Loading...
Backup Documents 12/09/2025 Item #16C 3ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 6 C THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. ROUTING SLIP Complete routing lines # I through #2 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exec tion of the Chairman', zionshire draw a line through routing lines #1 through #2. comnlete the checklist, and forward to the County Attorney Office. Route to Addressees (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney's Office County Attorney Office 4. BCC Office Board of County Commissioners l 4. Minutes and Records Clerk of Court's Office 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally, the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event One of the addressees nhnve may need to enntact staff for additional or missing information. Name of Primary Staff Cole Chandler / Procurement Contact Information 239-252-8407 Contact / Department Agenda Date Item was December 9th, 2025 Agenda Item Number 16.C.3 Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 25-9340 $'(Oy Industrial Marine number if the Industrial Marine Engineering Services document is to be Engineering Services LLC recorded LLC INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "N/A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. Initial Applicable) 1. Does the document require the chairman's original signature, STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name, Agency, Address, Phone on an attached sheet. 3. The original document has been signed/initialed for legal sufficiency. (All documents to CC be signed by the Chairman, with the exception of most letters, must be reviewed and sip,ned by the Office of the County Attorney. 4. All handwritten strike -through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the CC document or the final negotiated contract date, whichever is applicable. 6. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's CC signature and initials are required. 7. In most cases (some contracts are an exception), the original document and this routing slip N/A should be provided to the County Attorney's Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame, or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on December 9th, 2025, and all changes N/A is not made during the meeting have been incorporated in the attached document. The an option for County Attorne 's Office has reviewed the changes, if applicable. L' this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC, all changes directed by the BCC have been made, and the document is ready for the rm� an option for Chairman's signature. 1 this line. 16C3 FIXED TERM SERVICE AGREEMENT # 25-8404 for Reclaimed Water Ground Storage Tank Cleaning and Inspection THIS AGREEMENT, made and entered into on this t day of My�, ►L),,r-- 20_2,L, by and between Industrial Marine Engineering Services LLC authorized to do business in the State of Florida, whose business address 11 3853 Helmsman Drive Naples, FL 34120 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ■❑ upon the date of Board approval; cr ❑ o^ and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑ ":dice to Drcceeu. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ 4equest•fe-0fepesal (FDF ) 0 Invitation to Bid (ITB) ❑ Other ( ) # 25-8404 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 20 Fixed Term Service Agreement [2025 ver.2] 16C3 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ❑■ 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. ❑'T:m, -unty-ag{-,ees to pay4he-G��n+nr fef Oho nr.� --n���.bnr 1 u `^.J. �""aa � t.(1 ��„' " �\+IV IiVYiYf4�lT1'iJ�CAII V1 ent by the 1 n.1—c I II/IVY of hnlmc timoc+ knurl. I I IUl'alsl1 us L he1 thn- nh�nncn A ..VI l-g V. / \J , there a ntFaets innll lrlo hnn +, n of costs; r� li� e'�'�"CtPiYI VI VVJIJ, 11�1 Y n f Of hE)HFS WeFked an lip- 1 rNurni _motesl . I I IUli , de fmer- the elnct- ❑ i+ ofii- . �hQ. (`�uinty onrnos to noLi a firm tntol fivo/J nrino linnlllriv 1 ^nc}c riN iv, Vry , eveFhead,etG.)IV� 'n uric e —must- 11 ri�+a nr•� ynl Imhor of itc� ronoi�ioA /nn nnntrontnJr F weiGe--must -i of i I the uni" se-at�d till rrt�nbeF a -units FeG_eiV a ,..e -cvrrtg-u 1. Owe #e, y r �' cast �Ff iC-�t19Ft}- 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Page 2 of 20 Fixed Term Service Agreement [2025 ver.2] 16C3 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 ❑ 4e4...and Travel A Rd expenses Shall' be Feifflbll;llffiedginR I 17 na4 CL, C+n+e; RF2a kfacA $6-09 _QFRReF ReR ar LedgiFiff n Reimbursable items other than travel expenses shall be limited to the following: telephone long-distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 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: Industrial Marine Engineering Services LLC Address: 3853 Helmsman Drive Naples, FL. 34120 Authorized Agent: Quentin Pridemore Attention Name & Title: Quentin Pridemore / Managing Member Telephone: 239-378-8743 E-Mail(s): Business.Development@cdisgroup.org Page 3 of 20 Fixed Term Service Agreement [2025 ver.2] All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Name: Division Director: Address: Administrative Agent/PM: Telephone: E-Mail(s): Public Utilities Robert VonHolle 4370 Mercantile Ave Naples, FL. 34104 Robert Kaine 239-825-5246 robert.kaine@collier.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during Page 4 of 20 Fixed Term Service Agreement [2025 ver.2] 10 11 12 16C3 the suspension period until the violation has been corrected to the satisfaction of the County. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 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. INSURANCE. The Contractor shall provide insurance as follows: A. 0 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. 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. 7 Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. ❑E Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1,000,000 for each accident. E. ❑ C be,.r-J-Ja l c1Um, Page 5 of 20 Fixed Term Service Agreement [2025 ver.2] 16C3 F. ❑ G. I0I Pollution shall have minimum limits of $ H- n 1,000, 000 /Occurrence. Coverage haWe v,uRiMMUM liMi+c- of $ ^eF GI se. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 20 Fixed Term Service Agreement [2025_ver.2] 16C3 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 Public Utilities Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ DCD/ ❑■ ITB/❑ Ot"cr #25-8404 including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and ❑■ Other Exhibit/Attachment: Plant Details, Plant Production, General PUD Performance Standards 17. APPLICABILITY. Sections corresponding to any checked box (■) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 20 Fixed Term Service Agreement [2025_ver.2] 16C3 located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statute, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Division of Communications, Government and Public Affairs 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordReguest(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 Page 8 of 20 Fixed Term Service Agreement [2025 ver.21 16C3 referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. ❑■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. Page 9 of 18 Fixed Term Service Agreement [2025 ver.2] 16C3 25. ❑ WARRANTY- , 1,I , and suffieuen cj ?n i y �� ,, U , f 1 +lMe and paynieRt-byAhe-Geuflty-. S+„ +ho ray tl t-atl i ateriul a iw. v s-aprd,&gL4i ept-fum.ialied-wadeF the GeRtFaet DeeumeM6--&helf be applied, eleaned installed, , , used, Oeeuments. Wk 26. ❑E TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ❑■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 10 of 20 Fixed Term Service Agreement [2025_ver.2] eA Q 16C3 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. ❑ KEY-,QE-R l=L -The-C$etfaetar°s--pef&enfle -and -ut4iiz-ed- for thtFi Nrgjec "h.,ll ho L.,&Meddi,f-afea&-efr-c7cP-or- 'rcru°..-The^-runty-Fesefves the ,ri g "hf G - pe Ff&F l-iwies*jat+a% -e ss s ife--th- eGmpet@n-t persGns--willbe-'rr'#lrr e i T 6@-Fe-.m- ' ',',-he G_of4FastGF­sha44-assig-n Page 11 of 20 Fixed Term Service Agreement [2025_ver.2] 16C3 -shall be available feF an ameuRt of time adequate te Fneet the FequiFed Th- i' Fred '.(-11 Pro r�fl 9Fe"Npossible. n peFSGA flel- 0 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. 0 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. El 0RUDE affwg thoM , + ry 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least Page 12 of 20 Fixed Term Service Agreement [2025_ver.2] CO 16C3 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)-collie rcountyfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. ❑■ 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 20 Fixed Term Service Agreement [2025_ver.2] 16C3 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: Crystal K. Kinzel, Clerk of the Circuit -Court and Comptroller By: G Dated i2/10 Attest as to Chairman's 51 r►ature 6nly Contractor's Witnesses: Contractor's First Witness C-7re_4X 4.e ?P1j-e_MDM TType/print witness nameT Contractor's Ser6c d Witness pe/print witness nameT s to Iqm qnd Legality: CounAy Attorney nt N BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By:A-,k�e, Burt L. Saunders Chairman Industrial Marine Engineering Services Contractor ignature nt signature and titleT Page 14 of 20 Fixed Term Service Agreement [2025__ver.2] (;AO 16C3 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(aDcolliercountyfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. 0■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 20 Fixed Term Service Agreement [2025 ver.2] 16C3 Exhibit A Scope of Services ❑■ following this page (containing 7 pages) ❑ this exhibit is not applicable Page 15 of 20 Fixed Term Service Agreement [2025 ver.2] 16C3 Exhibit A — Scope of Services #25-8404 "Reclaimed Water Ground Storage Tank Cleaning and Inspection" 1. INTRODUCTION Collier County IQ is seeking a Contractor to provide all labor, materials, tools, and equipment required to complete the thorough cleaning and inspection, including site mobilization, staging, and demobilization of Collier County water storage tanks at various locations throughout the Collier County area. 2. CONTRACTOR MINIMUM QUALIFICATIONS 2.1 The Contractor must meet the following minimum qualifications, as evidenced by their references or may be deemed non -responsive: 2.1.1 The Contractor must have at least three (3) years of experience performing work similar in scope to the services required under this solicitation. 2.2 The Contractor must use an OSHA -compliant three -person dive team or robotic cleaning to perform wet inspections and tank cleaning. 2.3 Each Site Supervisor assigned to this project must have a minimum of three (3) years of relevant experience. 2.4 All Site Supervisors must hold current certifications in Confined Space Entry, First Aid, and CPR. The certifications are to be provided at the time of bid submittal. 3. GENERAL REQUIREMENTS 3.1. The Contractor shall provide ground storage tank cleaning and inspection services at seven (7) locations throughout the Collier County IQ area. All work shall be performed under the direction of Collier County IQ's Representative, or designee, and in accordance with the guidelines and specifications detailed herein. 3.2. The Contractor shall furnish all labor, materials, tools, and equipment required to complete the thorough wet cleaning and inspection, including site mobilization, staging, and demobilization, of the following Collier County IQ ground storage tanks: Storage Facility Name Capacity Countryside - 4701 Santa Barbara Blvd., Naples, FL 34104 .925 MG oxfire - 5500 Radio Rd., Naples, FL 34104 1.1 MG Glades - 105 Palm Dr., Naples, FL 34112 2 MG Royal Palm - 5630 Warren St., Naples, FL 34113 1.3 MG Pelican Bay GST 1 - 6200 Watergate Way, Naples, FL 34108 2.5 MG Pelican Bay GST 2 - 6200 Watergate Way, Naples, FL 34108 .5 MG Pelican Bay GST 3 - 6200 Watergate Way, Naples, FL 34108 .5 MG 3.3. The Contractor shall provide all necessary procedures, equipment, trained and certified personnel for compliance with all applicable regulatory permitting and requirements for Confined Space Entry, and for compliance with OSHA for the required work. The Contractor shall also comply with all relevant regulatory requirements of Collier County, relevant Federal Regulatory Agencies. 3.4. The Contractor shall maintain on the job site, at all times, a competent site supervisor in charge of the job site. The field supervisor shall report to the Collier County IQ Representative, or designee, prior to commencement of work. Any change in supervision must also be reported immediately via email to the Collier County IQ Representative, or designee, prior to the change being effective. The field supervisor shall be responsible for the safety of all site workers and site conditions, as well as ensuring that all work is conducted in conformance with the specifications and to the level of quality specified in the contract. 3.5. The Contractor shall maintain the site in a clean and presentable condition throughout the course of the work being performed. The work shall be done in such a fashion as to ensure protection of existing trees, lawns, fences, and structures on the site and all adjoining properties from damages due to work performed under the resultant contract. Page 1 of 6 Exhibit A — Scope of Services C, 16C3 3.6. The Contractor shall conduct all work in accordance with the OSHA Permit. 3.7. The Contractor shall perform work at only one tank facility at any given time. Once tasks associated with cleaning a tank have been initiated, work shall be performed each consecutive workday until all work at that facility is complete. 4. SITE PREPARATION 4.1. At the time the inspection is to be conducted, Collier County IQ will have the water level as full as possible. 4.2. The Collier County IQ Representative, or designee, shall notify the Contractor within twenty-four (24) hours from the time a tank is available for cleaning. 4.3. The Contractor shall make provisions to permit entry and exit from the storage tanks in a safe manner for both workers and Collier County IQ Representative, or designee. Access to the interior of the tank is available via the roof access hatch. 5. CLEANING 5.1. The Contractor shall provide all equipment, materials, labor, and procedures necessary to thoroughly clean all interior surfaces of the tank via a diver -assisted vacuum system. The clean out will include up to 4" of soft, silty sediment. 5.2. The Contractor is solely responsible for the removal and disposal of all wastewater and solid waste resulting from their operations. 5.3. The Contractor shall discharge all wastewater and material from the tank by a method approved by the Collier County IQ Representative, or designee, in accordance with the following: • Solid Waste: The Contractor shall comply with all Federal, State, and Local regulations regarding the disposal of solid waste. All material removed from the tank shall be contained within the tank property. The Contractor shall advise himself of all applicable regulations and shall undertake any necessary testing to comply with said regulations. The Contractor shall pay for all costs associated with testing, permits, and disposal of solid wastes generated as a result of the project (if required). Solid waste and debris shall not be disposed of into sanitary or combined sewers. • Wastewater: Wastewater from the cleaning process shall be fully contained within the property and shall not be drained into the existing storm drains. The Contractor shall remove the wastewater from the tank and discharge it at a rate that does not create flooding. • The Contractor shall coordinate and confirm the identification and type of every proposed discharge location with Collier County IQ prior to discharging any wastewater. 5.4. The Contractor shall notify the Collier County IQ Representative, or designee, when the tank cleaning has been completed. 6. POST —CLEANING INSPECTION 6.1. At the completion of each tank cleaning and prior to demobilization, the Contractor shall provide access for the Collier County IQ Representative, or designee, and/or consultants to perform a detailed inspection of the facility. 6.2. The Contractor shall provide all the support personnel and equipment necessary to conduct the inspection, including entry permit, site supervisor, and all necessary equipment required to provide a safe environment to support inspection of the facility, including lighting, ventilation, scaffolding, ladders, and gas meters. 6.3. The Contractor shall coordinate the inspection with the Collier County IQ Representative, or designee, at least twenty- four (24) hours in advance of the cleaning completion date. 6.4. The Contractor shall provide personnel, materials, and equipment, specified by the Collier County IQ Representative, Page 2 of 6 Exhibit A — Scope of Services L!v() 16C3 or designee, to assist during the inspection of each facility. The work shall consist of, but not be limited to: • Moving or holding scaffolds, ladders, lights, tapes. • Passing tools. • Cleaning surfaces. • Bringing materials in and out of the tank; and • Operating the generator for lights, air blowers, pumps, and any other necessary equipment. 6.5. The Contractor shall clean the tank as necessary to remove residual debris and materials after the inspection is completed. The Contractor shall remove all equipment and materials that are no longer required from the work site, and all vehicles shall be parked within approved parking areas. 6.6. The Contractor shall check and replace as needed the vents, screens, overflow screens, and any other screened openings to prevent birds, insects, and other possible contaminants from entering the facility, following the final cleaning operation. The Contractor shall provide and install new vents/screens, as deemed necessary, based on the condition of the equipment. 6.7. The Contractor shall replace all lawn, pavements, roads, and walkways removed or damaged by the contract operations. Paved surfaces shall be restored with new materials to match their previous condition at no additional cost to Collier County IQ, in accordance with applicable sections of the Department of Road Maintenance Standard Specifications for Highways and Structures, latest edition, as amended unless superseded herein. Concrete curb and gutter, trench drains, catch basins, railroad tracks, manholes, and all other pavement features shall also be properly restored at no additional cost to the Collier County IQ. 6.8. Upon notification from the Collier County IQ Representative, or designee, that all work has been completed, the Contractor shall fully demobilize from the work site. 7. FINAL INSPECTION AND ACCEPTANCE 7.1. The Contractor shall remove all remaining equipment, debris, unused material, and unwanted evidence of the project from the work site upon completion. 7.2. Upon completion of all work, a final inspection of the site will be undertaken at which time representatives of Collier County IQ and the Contractor will be in attendance. Any unsatisfactory cleanup will be indicated by Collier County IQ, and the Contractor shall correct all such deficiencies to the satisfaction of Collier County IQ within the timeframe agreed upon. 7.3. The measurement for work associated with the resultant contract shall be a fixed price per facility, as established in the bid schedule. Acceptance of work shall occur at the completion of cleaning and once inspection results meet Collier County IQ standards and the work site is fully demobilized to the satisfaction of the Collier County IQ Representative, or designee. 7.4. Within ten (10) business days of final inspection and acceptance, the Contractor shall, upon completion of the cleaning of a tank the Contractor shall provide a Final Written Report via email to the Collier County IQ Representative, or designee, to include, at a minimum, the following: • A summary of the work completed. • A summary of any unexpected issues occurring during the tank cleaning process. • Provide a Florida State P.E. signature on all inspection reports. • Recommendations for future tank cleaning. • A copy of the invoices will be submitted to Collier County IQ for payment. 8. PERSONNEL 8.1. The Contractor's employees assigned to work in a tank shall be in good health and free from infectious diseases and illness. 8.2. The Contractor shall provide current Health Certificates to the Collier County IQ Representative, or designee, for all employees assigned to work in a tank five (5) days prior to the scheduled start of work for each tank. The Collier Page 3 of 6 Exhibit A — Scope of Services CAO 16C3 County IQ Representative, or designee, has the right to refuse any person entrance into a tank for medical reasons. 9. EQUIPMENT 9.1. If required, the Contractor shall furnish, erect, dismantle, and remove all rigging and scaffolding on the interior of the storage tank necessary to perform the required work. Scaffolding and rigging shall be erected in a manner that will permit access for visual inspection of all interior surfaces. Scaffolding shall be so designed and constructed as to assure structural stability and carry all construction loads without excessive deflection or vibration. Scaffolding design and installation shall meet all applicable requirements of OSHA and other applicable regulations. All scaffolding and rigging shall be erected in a manner that will prevent interference with surfaces to be cleaned. 9.2. The Contractor shall furnish all labor, materials, tools, and equipment required to provide adequate and safe ventilation and lighting systems necessary to complete the work, including that necessary to access each facility. Lighting and ventilation systems shall comply with applicable requirements of Collier County IQ and relevant State and Federal Regulatory Agencies. All lighting shall be explosion -proof, and all electric power should have adequate ground -fault protection. 9.3. The Contractor shall provide heating apparatus approved by the Collier County IQ Representative, or designee, if temporary heating is required for the protection of the workers, materials, and/or equipment. Temporary heating apparatus should be installed and operated in such a manner that the finished work is not affected. 9.4. All equipment and/or materials used within the interior of the reservoir or tank shall be approved for use in contact with water by the Underwriters Laboratories (UL) and all other applicable regulatory agencies. 9.5. No motorized or hydraulic equipment or machinery containing oils, fuels, or lubricants, or other non -NSF -approved fluids shall be placed inside the tank. 9.6. The Contractor shall ensure that all equipment is maintained properly and that all personnel using the equipment are trained and use all equipment properly. 9.7. No gasoline/diesel powered motorized or hydraulic equipment or machinery shall be placed inside the tank. 9.8. Sediment/debris cleanup and removal shall be conducted by manual or suction means and methods. 10. SITE ACCESS 10.1 The Contractor shall be allowed to access the storage facility sites only during Collier County IQ working days between the hours of 7:00 am and 5:30 pm, Monday through Friday. 10.2 To gain access to the storage facility sites, all Contractor employees or subcontractor employees must have a valid Collier County photo identification badge that can be obtained from Collier County Facilities Management at (3335 Tamiami Trail East, Suite 101, Naples, FL 34112) and a valid government -issued ID. 11. CONTRACTOR'S STAGING AREA 11.1. The Contractor's staging area shall be within the area to be designated by the Collier County IQ Representative, or designee. The Contractor's use of these areas shall be confined to storage and such activities that will not conflict with any applicable safety and building codes. Before final acceptance and release of the tank, this area shall be restored to its pre -construction condition or better. 11.2. Prior to mobilizing, the Contractor shall provide the Collier County IQ Representative, or designee, with video and photographic documentation of the conditions of each area that is to be set aside for the Contractor's use, along with a written description of the condition of any mechanical equipment within these areas. The Collier County IQ Representative, or designee, will verify the accuracy of the conditions described in the written letter statement, depicted by video and photographs, and will later use them to confirm the restoration of the subject areas during the final inspection. 12. CONFINED SPACE ENTRY Page 4 of 6 Exhibit A — Scope of Services C S) 16C3 Work under this project will be performed in confined spaces. Prior to beginning work on the Contract, the Contractor shall assess all areas requiring access under the Contract and submit to the Collier County Safety Representative a Confined Space Entry Program and Confined Space Entry Permit application/checklist for each area that qualifies as a confined space. The Contractor shall comply with all applicable Federal and local confined space laws and regulations, including OSHA, 29 CFR 1910.146. The Contractor shall notify the Collier County IQ Representative, or designee, 24 hours in advance whenever confined space entry activities will occur. U SAFETY The Contractor shall adhere to the following: The Contractor shall provide the following safety equipment for his/her employees and Collier County IQ Representative, or designee, and consultants performing the inspection: • Testing and monitoring equipment needed for oxygen, combustible gases and vapors, and toxic gases and vapors. • All necessary ventilation and heat are required to maintain the atmospheric conditions inside the tank suitable for working conditions and for surface cleaning. Ventilating equipment, blowers, and air hoses, if needed, to obtain acceptable entry conditions. • Communications equipment necessary to enable the attendant to monitor entrant status and to enable the attendant to alert entrants of the need to evacuate the space, including one (1) two-way radio per person and a portable cellular phone. • Personal protective equipment: safety eyeglasses, rubber boots, safety shoes, hard hats, earplugs, raincoats, hand gloves, protective clothing, self-contained breathing equipment, full body harness and retrieval devices, first aid kit, respirators suitable for chemicals utilized or other necessary equipment. The Contractor will not be required to provide personal protective equipment to the inspectors. • Lighting equipment needed to enable employees to see well enough to work safely and to exit the space quickly in an emergency: Battery -powered flashlights, and all lights should be explosion -proof if necessary. • Barriers, shields, and signs necessary to protect pedestrians, vehicles, or entrants from external hazards: Barricades shall be erected around all sumps and pipes within the reservoir/tank. • Equipment, such as ladders needed for safe ingress and egress to the tank by authorized entrants. • Rescue and emergency equipment, except for equipment provided by a rescue service. • Portable generators to run lights, pumps, and air blowers, including necessary fuel. The generator exhaust shall be directed away from air intakes to the reservoirs/tanks. • Any other equipment necessary for work performed in confined space entry areas. The Contractor shall be prepared to perform work under the following reservoir/tank conditions: • Limited or restricted means for entry or exit. • Slippery surfaces. • Lack of lighting. • Are not designed for continuous employee occupancy. • Are large enough and so configured that an employee can enter and perform assigned work. • May have oxygen -deficient atmospheres. • May contain chlorine gas. • Have the potential to engulf an entrant by water. • May have unsafe/broken ladders. • May have unprotected openings in floors. • May have sediments on floors. • May have a falling object. • May have protruding objects. • May have water dripping from the ceiling; and • May have seepage from walls or floors. • May have leaky influent, effluent, or drain valves; and/or • May have root intrusion. 14. QUALITY ASSURANCE / QUALITY CONTROL(QA/00 Page 5 of 6 Exhibit A — Scope of Services (- t�0 16C3 14.1. The Contractor shall maintain an internal QA/QC program to be submitted to and approved by the Collier County IQ Representative, or designee, prior to the commencement of any work. 14.2. The work shall be performed in accordance with the best practice of the industry, and workmanship shall be of the best quality. The specifications call attention to certain features but do not purport to cover all details entering the required work. 15. SEQUENCE OF WORK AND OUTAGE LIMITATIONS 15.1. Sequence of Work and Scheduling - The Contractor shall perform the required work to meet the specified timeframe given in the resultant contract. All work shall be scheduled and proceed in such sequence as to avoid interference and delays to normal Collier County IQ operations. 15.2. The Contractor shall provide a proposed project schedule, including overall tank cleaning timeline and shutdown schedule, to the Collier County IQ Representative, or designee, within ten (10) business days after receiving a Purchase Order, but no later than fourteen (14) days prior to site mobilization. 15.3. The tank cleaning timeline shall include, at a minimum, a schedule from site mobilization to final inspection and acceptance for all tanks to be cleaned in a contract year. 15.4. The proposed shutdown schedule shall include the following for each individual shutdown required: summary description; shutdown time and date; a time scheduled sequence of tasks, including identification of critical stages in the project where a decision to abort the operation would be made if satisfactory progress were not being made or unforeseen conditions would likely result in excessive out -of -service duration; and if necessary, justification for valve operations that are outside of the normal work day (non -holiday weekdays between 8:30 am and 3:30 pm). 15.5. The Contractor shall allow Collier County IQ a fourteen (14) day review period for the overall shutdown schedule and, as required by Collier County IQ, the Contractor shall adjust/modify the shutdown schedule accordingly. 15.6. At least five (5) days prior to the interruption of service, the Contractor shall submit a Shutdown Request to the Collier County IQ Representative, or designee. The Contractor shall be limited to scheduling one shutdown at a time. 16. WORK BY COLLIER COUNTY IO 16.1. Collier County IQ will provide all shutdowns necessary for the resultant contract. The County will open and close valves for the Contractor on weekdays between 8:30 a.m. and 3:30 p.m., excluding city emergencies. For scheduled shutdowns that extend outside of the normal workday (non -holiday weekdays between 8:30 a.m. and 3:30 p.m.), Collier County IQ will open and close valves, as specified in the approved overall shutdown schedule submitted as outlined in Section 15: Sequence of Work and Outage Limitations. 16.2. Under normal circumstances, Collier County IQ will attempt to provide shutdowns during the appointed hour. However, for the convenience of the consumers, shutdowns of water mains may be scheduled outside of normal work hours. 16.3. The Contractor shall be responsible for the planning required to accomplish the work of this contract, including submittal of proper notifications to Collier County IQ for the shutdown of any valves. Page 6 of 6 Exhibit A — Scope of Services CAO 16C3 Exhibit B Fee Schedule following this page (containing Ipages) Page 16 of 20 Fixed Term Service Agreement [2025 ver.2] Exhibit B- Fee Schedule 1 6 C 3 #25-8404 "Reclaimed Water Ground Storage Tank Cleaning and Inspection" Location Lump Sum per Site Countryside - 4701 Santa Barbara Blvd., Naples, FL 34104 $ 2,089.44 Foxfire - 5500 Radio Rd., Naples, FL 34104 $ 2,484.74 Glades - 105 Palm Dr., Naples, FL 34112 $ 4,517.71 Royal Palm - 5630 Warren St., Naples, FL 34113 $ 2,936.51 Pelican Bay GST 1 - 6200 Watergate Way, Naples, FL 34108 $ 5,647.14 Pelican Bay GST 2 - 6200 Watergate Way, Naples, FL 34108 $ 1,129.43 Pelican Bay GST 3 - 6200 Watergate Way, Naples, FL 34108 $ 1,129.43 Page 1 of 1 Exhibit B-Fee Schedule 16C3 Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 20 Fixed Term Service Agreement [2025_ver.2] 16C3 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 per jury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c), § 287.138, Florida Statutes. Nongovernmental Entity's Name: -TAJPL25r1R31jL MARIAX AJ , Address: Z E)CIVE Phone Number: Authorized Representative's Name: (+e Authorized Representative's Title: Email Address: , (Name of Authorized Representative), as authorized representative attest under penaltyof perjury that (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. i9mQ;;] ve read the foregoing Affidavit and that the facts stated in it are true. Date STATE OF iO f� ell e- COUNTY OF &O 1 I d-f Swsrp to (or affirmed) and subscribed before me, by means of 1Xphysical presence or 0 online notarization this da i-vbu 20 2 i , by 0tA eA h on r, dcie of Affiant), who produced his Florida Driver's License as identi atiorr-vs Notary Public ' �►JYO SONNY KESSESEH elLo 26 �r/ Notary Public • State of Florida 6 / / Commission # HH 633786 Commission Expires My Comm. Expires Jun 29, 2026 Personally Known ❑ OR Produced Identification X Type of Identification Produced: F b L• CNO 16C3 Description: Other Exhibit/Attachment Exhibit D-Plant Details ❑M following this page (containing 1 pages) ❑ this exhibit is not applicable Page 18 of 20 Fixed Term Service Agreement [2025 ver.2] 16C3 Exhibit D Plant Details North County South County Golden Gate Orange Tree Northeast Service Water Water Water Wastewater Area Interim Plant Reclamation Reclamation Reclamation Treatment Wastewater Facility - Facility - Facility - Plant - Treatment Plant - NCWRF SCWRF Golden Gate Orange Tree NESA 10500 5600 Warren Goodlette-Frank 4931 32"d Ave. Address St., Naples, FL Rd. N. Naples, SW. Naples, 1445 Oilwell 850 39the Ave. NE FL FL. Rd. Naples, FL. Naples, FL. Minimum Dewatering Dewatering Daily Trailer 6 - 40 yard 4 - 40 yard Dewatering required required Requirement required Description: Other Exhibit/Attachment Exhibit E-Plant Production ❑■ following this page (containing 2 pages) ❑ this exhibit is not applicable 16C3 Page 19 of 20 Fixed Term Service Agreement [2025_ver.2] 16C3 Plant Production Plant North County Water Reclamation Facility NCWRF South County Water Reclamation Facility SCWRF Golden Gate Water Reclamation Facility Golden Gate Orange Tree Wastewater Treatment Plant - Orange Tree Northeast Service Area Interim Wastewater Treatment Plant - NESA Address 10500 Goodlette- Frank Rd. N. Naples, FL 5600 Warren St., Naples, FL 4931 32"d Ave. SW. Naples, FL. 1445 Oilwell Rd. Naples, FL. 850 39the Ave. NE Naples, FL. Annual Trends NCWRF SCWRF Golden Gate Orange Tree NESA Biosolids TONS TONS Total Tons GALLONS GALLONS Total Gallons FY19 17,119.44 14,805.36 31,924.80 4,058,744.00 958,550.00 5,017,294.00 FY20 15,584.92 16,156.83 31,741.75 3,197,102.00 855,165.00 4,052,267.00 FY21 17,481.77 15,727.28 33209.05 3,588,550.00 1,165,997.00 4,754,547.00 FY22 18,133.83 17,558.41 35:692.24 2,815,290.00 1,057,780.00 3,873,070.00 FY23 17,609.19 17,652.05 35,261.24 2,210,654.00 958,620.001 3,169,274.00 FY24 19,222.04 16,291.83 35,513.87 2,660,708.00 921,762.001 3,582,470.00 FY24 by Month NCWRF SCWRF Total Tons Golden Gate Orange Tree NESA Total Gallons 2023 Oct 1,060.81 1,162.63 2,223.44 217,227.00 65,000.00 282,227.00 2023 Nov 1,721.21 1,327.67 3,048.88 300,814.00 300,814e174,099.00 2023 Dec 1,611.73 1,487.96 3,099.69 - 2024 Jan 2,200.38 1,667.28 3,867.66 174,099.00 2024 Feb 2,201.81 1,623.23 3,825.04 292,932292,932.00 2024 Mar 2,219.73 1,760.71 3,980.44 258,632.00 258,632.00 2024 Apr 2,069.75 1,660.14 3,729.89 332,743.00 222,478.00 555,221.00 2024 May 1,728.55 1,533.61 3,262.16 346,432.00 346,432.00 2024 Jun 1,085.14 1,013.55 2,098.69 211,719.00 211,719.00 2024 Jul 1,163.09 1,121.08 2,284.17 311,604.00 311,604.00 2024 Aug 1,168.45 942.34 2,110.79 257,517.00 248,466.00 505,983.00 2024 Sep 991.39 991.63 1,983.02 342,807.00 342,807.00 FY24 Production by Day NCWRF SCWRF Total Tons Golden Gate Orange Tree I NESA Total Gallons 2023 Oct 34.22 37.50 71.72 7,007.32 2,096.77 9,104.10 2023 Nov 57.37 44.26 101.63 10,027.13 10,027.13 2023 Dec 51.99 48.00 99.99 - 2024 Jan 70.98 53.78 124.76 5,616.10 5,616.10 16C3 2024 Feb 78.64 57.97 136.61 10,461.86 2024 Mar 71.60 56.80 128.40 8,342.97 2024 Apr 68.99 55.34 124.33 11,091.43 7,415.93 2024 May 55.76 49.47 105.23 11,175.23 2024 Jun 36.17 33.79 69.96 7,057.30 2024 Jul 37.52 36.16 73.68 10,051.74 2024 Aug 37.69 30.40 68.09 8,307.00 8,015.03 2024 Sep 33.05 33.05 66.10 11,426.90 10,461.86 18,507.37 11,175.23 7.057.30 10,051.74 16,322.03 11,426.90 16C3 Other Exhibit/Attachment Description: Exhibit F-PUD Performance Standards ❑■ following this page (containing 1 pages) ❑ this exhibit is not applicable Page 20 of 20 Fixed Term Service Agreement [2025_ver.2] 16C3 Collier County PUBLIC UTILITIES The following 5Ns are the PUD Performance Criteria that needs to be considered and included in • solicitations, • agreements, • contracts, that are specifically related to our Water Plants, Wastewater Plants, Master Pump Stations, Community Pump Stations R&Rs, Solid Waste Sanitary Landfills, Transfer Stations, among others PUBLIC UTILITIES 5N-RELIABILITY ENGINEERING CRITERIA No offsite odors 1 24/7/365 No SSCIs-Spills offsite/onsite 1 24/7/365 No offsite fugitive -dust emissions 1 24/7/365 No offsite Noise I To be mitigated prior to fence line per Code 1 24/7/365 No offsite Light emissions I To be mitigated prior to fence line per Code Any deviation to above 5N-Reliability Engineering Criteria and guidance has to be reviewed and recommended by both Engineering and Operations Division Directors in advance for approval by the Department Head.