Loading...
Backup Documents 06/24/2014 Item #16C1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP C 1 41 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO $_Viz= /E. THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE JUN 2 ._ 201 Routed by Purchasing Department to Office Initials Date the Following Addressee(s)(In routing order) 1. Risk Management Risk tor V1,13 2. County Attorney Office County Attorney Office CrnEr ti(110 3. BCC Office Comm mis si oners County Commissioners j ��Z�1 s 4. Minutes and Records Clerk of Court's Office 7C lr P!ate It LI_ ' I 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Evelyn Colon Phone Number 252-8375 Purchasing Staff June 24,2014 Contact and Date Agenda Date Item was June 24,2014 // Agenda Item Number 16.C.1✓ Approved by the BCC Type of Document Contract Number of Original 2 Attached Documents Attached PO number or account N/A Solicitation/Contract 13-6162R Water number if document is NumberNendor Name Treatment&Controls to be 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? DD 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. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed \N ' 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 N/A 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 DD signature and initials are required. 7. In most cases(some contracts are an exception), an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for e Chairman's signature. 1601 MEMORANDUM Date: June 27, 2014 To: Diana De Leon, Contracts Technician Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #13-6162R "Chlorinator Equipment Maintenance" Contractor: Water Treatment & Controls Company Attached is an original copy of the contract referenced above, (Item #16C1) approved by the Board of County Commissioners on Tuesday, June 24, 2014. The second original contract will be held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment 16C1 Water Treatment 850)474-1805 (800)826-7659 & Controls t$5o)4 atertc.FAX (x, Co.ll wwvr.watertc.com 9900A N.PALAFOX STREET•PENSACOLA, FLORIDA 32534-1227 Action of Director by Unanimous Written Consent The undersigned, being the sole director of Water Treatment & Controls Company, a Maryland Corporation (the "Company"),consents to the adoption of the following resolution and the recording of the resolution among the minutes of proceedings of the Board of Directors: RESOLVED: That Roger J. Beuc, in his capacity as General Manager of Water Treatment & Controls Company, a Maryland corporation, be and he is hereby authorized and empowered to make bids, sign contracts in relation to such bids and sign vehicle titles on behalf of and binding upon the Company, and, in that connection, to execute such documents and affix the corporate seal of the Company thereto should it be necessary or appropriate. WITNESS the signature of the undersigned sole director of the Company as of the 1 5th day of January 2014. I C,�` . .. Sherlock S. Gillet; Ir PARTS SERVICE SALES 1601 f.e oY t. AGREEMENT13-6162R :1114 for Chlorinator Equipment Maintenance THIS AGREEMENT is made and entered into this day of J;t, � , 2014, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and Water Treatment & Controls Company, authorized to do business in the State of Florida, whose business address is 9900A North Palafox Street, Pensacola, Florida 32534 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the work upon issuance of a Purchase Order. The contract shall be for a one (1) year period, commencing on Date of Board award, and terminating one (1) year from that date, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. This contract shall have three (3) one (1) year renewals, renewable annually. 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 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 not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Chlorinator Equipment Maintenance for the Water Department in accordance with the terms and conditions of ITB #13-6162R and Exhibit A, Scope of Work, hereby attached and incorporated by reference. The execution of this Agreement shall not be a commitment to the Contractor that any Work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the procedure to obtain Work outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Non Emergency Work: The County will contact the Contractor when Work is to be performed, which will afford the Contractor the opportunity to coordinate a mutually agreeable time to commence the Work. The Contractor will be required to provide a phone number for routine call-out services. Routine calls-outs must be confirmed with the plant manager or his designee forty-eight (48) hours prior to service being performed. The Contractor will be required to notify the plant manager or his designee upon arrival and departure and comply with all safety and security requirements. Emergency Work: The Contractor will be required to respond to emergency call-outs within twenty-four (24) hours of initial call. Emergency service must be available three hundred sixty- five (365) days of the contract year. The Contractor will be required to provide a cell phone number along with a home number, to the County so that the County will be able to contact the Contractor when needed. The Contractor will be required to notify the plant manager or his designee upon arrival and departure and comply with all safety and security requirements. S Page -1- 16C1 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Work pursuant to the prices offered by the Contractor in his response to ITB # 13-6162R per Exhibit B Price Schedule, attached herein and incorporated by reference. Any County Agency may utilize the services offered under this contract, provided sufficient funds are included in the budget(s). This contract will be purchase order driven. 4. NOTICES. All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Water Treatment & Controls Company 9900A Palafox Street Pensacola, Florida 32534-1227 Attention: Anthony Boehk, President, Director Phone: 805-474-1805 Fax: 850-474-1776 Email: pcola(a�watertc.com All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Joanne Markiewicz Director, Procurement Services Phone: 239-252-8407 Fax: 239-252-6480 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 Service Agreement must be in writing. 5. 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. 6. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. bJ Page -2- 16C1 ' All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Owner will not be obligated to pay for any permits obtained by Subcontractors. 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. 7. 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 Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 8. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of 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 non-performance. 9. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$500,000 for each accident. D. Pollution: Coverage shall have minimum limits of $1,000,000 Per Occurrence. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Page -3- bJ 16C1 4 Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall 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, 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. 11.1 The duty to defend under this Article 11 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 11 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. 12. PAYMENTS WITHHELD. Owner may decline to approve any invoice, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (c) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (d) reasonable indication that the Work will not be completed within the Contract Time; (e) unsatisfactory prosecution of the Work by the Contractor; or (f) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. 13. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 14. CHANGES IN THE WORK. Owner 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 Page -4- 16C1 shall submit an itemized 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 Owner, and Owner shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Ordinance and Procedures in effect at the time such modifications are authorized. 15. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in accordance with the Purchasing Ordinance and Purchasing Procedures. 16. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3)), ordinances). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. 17. 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 and ready for occupancy by Owner. 18. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. 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 Owner. 19. 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. 20. 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. oy Page -5- o 1601 21. 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 Owner 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 Owner. 22. 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 Owner or Owner'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 Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 23. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a written Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 24. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Water Department. 25. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate(s), ITB #13-6162R any addenda, etc, made or issued pursuant to this Agreement. 26. 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 Page -6- 1601 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 contract held by the individual and/or firm for cause. 27. 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. 28. 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. No markup shall be applied to sales tax. 29. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 30. 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. 31. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 32. 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. 33. SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. o Page -7- �3 16C1 34. 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. 35. 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 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 Department Safety Manager and/or Safety Engineer. ********************************* Remainder of page intentionally left blank ******************************** (Jt Page -8- 16C1 IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, F •RIDA Dwight Brock, Cler f Courts / B e,, , , Henning, C 'airman Dated: 'I ' Attest a o. hairman's 41P Water Treatment & Controls Company Contractor �j AR. I ' /I By: j -��, W"rst Witness II = •atur- bcybara �jir t✓\ Roger J. Beuc Type/Print Witness[dame Typed Signature i r/J , ` General Manager econd itness Title � !` As5 T ye`no.J/Print Witness Name Approved as to form and legality: 0.i0b1/110*(&)— . Item# _l_k_l Assistant County Attorney ./agenda Cate , Qty- Date v Recd • 1 Leput)'Clcrk /1?-5 ' 4 Page -9- 16C1 Exhibit A Scope of Work Contract 13-6162R Chlorinator Equipment Maintenance The Contractor will provide labor and parts for semi-annual inspections, cleaning of equipment, preventative maintenance and emergency maintenance for all the chlorinator system equipment at the North and South County Regional Water Treatment Facilities and associated re-pump stations. The Contractor must supply the Water Department with phone numbers for emergency and routine call-out service. Routine call-outs must have a confirmed date of when service will be performed within forty-eight (48) hours. Response for emergency call-outs must be within twenty-four (24) hours of call, and emergency service must be available three hundred sixty-five (365) days of the contract year. Failure to comply with this requirement will result in termination of this contract for cause. The Contractor will provide scheduled and emergency service and repairs including all parts, tools, equipment and appropriate personnel as necessary to complete repairs. Emergency service and other repairs shall be billed on an hourly basis, plus mileage and parts. All parts must be new and come from an authorized dealer. All parts and repairs must have a one (1) year warranty. (6E�t Page -10- 1601 EXHIBIT B Price Schedule Contract 13-6162R Chlorinator Equipment Maintenance South Re•ional Water Treatment Plant Per Unit Wallace &Tiernan: V-2000 V Notch Chlorinators $1,205.00 510S Chlorine Vacuum Regulators with Rate Tubes $735.00 510S Chlorine Vacuum Regulators without Rate Tubes $640.00 2" Chlorine Injectors $635.00 Ammonia System: Series 60-225 Ammonia Feeder $1,655.00 Series 50-185 Pressure Reducing Valves $775.00 Ammonia Pressure Regulator one inch $775.00 Acutec 35 Ammonia Gas Detection $360.00 North Re•Tonal Water Treatment Plant Wallace &Tiernan: Chlorine System: V-2000 V Notch Chlorinators $1,205.00 510S Chlorine Vacuum Regulators with Rate Tubes $735.00 2" Chlorine Injectors $635.00 Ammonia System: V-2000 Vacuum Ammonia System $925.00 3,000#Ammonia Vacuum Regulators $830.00 1"Ammonia Injectors $430.00 Goodland Re-Pump Station Wallace&Tiernan: Depolox 3 Plus Analyzer $675.00 V1 OK Gas Feed System $450.00 Acutec 35 Gas Detection System $360.00 200 PPD Vacuum Regulator $635.00 3/" Injector NH3 $400.00 Parts pricing shall be in accordance with the current published price list. Additional Service and Emer•enc Re'airs Hourl Rate Service Technicians Hourly Rate $108.00 Service Technicians Overtime Hourly Rate $162.00 Emergency Round Trip Costs Mileage Cost Mileage Cost for South Regional Water Treatment Facility $240.00 Mileage Cost for North Regional Water Treatment Facility $200.00 Mileage Cost for Goodland Re-Pump Station $280.00 Overnight Expenses (per day) $200.00 Page -11- %'� ....---.1 16C1 ACRD® CERTIFICATE OF LIABILITY INSURANCE 10412912014 DOtWYY) "HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 'RTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES OW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED IIRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT; If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Brittany Patterson NAME: Riggs,Counselman,Michaels&Dowries PHONE 443 9212575 I FAx 555 Fairmount Avenue (arc.wo.Ears felt Not (410)339-7234 Baltimore,MD 21286 E-MAIL DDRE @rcmd.com ADDRESS: BPatlersOn (410)339-7263 INSURER(S)AFFORDING COVERAGE NAIC# INSURER R:Indian Harbor Insurance Company 36940 INSURED V INSURER e:Travelers Indemnity Company of Connecticut 25682 Water Treatment&Controls Co. 9900A Noah Palafox Street INSURER c:Travelers Property Casualty Company of America 25674 INSURER D: Pensacola,FL 32534 INSURER E INSURER F; COVERAGES CERTIFICATE NUMBER:645153 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER — POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD I POLICY NUMBER (MM/DDIYYYY) (AANJDD/YYYYL LIMITS c GENERAL LIABILITY X .P630365h(1 6 41114 5/1/2014 5/1/2015 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 100,000 PREMISES(Ea occurrence) $ CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 1EN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPlOP AGG $ 2,000,000 IllIkori 1POLICYnPFr- floc C AUTOMOBILE LIABILITY P8103650( 7.16T1L14 5/1/2014 5/1/2015 (Eaacddernt) LE LIMIT S 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS _ AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS x N -OWNED PROPERTY DAMAGE AUTOS (Per accident) $ $ UMBRELLA UAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED ( RETENTION$ $ B WORKERS COMPENSATION PEUB.36 4C•7',[i14 5/1/2014 5/112015 X I WCSTATU-T 1oTH- AND EMPLOYERS'LIABILITY Y I N TORY OMITS 1 ER ANY PROPRIETOR!PARTNERiEXECUTIVE E.L.EACH ACCIDENT $ 500,000 I I OFFICERIMEMBER EXCLUDED? N/A (Mandatory in NH) EL DISEASE-EA EMPLOYEE $ 500,000 If deserd�e under ___ 500,000 _ O ESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY U MIT $ A Pollution Liability PECOU40867O1 5/13/2014 5/13/2015 Poll.Liability Each Condition or Occurrence $1,000,000/Aggregate$2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(Attach ACORD 101,Additk,klI Remarks Schedule,H more space is required) Bid#108-5097-Annual Contract for Chlorinator Equipment Maintenance Collier County is listed as Additional Insured under General Liability as res,e;.r,;,vork performed by the Insured under the above contract. • CERTIFICATE HOLDER CANCELLATION • Collier County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3301 E.Tsniiami Trail ACCORDANCE WITH THE POLICY PROVISIONS. Naples,FL 34112 AUTHORIZED REPRESENTATIVE 4aNte . _.,..,...._24,.., _....._, eat# 16377 Mst# 14-15 WTC ALL w/Patin Subject Original 6/2/09 ©1988-2010 ACORD CORPORATION. Alt rights reserved.