Loading...
Backup Documents 01/13/2026 Item # 16C3 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP d.' TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16 C �3 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#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney's Office County Attorney Office /4 1/1`1 4. BCC Office Board of County Commissioners Dt y/31/ i i ( 4. Minutes and Records Clerk of Court's Office7141(i Oftiale 1l iiAleal'ii." 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally,the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event One of the addressees above may need to contact staff for additional or missing information. Name of Primary Staff Alison Christman/Procurement Contact Information 239-252-8407 Contact/Depattiuent Agenda Date Item was January 13,2026 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 24-8392 Universal Controls number if the Instrument Calibration, Instrument Services,Inc document is to be Repair,&Replacement Services recorded 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 AC be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AC document or the final ne otiated contract date,whichever is applicable. 6. placed on the appropriate pages indicating where the Chairman's AC signature and initials are equired. 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 January 13,2026 and all changes made N/A is not during the meeting have been incorporated in the attached document. The County .�kl an option for Attorney's Office has reviewed the changes,if applicable. 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 viicin.b an option for Chairman's signature. this line. 1 6 C3 z-11041 FIXED TERM SERVICE AGREEMENT #25-8392 for "Instrument Calibration,Repair,and Replacement Services" THIS AGREEMENT, made and entered into on this /ei." day of qAAJWh420.94 , by and between Universal Controls Instrument Services, Inc. authorized to do business in the State of Florida, whose business address is 4925 Cross Cayou Boulevard New Port Richey, FL 34652 , (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 III upon the date of Board approval; or on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a •■ Purchase Order Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of n Request-#eFR r F+RFP) I■I Invitation to Bid (ITB) Other ( )# 25-8392 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ■l The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 18 Fixed Term Service Agreement [2025__ver.2] 16C3 ., >. -10 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 fixed price offering for a project; the risks are (Fixed Price): firm total price offering project; transferrolJ...from the County }o the contractor; and, as a bilsinc s's practice there arc no. transferred IIVG .rrr the County�.YV U1G V I i material invoices presented, rather, the contractormust-..,,perform the or "1IICAlV1Tul './IV.>ellwcA,"'rullll�l, the VVIICIuiJlol perform to satisfaction of the County's project manager before'"paymment for the fixed"'price contract is authorized. I■I Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ■ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Page 2 of 18 Fixed Term Service Agreement [2025_ver.2] 1 6C3 � . 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 (check.., if applicable Travel...,.,...and....Reimburstable.. Expenses: Travel an,. Reimbursable Expenses must be approved in advance-in writing by the County. Travel expenses...shall be reimbursed as per Section 112.061...Fla.....Stats. Reimbursements shall be at the following'rates: �vlileu^yam Wv.-^A T r..g'i per mi e Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual tick-et cost limited to tourist or-coach class fare Rental oar Actual rental cost limited to compact or standard size vehicles Lodging Actual cost of-lodging..at single-ocoupancy rate with a cap of no more than $150.00"per night Park ing Actual cost-of parking Taxi.or r rt Limousine /�/�t 1 a cost either taxi airport limousine _- 1----Ta, vI %��7'p�r[ Actual of either l"llATl or Uirpvla 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/abe 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: Universal Controls Instrument Services, Inc. Address: 4925 Cross Bayou Boulevard New Port Richey. FL 34652 Authorized Agent: Robert Schwenneker Attention Name & Title: Robert Schwenneker/VP Telephone: 863-397-2668 E-Mail(s): bob@universalcontrols.net Page 3of18 Fixed Term Service Agreement [2025_ver.2] C—) I6C3 All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Name: Wastewater Division Director: Robert VonHolle Address: 10500 Goodlette-Frank Rd. Naples, FL.34109 Administrative Agent/PM: Frank lnzano Telephone: 239-252-2622 E-Mail(s): Frank lnzano@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 18 Fixed Term Service Agreement [2025_ ver.2] CAC 16C3 1 .$ the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11 . NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $ 2000,00o aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. • Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000 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. LU 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. t1`: n Pf ofe6&io a Shall be main ained by the...Contractor to ensure its legal liability' for claims aarising:'.out of the performance...of professional services claims Agreement.'' Contractor waives s its right of recovery against County as to any sk ms under this"insurance. ...Such insurance shall have limits of not less thiaA.1'11_ ..._ ........_..... eaach. claim and aggregate. Cyber Liability: Coverage shall have minimum limits of $ per clanm Page 5of18 Fixed Term Service Agreement [2025_ver.21 16C3 C1'hY V l.I'u g V shall-have minimum limits of$ ......-. °- per claim. G. : Coverage shall have minimum limits of$ per claim/Occurrence. Irrur 1 ngre_ H. 1 I : Coverage shall have minimum limits of$ per claim/Occurrence. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 18 Fixed Term Service Agreement [2025_ver.2] 16C3 I � 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Wastewater 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, RFP/ ICI ITB/[ Other #25-8392 including 'Exhibits, Attachments and Addenda/Addendum, subsequent t quoteu 4 c ( thor Fxhibi4/A44onhmnnt: s, and III, V'CP rC.r nr �✓rv/Y�tu vrrYr rc.r Y[T 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 18 Fixed Term Service Agreement [2025_ver.2] ' CA � 6C3 ► , located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statute, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Division of Communications, Government and Public Affairs 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(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 8of18 Fixed Term Service Agreement [2025 ver.2] ' CA 1 6C3 ar_ t 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. Ili 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] ' CA 16C3 25. ■ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. IN 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. 11 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 10 of 18 Fixed Term Service Agreement [2025__ver.21 CA 1 6 C 3 Ifrogi 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. KEV--PERSONNE-h. The- t acAarls---persen l and managenieet-ta--be---aged--fir eerves-the fie-- y--te--eta f l at --enpeten1 .,e e-will be-utitizeEl-in he-.pe rr anee-ef t- e-Ag-Feenger t-The-Os-atfaetef- alt•a-s-s-ka Page 11 of 18 Fixed Term Service Agreement [2025_ver.2] S 1 6 C 3 assigne€1-6 -be--ava+lalale-ter-ae-amount d-s rvi da ehafvg&Key-Rer-eeaael....u-n4es&ftte-fel ewleg-ee Kti +eee-afe + aet-+epesed ro.p4aeement.s-have-s-u-lss.t.a.n.t.iatly--t-h-e--same-.ef-bettef--qu.ati.fieatiens ar of exile i w e-{2}mat--t -in-adva-race--as-pess+rle-: T --Gen-tc 14a11-Fnak y-reaeeaable effe :s-te- tify- litie eat y w+tka sever--{7 stwity-Maine-#+rrakwevaf-ef-p esedreialaeemen4 pe o el • 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. 11 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ORDER OF PRECEDENCE (GrantFunded). In the event of any conflict between or a mmong the...,.terms...of any of the Contract Documents and/or the County's Board Board approved Executive Summary, the terms of the Agreement Shall take precedence over the terms of all other Contract Docuuments .except the terms of any Supplemental ronditionc shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall_.be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's-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 Page 12 of 18 Fixed Term Service Agreement [2025_ver.2] 16C3 kd 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.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. L. SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 18 Fixed Term Service Agreement [2025_ver.2] a s c3 ', - III IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of the Circuit COLLIER COUNTY, FLORIDA Court and C„AP.: ('.1,1.'90 omptroller ",' ,, _;, .,•.��` C� .. _ e By: L ,„ • Z Dan Kowal, Chairman {" �)< Attest as to Chairman's ,, ,e• signature only.��� ..,. ••'��v. � Y. Universal Controls Instrument Services,Inc. 'Cola tor''s Witnesses: Contractor By: \\Y1)101Uj 6(L__ Contractor's First Witness SignatuYe Uk\-1(« i0q1( , Ciro ni C LJ L L,o i S TType/print signature and titlet TType/print witness namel It. Logit4_, ntr ctor's Second Witness Jolene Sc ' fr TType/print witness r'amet Appro‘lelal t0Forrrrand Legality: 1 o " Attorney rney a 164 nt: ame Page 14 of 18 Fixed Term Service Agreement [2025_ver.2] 6C3 ,wt ► Exhibit A Scope of Services n following this page (containing 3 pages) this exhibit is not applicable Page 15 of 18 Fixed Term Service Agreement [2025_ver.2] CA. 1 6 C 3 14:44 a:,1 14 Exhibit A- Scope of Services #25-8392 "Instrument Calibration, Repair, and Replacement Services" 1. Calibration/Revalidation Services The Contractor shall be required to provide annual, biannual, monthly,weekly and as-needed instrument calibrations,to be performed per the manufacturer and industry specifications for the instruments that will be calibrated. The table below is provided herein as a reference and includes the quantity,category of instrument,and frequency of calibration required for the instruments. The quantities and categories are subject to change as the utility system evolves. The County will provide updated information to the Contractor as required. Calibration Frequency - total number per Category Line Item Category Annual As Needed Monthly Quarterly Semi-Annual Weekly Grand Total 1 Analyzer 30 6 20 20 12 15 103 2 Flow Meter 27 215 32 274 3 Level Control 7 16 23 4 J Pressure 13 26 39 Grand Total 77 221 20 20 86 15 I 439 After the award is made,the Contractor shall submit its proposed calibration schedule to the County for approval. The Contractor shall ensure that a certified calibration technician performs the calibration services. The Contractor shall furnish proof of the technician's certification upon the request of the County. After the award is made, the Contractor will submit, example(s) of their calibration form(s) for each of the four (4) categories of instruments as listed above. The calibration forms should meet or exceed State and local requirements for validation. The Contractor shall report any instrument performance issues immediately to the appropriate County Representative. The report shall be in writing describing the issue and digital images shall be included to support the issue as appropriate. The Contractor shall provide within fourteen(14)calendar days after the service,a calibration certificate with each calibration to include the following information: serial number, manufacturer, location and all valid National Institute of Standards and Technology(NIST) traceable documentation concerning the measurement and test equipment used in the instrument calibration. 1.1 Price Methodology and Invoicing for Calibration/Revalidation The calibration and revalidation will be performed at the Unit Price submitted on the Bid Schedule. The Unit Price for Calibration /Revalidation will be inclusive of labor, materials parts, equipment, travel and all necessary resources needed and any required certification reports. A confined space entry fee may be added in addition to the Unit Price for calibration/revalidation services, as appropriate. The invoice shall reference Purchase Order number,facility,instrument location,category of the instrument and unit price(as referenced on the Bid Schedule),date the calibration/revalidation was completed. 2. Repairs and Replacement Installation Services The Contractor shall provide all labor,tools,materials,travel,equipment,and safety items necessary to perform repairs and replacements of various types of instruments. This includes compliance with all confined space requirements,as applicable. Repair and replacement services may include, but are not limited to: on-site repairs, removal, pick-up and delivery, replacement, disassembly, provision of loaner equipment, inspections, condition reports, failure analysis, equipment start-up and training, and calibration or revalidation with factory-approved certification documentation, including test results and the inspection and reporting Page 1 of 3 Exhibit A-Scope of Services CA 16C3 , 1111 requirements described below. Specifications for any loaner equipment must be submitted with the quote and approved in writing by the appropriate County Representative. Inspection The Contractor shall inspect and test the instruments and related components for electrical, mechanical, and physical defects. This includes checking support structures,conduits,grounding,electrical panels,cabinet locks,paint condition,and any other issues that may affect equipment reliability. Reporting The Contractor shall identify the cause of failure and provide a written report detailing findings,test results,and measurements.A formal repair quote must be submitted using the pricing in the Bid Schedule. This quote must include a written recommendation, with justification, on whether the equipment should be repaired or replaced. This information must be submitted to the appropriate County Representative. Within five (5) business days of installation the Contractor must provide all manufacturer documentation related to installation, maintenance,programming, specifications,testing,OEM and calibration certifications. Start-Up and Training Start-up and training must be provided upon request by the County following the initial inspection. Repair Timeline . All repairs must be completed within the timeframes outlined in Section 3 (Response Time), unless a written extension is granted by the appropriate County Representative.This written approval must be signed,dated,and submitted with the invoice. Parts and Calibration All replacement parts must meet or exceed OEM specifications. Calibration or revalidation must be completed and results provided to the County within five(5)business days after each repair or replacement. 2.1 Price Methodology and Invoicing for Repairs and Replacement Services The repairs and replacement work shall be quoted per the pricing structure on the Bid Schedule. Markup for equipment, parts, and supplies shall not exceed 15%. Copies of purchase receipts for individual items exceeding $500.00 must accompany the Contractor's invoice submitted to the County for payment. A confined space entry fee may be added to the quote for repairs and replacements,as appropriate. The markup shall be limited to 10%for subcontractor fees. Subcontractor fees must be in accordance with the Bid Schedule or lower. A copy of the subcontractor quote or invoice must accompany the Contractor's invoice submitted to the County for payment. The invoice shall reference the Purchase Order number, facility, instrument location, and category of the instrument (as listed on the Bid Schedule). The date of completion and whether the service was for a repair and/or replacement instrument(s). If the work was requested as urgent,this should be noted on the invoice. The invoice should clearly show costs as well as total hours multiplied by the hourly rate as listed on the Bid Schedule. Documentation supporting the invoice charges such as receipts/subcontractor invoices or quotes,proof of list price, County signed and dated approvals for urgent work shall be attached to the invoice. 3. Response Time: Normal business hours: Monday-Friday,7:00 am-5:00 pm,except for County observed holidays. Non-Urgent(during normal business hours) • The Contractor shall respond via phone call and/or email within two(2)hours after the request from the County has been sent. • An inspection and written repair estimate/quote report shall be provided to the County within three(3) business days after the initial request from the County was sent. • Repairs shall be completed within three (3) business days after the issuance of an approved Purchase Order unless additional time is approved in writing. Urgent(outside of normal business hours) Page 2 of 3 Exhibit A-Scope of Services CA 1 6 C 3 .� • Awarded Contractor shall provide an urgent phone number to the County. The Contractor(s) shall update the County if this phone number should change. An employee of the Contractor(s)shall be available to return urgent calls 24 hours per day,365 days per year. • The Contractor shall respond via phone call and/or email within thirty(30)minutes after the request from the County has been sent. • An inspection and written repair estimate report shall be provided to the County within twenty-four(24)hours after the request from the County was sent. A notation shall be made on the report clearly stating"Urgent"work. • Repairs shall be completed within twenty-four(24)hours after the issuance of an approved Purchase Order unless additional time is approved in writing. 4. Warranty: The Contractor shall warranty all repairs/replacements performed by the Contractor, including material and workmanship, to operate within acceptable levels (as determined by the County) for a period of at least one (1) year from the date of the completed repair/replacement. Any repaired/replaced equipment by the Contractor that fails to operate accordingly for the duration of the warranty period shall be repaired or replaced by the Contractor without any additional cost to the County. The Contractor shall furnish,without cost to the County,all parts and labor necessary to complete a warranty repair. 5. Assignment of Work: The County will issue a Purchase Order(or blanket purchase order). No work shall be performed until the Contractor is in receipt of an approved Purchase Order. A Purchase Order shall survive the Contract expiration to allow work to be completed. Blanket Purchase orders do not survive the Contract.No new services will be requested after the expiration of the Contract. 6. Price Increases: Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made prior to the contract renewal date thereafter and submitted in writing to the Utilities Division Director. Price adjustments are dependent upon the most recent 12-month Consumer Price Index for all Urban Consumers(CPI-U)for the Miami-Ft. Lauderdale area,budget availability, and Utilities Division Director or designee approval,and cannot exceed 3%annually,whichever is less. The Procurement Director or designee has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended.Price increase requests are not guaranteed. If approved,the Contractor will be notified in writing with the effective date of any approved price increases. The County may,after examination,refuse to accept the adjusted rates if they are not properly documented,or considered to be excessive, or if decreases are considered to be insufficient.In the event the County does not wish to accept the adjusted rates and the matter cannot be resolved to the satisfaction of the County,a contract termination will be processed. Page 3 of 3 Exhibit A-Scope of Services 1 6 C a *41 111 Exhibit B Fee Schedule following this page (containing 1 pages) Page 16 of 18 Fixed Term Service Agreement [2025_ver.2] r4,� 16C3 4 pow ► Exhibit B-Fee Schedule #25-8392"Instrument Calibration,Repairs and Replacement Services" CATEGORY A:ANALYZER Universal Controls ITEM NO. DESCRIPTION UNIT UNIT PRICE Ana lyzer nalyzer Calibration/Revalidation Each $ 135.00 2 Confined Space Entry Fee Each S 595.00 Repair and Replacement Labor Rate-Normal Business Hours 3 M-F,7:00am-5:00pm Hour $ 115.00 Except for County Observed Holidays 4 Repair and Replacement Labor Rate-Urgent Outside of Normal Business Hours Hour $ 95.00 CATEGORY B: FLOW METERS ITEM NO. DESCRIPTION UNIT UNIT PRICE Flow Meters l Each $ 135.00 Calibration/Revalidation 2 Confined Space Entry Fee Each $ 595.00 Repair and Replacement Labor Rate-Normal Business Hours 3 M-F,7:00am-5'.00ptn Hour $ 115.00 Except for County Observed Holidays 4 Repair and Replacement Labor Rate-urgent Outside of Normal Business Hours Hour $ 195.00 CATEGORY C: LEVEL CONTROL ITEM NO. DESCRIPTION UNIT UNIT PRICE I Level Control Calibration/Revalidation Each $ 135.00 2 Confined Space Entry Fee Each $ 595.00 Repair and Replacement Labor Rate-Normal Business Hours 3 M-F,7:00am-5:00pm Hour $ 115.00 _ Except for County Observed Holidays _ 4 Repair and Replacement LaborRate-Urgent Outside of Normal Business Hours Hour $ 195.00 CATEGORY I): Pressure Calibration ITEM NO. DESCRIPTION UNIT UNIT PRICE Pressure Each $ 135.00 Calibration/Revalidation 2 Confined Space Entry Fee Each $ 595.00 Repair and Replacement Labor Rate-Normal Business Hours 3 M-F,7:00am-5:00pm Hour $ 115.00 Except for County Observed Holidays 4 Repair and Replacement Labor Rate-Urgent Hour $ 195.00 Outside of Normal Business Hours Page 1 of I Exhibit B-Fee Schedule CA_ 16C3 Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 18 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 I, 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: UNIVERSAL CONTROLS INSTRUMENT SERVICES, INC. Address: 4939 CROSS BAYOU BLVD, NEW PORT RICHEY, FL 34652 Phone Number: 727-848-8292 Authorized Representative's Name: KAYCEE RUPE Authorized Representative's Title: CFO Email Address: KRUPE@USWATERCORP.NET KAYCEE RUPE (Name of Authorized Representative), as authorized representative attest under penalty of perjury that UNIVERSAL CONTROLS (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. C1 C ' L�1 t,', I(Signature of au��thorized reprdentative) Date � STATE OFT 1 oir�rc��.� COUNTY OF A,1J S'orn to(or affirmed and subscribed before me,by means of 4hysical presence or❑online notarization this 5t1.- day of .20).5. by ViLtlete riktitrt (Name of Affiant),who produced his Florida Driver's License as identification. '3`Al°90``` tary Public Notary Public State of Florida Jolene Swager IID I )i�'1(� �a.'�tUIflP.. My Cores Ion 20 479887 v �Jp�,(� Expires 1/1012026 Commission Expires/ Personally Known OR Produced Identification❑ Type of Identification Produced: G4` 16C3 Other Exhibit/Attachment Description: following this page (containing pages) n this exhibit is not applicable Page 18 of 18 Fixed Term Service Agreement [2025_ver.21