premises$ $ 1. Keep and maintain public records required by the public Med Exp$ $ agency to perform the service. Personal and Adv Injury$ $ 2. Upon request from the public agency's custodian of public records,provide the public agency with a copy of the requested General Aggregate$ ZAK $ 201 records or allow the records to be inspected or copied within a Products-COMP/OP AGG $ $ reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. Automobile Liability 3. Ensure that public records that are exempt or confidential Single Limit(each accident) $ IA% $ IAN and exempt from public records disclosure requirements are not Bodily injury(per person) $ $ disclosed except as authorized by law for the duration of the Bodily injury(per accident) $ $ contract term and following completion of the contract if the contractor does not transfer the records to the public agency. Property damage(per accident)$ $ 4. Upon completion of the contract,transfer,at no cost,to the public agency all public records in possession of the contractor or Umbrella Liability G keep and maintain public records required by the public agency to Each occurrence $ JI' perform the service.If the contractor transfers all public records to Aggregate $ m► the public agency upon completion of the contract,the contractor shall destroy any duplicate public records that are exempt or Worker's Compensation and Employers' Liability confidential and exempt from public records disclosure WC Statutory Limits requirements.If the contractor keeps and maintains public records Each Accident $ I" $ lin upon completion of the contract,the contractor shall meet all applicable requirements for retaining public records.All records Disease(Each employee) $ $ stored electronically must be provided to the public agency,upon Disease(Policy Limit) $ $ request from the public agency's custodian of public records,in a format that is compatible with the information technology systems Other Insurance of the public agency. Professional Liability ***Must contain this language in every contract. Each Claim $ $ Each Aggregate $ $ Signature Blocks Person who signed contract is eligible per Dept.of State?‘" County required to be named as additionally insured?" Title correct and listed under signature? '' County actually named as additionally insured?Vf Proper number of witnesses/notary? , Same witnesses on both contracts'? Indemnification Chairman's signature block? '" Indemnification included in County requirements?'/ Clerk's attestation signature block?" Who is being indemnified in contract?colt iu (oM). County Attorney signature block?/ Bonds Attachments Performance Bond? All attachments included in both copies of contract? Public Payment Bond? Bid Contract Attachments: Bid Bond?(If necessary,5%of amount approved) A. H. B. I. ***Bonds must match dollar amount exactly as BCC C. I. approved per Agenda Recaps. D. K. E. L. ***Risk has reviewed any contract with an insurance F. M. certificate. G. N. Review by: Initials: Date: j$ r•• • ".1.• _ •.. A ® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 03/26/2025 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 Jamie Hanrahan NAME: Brown&Brown Insurance Services,Inc. PHONEf ,Ent): (386)239-8882 FAX No): (386)323-9198 (A/C,P.O.Box 2412 E-MAIL Jamie.Hanrahan@bbrown.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Daytona Beach FL 32115-2415 INSURERA: AMERISURE INS CO 19488 INSURED INSURER B: CONTINENTAL CASULATY COMPANY 20443 HOOVER PUMPING SYSTEMS,CORPORATION INSURER C: 2801 NORTH POWERLINE RD INSURER D: INSURER E: POMPANO BEACH FL 33069 INSURER F: COVERAGES CERTIFICATE NUMBER: 25-26 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 AUUL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 300,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 A Y CPP 21229350202 04/01/2025 04/01/2026 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY X PRO LOC PRODUCTS-COMP/OPAGG $ 2,000,000 TNT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED CA21229320205 04/01/2025 04/01/2026 BODILY INJURY(Per accident) $ _ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY _ AUTOS ONLY (Per accident) PIP $ 10,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS-MADE CU 21229340202 04/01/2025 04/01/2026 AGGREGATE $ 5,000,000 DED RETENTION$ PRODS/COMPLETED $ 5,000,000 WORKERS COMPENSATION X STATUTE EOTH AND EMPLOYERS'LIABILITY Y/N 1 A ANY PROPRIETOR/PARTNER/EXECUTIVE N NIA WC 21229330202 04/01/2025 04/01/2026 E.L.EACH ACCIDENT $ , , OFFICER/MEMBER EXCLUDED? 1000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ , If yes,describe under 1000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ , INLAND MARINE A CPP 21229350202 04/01/2025 04/01/2026 RENTED $100,000 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:FOR ANYAND 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. 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. AUTHORIZED REPRESENTATIVE 3295 TAMIAMI TRAIL E NAPLES FL 34112 I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: AC9RD ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Brown&Brown Insurance Services,Inc. HOOVER PUMPING SYSTEMS,CORPORATION 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: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,PRIMARYAND NONCONTRIBUTORY) AUTO LIABILITY 1.)CA 04 49 11 16-PRIMARYAND 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 PREMIUM) NO RESIDENTIAL CONSTRUCTION EXCLUSIONS ARE INCLUDED WITHIN THE GENERAL LIABILITY POLICY. ACORD 101(2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 5/22/25,9:41 AM Detail by FEI/EIN Number DIVISION OF CORPORATIONS I "ffiriul..;true Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation HOOVER PUMPING SYSTEMS CORPORATION Filing Information Document Number H31261 FEI/EIN Number 59-2498106 Date Filed 11/26/1984 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 09/10/1993 Principal Address BRENT HOOVER 2801 N POWERLINE RD POMPANO BEACH, FL 33069 Changed: 04/13/2009 Mailing Address BRENT HOOVER 2801 N POWERLINE RD POMPANO BEACH, FL 33069 Changed: 04/13/2009 Registered Agent Name&Address FERENCIK LIBANOFF BRANDT AND BUSSTAMANTE 150 S. PINE ISLAND RD. STE 400 FORT LAUDERDALE, FL 33324 Name Changed: 04/27/2011 Address Changed: 05/03/1999 Officer/Director Detail Name&Address Title Director, President https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=592498106... 1/3 5/22/25,9:41 AM Detail by FEI/EIN Number HOOVER, BRENT 2801 N Powerline RD Pompano Beach, FL 33069 Title T,VP HOOVER, DONNA 2801 N Powerline RD Pompano Beach, FL 33069 Title Secretary Miller, Clay 2801 North Powerline Road Pompano Beach, FL 33069 Annual Reports Report Year Filed Date 2023 04/11/2023 2024 03/01/2024 2025 03/06/2025 Document Images 03/06/2025—ANNUAL REPORT View image in PDF format 03/01/2024—ANNUAL REPORT View image in PDF format 04/11/2023—ANNUAL REPORT View image in PDF format 03/04/2022—ANNUAL REPORT View image in PDF format 03/11/2021—ANNUAL REPORT View image in PDF format 03/18/2020—ANNUAL REPORT View image in PDF format 03/01/2019—ANNUAL REPORT View image in PDF format 02/23/2018—ANNUAL REPORT View image in PDF format 02/02/2017—ANNUAL REPORT View image in PDF format 01/25/2016—ANNUAL REPORT View image in PDF format 01/15/2015—ANNUAL REPORT View image in PDF format 01/17/2014—ANNUAL REPORT View image in PDF format 01/31/2013—ANNUAL REPORT View image in PDF format 03/29/2012—ANNUAL REPORT View image in PDF format 04/27/2011—ANNUAL REPORT View image in PDF format 02/19/2010—ANNUAL REPORT View image in PDF format 04/13/2009—ANNUAL REPORT View image in PDF format 01/22/2008—ANNUAL REPORT View image in PDF format 01/04/2007—ANNUAL REPORT View image in PDF format 01/10/2006—ANNUAL REPORT View image in PDF format 02/01/2005—ANNUAL REPORT View image in PDF format 02/19/2004--ANNUAL REPORT View image in PDF format 08/05/2003—ANNUAL REPORT View image in PDF format 02/20/2002--ANNUAL REPORT View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Fei N umber&d irectionType=Initial&searchN ameOrder=592498106... 2/3 I Collier County INSURANCE REQUIREMENTS COVERSHEET Project Name Design, Install, Service, Repair, & Replacements Vendor Name Hoover Pumping Systems Corporation Solicitation/Contract No. 25-340-NS-WV Attachments ✓ Risk Approved Insurance Requirements I Risk Approved Insurance Certificate(s) Comments The COI is in compliance. Attachments Approved by Risk Management Division Approval: GonzalezGre GioGeldyby Date:2025.05.27 l y 16:50:51-04'00'