Loading...
Agenda 06/14/2016 Item #16C 2 6/14/2016 16.C.2. EXECUTIVE SUMMARY Recommendation to award Contract 15-6374R to Guardian Fueling Technologies, Southern Tank and Pump Company, and Adams Tank and Lift for the maintenance, repair and testing of Collier County-owned or operated storage tanks. OBJECTIVE: To award a professional services agreement with Guardian Fueling Technologies, Southern Tank and Pump Company, and Adams Tank and Lift for the maintenance, repair and testing of Collier County-owned or operated storage tanks. CONSIDERATIONS: The Interdepartmental Tanks Program of the Solid and Hazardous Waste Management Division (SHWMD) provides specialist inspection, training, and compliance assistance services to many storage tank-owning departments of Collier County Government. The program acts as the specialist service provider for the Risk Management Division,keeping all the county's fuel and some chemical storage tanks well maintained, frequently inspected, inventoried, and compliant at times of Florida Department of Environmental Protection(FDEP)agency inspections. County divisions including, but not limited to, Facilities Management, Parks and Recreation, Fleet Management, Water, Wastewater, the Collier County Sherriff's Office, and the Airport Authority have historically required emergency and routine equipment repair/replacement, testing and maintenance for the approximately 300 county-owned and/or operated storage tanks and systems. These repairs and maintenance are necessary to be compliant with applicable regulations and to reduce the probability of a discharge. As part of the program, all 300 county storage tanks are inspected annually. An inspection report is generated that makes recommendations concerning any compliance,repair or maintenance that is needed. This contract will provide the mechanism for the county to implement the recommendations in the inspection reports in a speedy and efficient manner. It is anticipated that 50 county-owned tanks will require attention each fiscal year at an approximate total cost of$75,000. Tank owning divisions will be responsible for paying for their own tank repairs. This contract may also be used for the installation, commissioning and decommissioning of county-owned tanks. Invitation to Bid 15-6374R was posted December 8, 2015, with 264 notices sent. Forty vendors downloaded bid packages, and four bids were receive by the due date of January 25, 2016. Staff reviewed the bids and deemed Guardian Fueling Technologies, LLC, Southern Tank and Pump Co., and Adams Tank & Lift, Inc. as the three most responsive bidders. This selection was based on the lowest quotes received for the solicitation. The bid received from AXI Clean Fuel &Tanks was rejected as non- conforming because only one of the 19 required services could be performed. Each individual tank repair will be solicited competitively among the three awarded contractors. FISCAL IMPACT: Funds are also available in the divisional budgets of the tank owning entities. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality,and requires majority vote for approval. -JAK Packet Page -671- 6/14/2016 16.C.2. GROWTH MANAGEMENT IMPACT: There is no growth management plan impact associated with this action. RECOMMENDATION: That the Board of County Commissioners awards Contract 15-6374R to Guardian Fueling Technologies,LLC, Southern Tank and Pump Co., and Adams Tank&Lift,Inc. for the maintenance, repair and testing of county-owned or operated storage tanks; and authorizes the Chair to sign the standard agreements after approval by the County Attorney's Office. Prepared By: Dayne Atkinson,Project Manager, Solid and Hazardous Waste Management Division Attachments: 1) 15-6374R-Bid Tabulation Sheet; 2) 15-6374R-Invitation to Bid; 3) Agreement-Adams Tank&Lift,Inc.; 4) Agreement-Guardian Fueling Technologies LLC; and 5) Agreement-Southern Tank and Pump Co. Packet Page -672- 6/14/2016 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to award Contract 15-6374R to Guardian Fueling Technologies, Southern Tank and Pump Company, and Adams Tank and Lift for the maintenance, repair and testing of Collier County-owned or operated storage tanks. Meeting Date: 6/14/2016 Prepared By Name: Dayne Atkinson Title: Project Manager,Technical Support&Logistics Operations 4/7/2016 4:05:18 PM Submitted by Title:Project Manager,Technical Support&Logistics Operations Name: Dayne Atkinson 4/7/2016 4:05:19 PM Approved By Name: HapkeMargie Title:Recycling Coordinator, Solid&Hazardous Waste Management Date: 4/28/2016 12:18:14 PM Name: BurnettAlister Title: Manager-Environmental Compliance,Hazardous Waste Management Date:4/29/2016 8:15:22 AM Name: WalkerJeff Title: Division Director-Risk Management,Risk Management Date: 4/29/2016 1:43:54 PM Name: HerreraSandra Title: Manager-Procurement,Procurement Services Date: 5/12/2016 8:07:30 PM Packet Page-673- 6/14/2016 16.C.2. Name: HerreraSandra Title:Manager-Procurement,Procurement Services Date: 5/12/2016 8:07:59 PM Name: Joseph Bellone Title: Division Director-Operations Support,Utilities Finance Operations Date: 5/16/2016 10:27:12 AM Name: HallSwainson Title: Procurement Specialist,Procurement Services Date: 5/17/2016 10:25:46 AM Name: RodriguezDan Title:Division Director-Solid Waste, Solid&Hazardous Waste Management Date: 5/23/2016 9:34:18 AM Name: TeachScott Title:Deputy County Attorney, County Attorney Date: 5/23/2016 9:43:32 AM Name: YilmazGeorge Title: Department Head-Public Utilities,Public Utilities Department Date: 5/24/2016 8:53:12 PM Name: KlatzkowJeff Title: County Attorney, Date: 5/25/2016 12:56:35 PM Name: FinnEd Title:Management/Budget Analyst, Senior,Office of Management&Budget Date: 6/1/2016 8:50:00 AM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 6/7/2016 11:41:05 AM Packet Page-674- 6/14/2016 16.C.2. 0 0O � � r � � o v N a` 49 69 69 69 69 4, li 0 U ti C - C Yb 69 6 69 49 69 69 V, 69 69 69 � 0 0 0 O 0 0 �„ �•, >-• }, 0 O 7 O 'n L V 66'9 64 00 9 6 U U N� 69 49 4 •:-.. Q a' '^ e o O O O C»4 O O O O O O O O N ip O O O,'. O O O O O O n .g °; H .�. _ vl vt ;;+( O O 0 0 0 O N 0 O U .-. ' vt N S O C' vt O .0. 0 69 7 69 69 6A V, M 69 7 40 � � 69 69 69 69 69 4 a a 0 a C _ y o 0 0 69 0 0 = N 49 6699 6 6-1 VI . 647-^ 69 Y1 a. 43 w O O 0 O O O O O O O NM 6. 62 0 'L 69 6969 69 69 69 69 69 .' 69 69 69 .a WW OOOOO bk .4 5 y a U G WI O jCg V a 1 o 0 0 8 g o v 0 0 v d d F. o 000 r_ `a c w o b ° y N 69 69 69 b vt ❑ O a b e '00 6<, 49 m 0 0 E ° Ri U m 1 w E: u 3 5. .1 . C',c O 0 0 O O` 0 0 0 O 0 0 0 a, 00 5 00o rkoo o o •oo0 0 00o w . c C o vi vi vi N vi vi vi vi o o v :0 3 0 *. �7 °Ul 60 i 40 .N. .N-. N - - .lam. N 60 00 .. >, cc 7 y C Q L °*' 69 69 69 69 69 69 669 6699 XI ❑ U C d N 'ea m �+ 1 b 'y c X ani' g v p; .c z C .0 (0 0 a. w m E 3 L c _ o 2 b .moi -o ° ED oo' p, 3 03 m ° g :b134. '2"' o c>c,,', mpp' s 'i E W -0 E 'd 0 0 '0 On .O. 0 N ~ --bba.q*:', 3o '7,-‘, to c• ' ° « w « 8 ° 3 v 1 ,3 3 109 e o AE vvy v 0, a 8E .n c C m - iv c , m b v d ° cd m o mv. n v .'5 o mdmHaS g a, C °' C d ma EC v o ° ° o °° > n, od s. C .o + v00 •aatm 0 "y 0 .' N 0 0 it i -0 00 0 U 0 O 0 y m y ° T o p -o xE ! . Ee,� y ] « ° 0. •G E. . E ' cema 0, 80 5a a oba0a m to a' 2 * > ° as7 > -o A O R. 8 :? oc � ° H g -& o °' a, 0 o °' un.. Y ° q myv 4 x cC > > 5 0 0 0 : 8 v o , •-• x od o0 y Y - w am .; 0 0 -0 ,, ,5 m, 0 v o 5 o on v m u 0w oiwv E •O 04 v 00 " :8' ECooN . wa `.'• ya v,> : Y4, tng s 0. y E'< a c w y ' .L , 0 0°0 v0 3 .9 a .. a. i o ° ° a Jnw U 0 v ' x c d0 .[ o0g E ° � ° GL W Ny 0 kb Y ❑ w 09 O H '"" .1 -0 p N N x C N q y °, U m a 'a ° ' a v 'avva'' ° ° ° ° 5 c N v F > o m >, a y o ° o m o m o ° °- - v ° o � °' a. , a, .i yLonts.- v roLw° o :° ° o ' ; b Q t d 0. E � U bo q a , v I m bYw 2 U av c � °'2 .Yu i mn C O : m a ? Lm � L ou m yNy5 5 .O E '° v ° w v a .8 Ua fl. o ' •5 5 .n d C 5 >d .g5 c0 ° E Q > 0, v ° u A p U ° .o a. @d 2 >.n d .1 w4 , a ° 0o O0 d q °nwxc7 ¢ Ha '"'aHwa7VtW x102 � c..:. ..u., O U W 0 - S O ' ma. C ZU m xvU0ac4vav-m aC7 y N °n V v, so h CO Q\ .. . .. , N °' a ° d * E ,r N tiV h lO l-. Oo a, Packet Page-675- 6/14/2016 16.C.2. Co ier County Administrative Services Department Procurement Services Division INVITATION TO BID Date: December 8, 2015 From: Swainson Hall, Procurement Strategist (239) 252-8935 (Telephone) (239) 252-6334 (FAX) swainsonhall(c�colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks As requested by the Solid and Hazardous Waste Management Department, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: Alister Burnett/Dayne Atkinson Note: All ITB responses submitted manually must include one (1) original labeled MASTER, along with one (1) exact duplicate copy, including all required forms. HuounarrentServicesDies n•3327 Tar:Sami Trail East•Naples,Florida 34112-49D1•239-252-StO7•w v.cotliergov.netiprocurementservices 15-6374R Maintenance,Repair,and Testing for Fuel Storage T Packet Page-676- 6/14/2016 16.C.2. Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit II: General Bid Instructions 11 Exhibit III: Standard Purchase Order Terms and Conditions 17 Exhibit IV: Additional ITB Terms and Conditions 20 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 29 Attachment 2: Vendor's Check List 30 Attachment 3: Vendor Submittal - Bid Response Form 31 Attachment 4: Vendor Submittal—Local Vendor Preference Affidavit 33 Attachment 5: Vendor Submittal— Immigration Affidavit 34 Attachment 6: Vendor Substitute W—9 35 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 36 15-6374R Maintenance,Repair,and Testing for Fuel Packet Page -677- 2 6/14/2016 16.C.2. Co ie-v County Administrative Services Department Procurement Services Division Public Notice Sealed bid responses for Solicitation 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks, will be received electronically or manually only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00PM, Collier County local time on Tuesday, January 7, 2016. Solicitation responses received after the stated time and date will not be accepted. Solicitation 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks A non-mandatory pre-bid conference will be held on Tuesday, January 12, 2016, commencing promptly at 11:00AM and held at Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. All prospective bidders must attend this conference in order to submit a bid response or be considered for an award. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Joanne Markiewicz Director, Procurement Services Division Publicly posted on the Collier County Purchasing Department website: www.colliergov.net/purchasinq and in the lobby of the Purchasing Building on December 8, 2015. 15-6374R Maintenance, Repair,and Testing for Fuel Packet Page-678- 3 6/14/2016 16.C.2. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Solid and Hazardous Waste Management Department, (hereinafter, the "Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase Collier County is soliciting this Invitation to Bid with the intent of selecting fuel tank maintenance service vendor(s) to provide labor, material, and equipment to perform maintenance, repair and testing for departments. The County reserves the right to select one or more supplier(s) and may use the resultant contract in the following manner: • For work estimated to be less than $50,000: the department may select one of the vendor(s) on contract, quote out the work among all vendor(s) on contract, or competitively solicit for new quotes. • For work estimated to be greater than $50,000 and less than $200,000: the department may quote out work among the vendor(s) on contract, or, may conduct a separate new solicitation. • In no case may a single repair or new installation job exceed $200,000 on resultant contracts of this ITB. Background The storage tank systems owned by the County containing hazardous materials and petroleum products require routine maintenance and testing as well as unexpected repairs on a routine basis. Much of this work is mandated in the National Fire Prevention Association Codes (NFPA) and Florida Administrative Codes (F.A.C.). The County expects to require services for testing, maintenance, and repairs for the storage tanks that it owns. County departments, including, but not limited to Facilities Management, Parks & Recreation, Fleet Management, Water, Wastewater, Sherriff's Office, and the Airport Authority, have historically required emergency & routine equipment repair/replacement, testing and maintenance to their approximately 300 county storage tanks/systems in order to be compliant with applicable regulations or to avoid the probability of a discharge increasing from their storage tanks with the understanding that the average cost of petroleum discharge cleanups tracked by the Florida Department of Environmental Protection (FDEP) is approximately $400,000, not including potential costs associated with third party liability due to injuries and adjacent property damages. 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page -679- 4 6/14/2016 16.C.2. Detailed Scope of Work The vendor shall comply with the following General Requirements and Department specific requirements, including but not limited to: 1. Regular service shall be made available between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. All other hours shall be considered overtime and charged at the appropriate rate of time and one half. Work completed on County recognized holidays, Saturday and Sunday shall also be considered at the overtime rate of time and one half. 2. The Vendor may be required to do emergency repairs at times other than normal working hours. The Vendor shall be in a position to be available on a twenty-four (24) hour basis, three hundred sixty-five (365)days per year for such emergency work. 3. The Vendor shall supply the County with an emergency on-call telephone number and the same (or different telephone number)for routine repairs/new installation. 4. Licenses & Certifications: The Vendor, at time of bid submittal, shall possess, and maintain throughout the term of the contract period and any renewal periods, employee(s) holding a Pollutant Storage System Contractors (PSSC) license; employee(s) Veeder Root, Omntec, Incon/Franklin, Pnuemercator, and OPW tank monitoring systems certified for installation, testing & repair; and employee(s) holding an RQ license. The vendor shall provide personnel currently certified by the manufacturer for the equipment being installed or maintained as dictated applicable in the installation or operation & maintenance manual for said equipment. When required, due to the type of work being conducted, the vendor shall insure the holder of the PSSC, Registered Precision Tank Tester (RQ) and tank monitoring system certification be present, supervise or performing the work as applicable. The vendor shall hold the correct occupational licenses, all professional licenses or other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Laws, Statute, Ordinances, and rules and regulations of any kind. The vendor shall be licensed to operate within Collier County. 5. New Work: The vendor shall provide written "not to exceed" estimates on all projects that are not deemed to be emergencies and on-call repairs. This estimate shall include the estimated number of hours, hourly rate, number and types of employees required, estimated material cost and number of calendar days required for project completion. Vendor shall respond to requests for estimates for non-emergency work within two (2) days and provide written estimates within five (5) days. It shall be the vendor's responsibility to ensure they have all information to prepare accurate estimates. 6. Quote Process: The vendor agrees to provide written quotes to the department. Further, the vendor shall not charge the department for the cost of the quote, meetings pertaining to the quotes, or on-site visits to obtain the quotes. Quotes shall be provided to the department contact in the following timeframe: i. Department Emergency Orders: The vendor shall provide the quote within one (1) hour. Vendor(s) who do not provide written quotes within one (1) business hour shall be declared as having provided a "no-bid" response to the County. ii. Department Typical Order: The vendor shall provide written quotes within three (3) business days from the County's request. Vendor(s) who do not provide written quotes within three (3) business days shall be declared as having provided a "no-bid" response to the County. 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page-680- 5 6/14/2016 16.C.2. iii. Department Project Work: The vendor shall provide written quotes within ten (10) business days from the County's request. Vendor(s) who do not provide written quotes within ten (10) business days shall be declared as having provided a "no bid" response to the County. 7. Safety: Vendor and subcontractors shall comply with all Occupational Safety and Health Administration (OSHA), National Electric Code (NEC), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors 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. 8. Equipment: Vendor shall own and have in good repair, or have the ability to rent all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks. 9. Parts / New Storage Tank Equipment: The purchased petroleum equipment for installation or replacement must be listed on the FDEP's approved equipment list and have a corresponding EQ# regardless of tank size with the exception of: i. Dispensers, dispenser islands, nozzles, and hoses; ii. Monitoring well bailers; iii. Manhole and fill box covers; iv. Valves; v. Cathodic protection test stations; vi. Metallic bulk product piping; vii. Small diameter piping not in contact with soil, unless the piping extends over or into surface waters; and viii. Vent lines. 10. Parts Markup Parts purchased for equipment repairs shall be reimbursed at cost plus applicable mark-up. The vendor shall provide documentation with their invoice, of the cost for parts (i.e., invoices) for all items with the extended price of two hundred fifty dollars ($250.00) or more. Vendor must also have the ability to order and receive repair parts in a timely and effective manner. The Vendor shall provide written quotes for any specified work upon request from and County Department or Agency. 11. Protection of Property: The Vendor shall make necessary repairs in such a manner that does not damage property. In the event damage occurs to property by reason of any repairs or installations performed under this Contract, the Vendor shall replace or repair the same at no cost to the County. If damage caused by the Vendor has to be repaired or replaced by the County, the cost of such work shall be deducted from the monies due the Vendor. 12. Insurance: The Vendor, at its sole expense, shall provide insurance coverage's as identified in Exhibit 7. Providing and maintaining adequate insurance coverage is a material obligation of the Vendor. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-681- 6 6/14/2016 16.C.2. 13. Discharges of Product and Wastes from the Storage Tank: In the event a discharge is deemed to have been caused by the vendor while working on the storage tank system, the vendor shall immediately notify the County by phone call and a follow up email / fax detailing the discharge event's time/date, cause, amount discharged, impacted areas and environmental media contaminated (i.e. groundwater, surface water, soils). The vendor is responsible for the abatement, remediation and disposal of waste related to the discharge and must hold insurance of no less than 1 million dollars per incident for the remediation of the discharge and third party liability. All discharge cleanup work must be compliant with 62-780, F.A.C. & 62-777, F.A.C. 14. Clean-Up: The Vendors shall be responsible for removing all debris from the site and cleaning affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's representative, shall remove such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work (i.e. backfill trenches and replace sod). 15. Warranty/Guarantee: Parts, replacement parts shall be new and warranted for ninety (90) days unless a longer period is specified by the manufacturer. All labor for repairs shall have a ninety (90)day warranty. 16. Compliance: All work must be compliant with 62-761, F.A.C.; 62-762, F.A.C.; NFPA 30, 30A, and all other NFPA codes as applicable; PEI standards, API standards, STI standards; UL standards; ASME standards; NLPA standards; and ACI standards as applicable. 17. Unsatisfactory Work: In the event the work performance of the Vendor is unsatisfactory, the Vendor will be notified by the County and be given seven (7) calendar days to correct the work. There will be no cost to the County for re-work or previously performed service by Vendor. 18.Vendor Rates: All rates quoted shall include the total labor cost including, but not limited to the hourly employee pay rate, insurance, vendor's overhead, profit, employee-related taxes, and any, and all costs associated with the employee travel including cost of vehicle, mileage, fuel charges and any other surcharges. 19. Invoices: The Vendor shall produce invoices that contain the following details regarding the services performed: i. Purchase order number ii. Location of service and any department reference number for the service, iii. By position: Identify position, number of work hours performed on site, labor rate and total cost, iv. Materials furnished: Description of each part used, vendor's cost of part, mark-up (either as a percentage or dollar) and total cost (the County may request the vendor's invoice from their supplier for any material used on the completion of a project), v. Equipment: Description of each piece of equipment used (including EQ#), vendor's cost of equipment and total cost (the County may request the vendor's invoice from their supplier for any equipment rented on the completion of a project) vi. Subcontractors: Description of service provided, number of hours, hourly rate per trade, vendor's mark-up and total cost, 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page-682- 7 6/14/2016 16.C.2. vii. If applicable, any deductions or discounts, and viii. Total cost to be paid by the County. 20. Responses to on-call repair and emergency work will be based on the following priority system: Priority 1 (Emergency) - The department will call for an emergency repair, which shall be followed up by a confirming fax / email to the Vendor by staff. The Vendor shall call the requesting department confirming receipt as soon as it is received. The Vendor shall be on- site and effecting repairs in two (2) hours or less. Priority 2 (On-Call Repair) -The department will call for a repair, which shall be followed up by a confirming fax / email to the Vendor from staff. The Vendor shall call the requesting department confirming receipt as soon as it is received. The Vendor shall be on-site and repairs begun within four(4) hours of the initial call being placed. Priority 3 (On-Call Repair) - The department will call for a repair, which shall be followed up by a confirming fax/email to staff. The Vendor shall call, email, or fax the requesting department confirming receipt of the fax/email within one (1) hour and on-site repairs begun within twenty four (24) hours of the initial repair call. This is for repairs that do not require immediate attention. Priority 4 (On-Call Repair) - The department will call the Vendor for repair, which shall be followed up by a confirming fax/email to the Vendor. The Vendor shall call, email, or fax the requesting department confirming receipt of the fax / email within one (1) hour and on-site repairs begun within seven (7) calendar days of the initial repair call. This is for repairs that can withstand a wait of several days. Hurricane and/or Natural Disaster Preparation Responses post hurricane / disaster will follow the priority system above. However, it may be deemed necessary to prepare for the approaching storm by isolating fueling components, draining lines, turning off valves, and anchoring equipment among other things. In such instance, the department will call the Vendor for assistance, which shall be followed up by a confirming fax / email to the Vendor. The Vendor shall call, email, or fax the requesting department confirming receipt of the fax / email within one (1) hour and on-site disaster preparation within one (1) calendar day of the initial request for assistance. Each confirming fax/ email will be sent to the vendor with a priority attached and a timetable. If a priority is not specified, the Vendor is responsible for obtaining a priority so that the work can be classified properly. A sample copy of the work request and timetable is attached below: 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-683- 8 6/14/2016 16.C.2. Sample Only Agreement 15-XXXX Fuel Tank Maintenance Request Date Issued: Request# Facility Name: Contact Person: Phone#: FAX#: Issued To(Vendor) Phone#: FAX#: Priority: Circle One - 12 3 4 Priority Definitions: 1. Priority 1 - Emergency, Vendor response within 2 hours of work request receipt. 2. Priority 2 -Vendor repair response within 4 hours of work request receipt. 3. Priority 3 -Vendor repair response within 24 hours of work request receipt. 4. Priority 4 -Vendor repair response within 7 calendar days of work request receipt. Problem 21. Inspection services: An option is available for the department to request inspection services for monthly fuel release detection checks. In the event the work is sub-contracted, the markup shall be no more than 15% and the vendor shall provide invoices from the sub-contractor to the vendor. Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements,and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however,should an error in calculations occur whenever unit pricing and price extensions are requested,the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page-684- 9 6/14/2016 16.C.2. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s) demonstrated by the lowest of line 23 of the Bid Schedule. Scenario#1: Material Cost$2,000.00 + markup+ (line 1) 8 hours x Certified Tech Hourly Rate+ (line 6) 8 hours Helper Hourly Rate + (line 7) 1 truck Day Trip Charge + (line 11) 1 Tank Tightness testing + (line 14) = Scenario#1 Total Dollars (line 23 If Bid cannot be awarded as noted herein, the Collier County Board of County Commissioners shall make an award that best suits the needs and is in the interest of Collier County. • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select multiple qualified vendors. • The contract will be in the form of a Collier County standard contract. Term of Contract The contract term, if an award(s) is/are made is intended to be for one (1) year with two (2) one (1)year renewal options. Prices shall remain firm for the initial term of this contract. Price adjustments are dependent upon the consumer price index (CPI) over the past twelve (12) months, budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice 12/8/2015 Last Date for Receipt of Written Questions 1/18/2016, 5:00PM Solicitation Deadline Date and Time 1/25/2016, 3:00PM Anticipated Evaluation of Submittals Week of 2/1/2016 Anticipated Board of County Commissioner's Contract February March Approval Date 2016 Vendor Required Documents • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirement 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-685- 10 6/14/2016 16.C.2. Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or "Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page -686- 11 6/14/2016 16.C.2. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department Online Bidding System website: www.collieroov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission For electronic submissions... All electronic bids shall be submitted online via the Collier County Purchasing Department Online Bidding System: www.colliergov.net/bid. For paper submissions... All paper bids shall be submitted to the County Procurement Director, Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one (1) paper copy clearly labeled "Master," and one (1) compact disk (CD's)with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-687- 12 6/14/2016 16.C.2. 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests Any prospective vendor / proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 15-6374R Maintenance,Repair,and Testing for Fuel Star Packet Page -688- 13 6/14/2016 16.C.2. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Purchasing Department shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. 15-6374R Maintenance,Repair,and Testing for Fuel Star Packet Page-689- 14 6/14/2016 16.C.2. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the"Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.qov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be 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 and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. General Information 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-690- 15 6/14/2016 16.C.2. When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 15-6374R Maintenance,Repair,and Testing for Fuel Star Packet Page -691- 16 6/14/2016 16.C.2. Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen (14)days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and/or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and/or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and/or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and/or services delivered hereunder shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and/or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non-conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-692- 17 6/14/2016 16.C.2. VENDOR further agrees that undiscovered VENDOR shall indemnify and hold harmless the delivery of nonconforming goods and/or services COUNTY from any and all claims, including is not a waiver of the COUNTY'S right to insist claims of negligence, costs and expenses, upon further compliance with all specifications. including but not limited to attorneys' fees, arising from, caused by or related to the injury or death 6. Changes of any person (including but not limited to The COUNTY may at any time and by written employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of or of this Purchase Order. Should any such change are incident to the goods and/or services to be increase or decrease the cost of, or the time provided hereunder. required for performance of the Purchase Order, an equitable adjustment in the price and/or 11. Warranty of Non-Infringement delivery schedule will be negotiated by the VENDOR represents and warrants that all goods COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute made within thirty (30) days from the date the unfair competition. change is ordered or within such additional period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the parties. COUNTY from and against any and all claims, including claims of negligence, costs and 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S specified by the COUNTY, and will be of representations and warranties in section 11 (a). satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, claim of any third party. These warranties shall procure for the COUNTY the right to continue survive inspection, acceptance, passage of title using the goods or services, or replace or modify and payment by the COUNTY. the goods or services so that they become non-infringing, (without any material degradation 8. Statutory Conformity in performance, quality, functionality or additional Goods and services provided pursuant to this cost to the COUNTY). Purchase Order, and their production and transportation shall conform to all applicable 12. Insurance Requirements laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide Health and Safety Act, the Federal commercial insurance of such type and with such Transportation Act and the Fair Labor Standards terms and limits as may be reasonably Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in COUNTY shall advertise the fact that it has the State of Florida. contracted with the COUNTY for goods and/or services, or appropriate or make use of the 13. Compliance with Laws COUNTY'S name or other identifying marks or In fulfilling the terms of this Purchase Order, property without the prior written consent of the VENDOR agrees that it will comply with all COUNTY'S Purchasing Department. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on 15-6374R Maintenance, Repair,and Testing for Fuel Storac Packet Page-693- 18 6/14/2016 16.C.2. the basis of race, religion, sex creed, national conditions of this Purchase Order, provided that origin, handicap, marital status, or veterans' COUNTY has provided VENDOR with notice of status. Further, VENDOR acknowledges and such breach and VENDOR has failed to cure without exception or stipulation shall be fully within 10 days of receipt of such notice. responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by regulations relating thereto, as either may be the laws of the State of Florida. The venue amended. Failure by the awarded firm(s) to for any action brought to specifically enforce comply with the laws referenced herein shall any of the terms and conditions of this constitute a breach of the award agreement and Purchase Order shall be the Twentieth the County shall have the discretion to Judicial Circuit in and for Collier County, unilaterally terminate said agreement Florida immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in be regarded by the COUNTY as a material and response to a breach of this Purchase Order substantial breach of the contract arising from by VENDOR shall not constitute a waiver of this Purchase Order. breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be 14. Force Majeure deemed a waiver of any subsequent default Neither the COUNTY nor VENDOR shall be by VENDOR. responsible for any delay or failure in c) All notices under this Purchase Order shall performance resulting from any cause beyond be sent to the respective addresses on the their control, including, but without limitation to face page by certified mail, return receipt war, strikes, civil disturbances and acts of nature. requested, by overnight courier service, or by When VENDOR has knowledge of any actual or personal delivery and will be deemed potential force majeure or other conditions which effective upon receipt. Postage, delivery and will delay or threatens to delay timely other charges shall be paid by the sender. A performance of this Purchase Order, VENDOR party may change its address for notice by shall immediately give notice thereof, including all written notice complying with the relevant information with respects to what steps requirements of this section. VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any goods and/or services to the COUNTY. travel expenses that may be associated with this Purchase Order in accordance with 15. Assignment Florida Statute Chapter 112.061, Per Diem VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, nor any money due or to become due without the employees and authorized persons. prior written consent of the COUNTY. Any e) In the event of any conflict between or assignment made without such consent shall be among the terms of any Contract Documents deemed void. related to this Purchase Order, the terms of the Contract Documents shall take 16. Taxes precedence over the terms of the Purchase Goods and services procured subject to this Order. To the extent any terms and /or Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate and use tax on real property, transient rental or overlap the Terms and Conditions of the property rented, tangible personal purchased or Contract Documents, the provisions of the rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most Chapter 212), and from federal excise tax. favorable to the County and/or provide the greatest protection to the County shall 17. Annual Appropriations govern. The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and 15-6374R Maintenance,Repair,and Testing for Fuel Storac Packet Page-694- 19 6/14/2016 16.C.2. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 5. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 6. Environmental Health and Safety All Vendors and Sub vendors 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. Vendors and Sub vendors 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. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page -695- 20 6/14/2016 16.C.2. 7. Florida Wood Products The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 8. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 9. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor 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. 10. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. 11. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County's project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page -696- 21 6/14/2016 16.C.2. 12. 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, the current Collier County Ethics Ordinance 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. 13. Invoice and Payments Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a�collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional—payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page -697- 22 6/14/2016 16.C.2. completion of contract. 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. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 14. Survivability Purchase Orders: The Consultant/ContractorNendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 15. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page -698- 23 6/14/2016 16.C.2. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 16. Collier County Information Technology Requirements All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Purchasing Department website: www.colliergov.net/purchasinq. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non-responsive. 17. Security and Background Checks 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-699- 24 6/14/2016 16.C.2. If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing 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. 18. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 19. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 20. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: • Required quantities of material. • Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable • Pricing and availability of goods and/or materials provided under Vendor's agreements with material suppliers 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page -700- 25 6/14/2016 16.C.2. 21. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 22. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site. The County reserves the right to request and obtain documentation of the Vendor's cost, and to withhold payments until documentation is provided. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. All equipment must be new and of current manufacture in production at the time of ITB opening, and carry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. 23. Storage Tank Installation and Closure Requirements The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 &403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. The contractor shall notify the Solid & Hazardous Waste Management Department(SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48 hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 24. 62-761.300 Applicability 1) General Requirements: a) Underground storage tank systems: The requirements of this Chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of UST systems with individual storage tank capacities greater than110 gallons that contain or contained: i) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 ii) Pollutants or hazardous substances after December 10, 1990; or iii) Regulated substances in unmaintained storage tank systems. 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page -701- 26 6/14/2016 16.C.2. b) This rule is applicable to non-residential facilities. Under 40 C.F.R. 280, residential tanks greater than 1100 gallons containing motor fuels are subject to Federal UST rules (advisory information only-not required by this Chapter). 25. 62-762.301, F.A.C. Applicability 1) General Requirements: a) Aboveground storage tank systems: The requirements of this chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of aboveground stationary storage tank systems with individual storage tank capacities greater than 550 gallons that contain or contained: Vehicular fuel, subject to Chapter 17- 61, F.A.C., after May 21, 1984 (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984; (2) Pollutants after March 12, 1991; or (3) Pollutants in unmaintained storage tank systems. b) Aboveground compression vessels and hazardous substance storage tank systems: Owners and operators of compression vessels and hazardous substance storage tanks with capacities of greater than 110 gallons containing hazardous substances are only required to comply with subsections 62-762.401(1)-(2), F.A.C. c) Aboveground mineral acid storage tank systems: Owners and operators of facilities, or owners and operators of aboveground mineral acid storage tank systems with capacities of greater than 110 gallons containing mineral acids are only required to comply with Rule 62- 762.891, F.A.C. 26. Definitions 62-761.200(11) and 62-762.201(16), F.A.C.: "County" means a locally administered program under contract with the Department to perform compliance verification activities at facilities with storage tank systems. 62-761.200(48) and 62-762.201(62), F.A.C.: "Pollutants" includes any "product" as defined in Section 377.19(11), F.S., pesticides, ammonia, chlorine and derivatives thereof, excluding liquefied petroleum gas. 62-761.200(51) and 62-762.201(65), F.A.C.: "Product' as defined in Section 377.19(11), F.S., means any commodity made from oil or gas and includes refined crude oil, crude tops, topped crude, processed crude petroleum, residue from crude petroleum, cracking stock, uncracked fuel oil, fuel oil, treated crude oil, residuum, gas oil, casing head gasoline, natural gas gasoline, naphtha, distillate, condensate, gasoline, used oil, kerosene, benzene, wash oil, blended gasoline, lubricating oil, blends or mixtures of oil with one or more liquid products or byproducts derived from oil or gas, and blends or mixtures of two or more liquid products or byproducts derived from oil or gas, whether hereinabove enumerated or not. 62-761(73) and 62-762(84), F.A.C.: "Vehicular fuel" means a petroleum product used to fuel motor vehicles, including aircraft, watercraft and vehicles used on and off roads and rails. 27. The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: a. Lump Sum (Fixed Price): a firm fixed total price offering, inclusive of all labor and material costs required for a project; the risks are transferred from the County to the contractor even if unforeseen conditions are discovered; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contracted, and invoiced, amount is authorized. 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page -702- 27 6/14/2016 16.C.2. b. Time and Materials: the County agrees to pay the contractor for the actual 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 allowed mark up). Invoices must demonstrate contractor and subcontractor hours. Invoices for materials (greater than $500) and/or equipment (greater than $500) used in the completion of the project must be presented to the County prior to final payment. Invoices for materials and/or equipment up to $500 may be labeled "miscellaneous supplies or equipment" and will not need to be presented during the payment process. c. Unit Price: A firm total fixed price 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 procured (no contractor inventory or cost verification required). 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-703- 28 6/14/2016 16.C.2. CAT County Administrative Services Department Procurement Services Division Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: 15-6374R Maintenance,Repair,and Testing for Fuel Stogy Packet Page -704- 29 6/14/2016 16.C.2. Goiter County Administrative Services Department Procurement Services Division Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks • Opening Date: Tuesday, January 7, 2016 at 3:00PM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature &Title Date 15-6374R Maintenance, Repair,and Testing for Fuel Stor Packet Page -705- 30 6/14/2016 16.C.2. Colter County Administrative Services Department Procurement Services Division Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: ***SEE FOLLOWING PAGES Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days [' Bid Response Form is electronic. Please input your prices online. ❑ Bid Response is as follows: Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-706- 31 6/14/2016 16.C.2. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number CCR#or CAGE Code Telephone Number FAX Number Signature/Title Type Name of Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page -707- 32 6/14/2016 16.C.2. Cofer County Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal- Local Vendor Preference Affidavit Solicitation: 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ['Collier County or❑ Lee County: Number of Employees(Including Owner(s)or Corporate Officers): Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s)or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public,for the above State and County, on this Day of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) 15-6374R Maintenance,Repair,and Testing for Fuel Stor Packet Page-708- 33 6/14/2016 16.C.2. CIL County Administrative Services Department Procurement Services Division Attachment 5:Vendor Submittal—Immigration Affidavit Solicitation: 15-6374R Maintenance, Repair, and Testing for Fuel Storage Tanks This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP)submittals. Further, Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of ,20_,by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 15-6374R Maintenance,Repair,and Testing for Fuel Storage Tanks 34 Packet Page -709- Co ler County 6/14/2016 16.C.2. Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address • City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation,P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 15-6374R Maintenance, Repair,and Testing for Fuel Storage Tanks 35 Packet Page-710- 6/14/2016 16.C.2. Co ler County Administrative Services Department Procurement Services Division Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance(Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000.000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. • Contractor's Pollution Liability • Contractor's Professional Liability Limits: • $1,000,000 each occurrence • $2,000,000 aggregate 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant 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/Vendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury&Property Damage, Owned/Non-owned/Hired;Automobile Included 5. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per claim and in the aggregate 15-6374R Maintenance,Repair,and Testing for Fuel Storage Packet Page -711- 36 6/14/2016 16.C.2. • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate [' Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. El Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders'surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty(30) Days Cancellation Notice required. GG for Jeff Walker 11/19/2015 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5)days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 15-6374R Maintenance, Repair,and Testing for Fuel Storage Packet Page-712- 37 6/14/2016 16.0.2. AGREEMENT15-6374R for Maintenance, Repair, and Testing for Fuel Storage Tank Systems THIS AGREEMENT is made and entered into this day of , 2016, 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 Adams Tank & Lift, Inc., authorized to do business in the State of Florida, whose business address is 17464 East Street NE, North Fort Myers, Florida 33917 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. TERM AND COMMENCEMENT. The Agreement shall be for a one (1) year period, commencing upon Board approval and terminating one (1) year after, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. This Agreement shall have two (2) additional, one (1) year renewals, renewable annually. The Contractor shall commence the Work upon issuance of a Purchase Order. 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 Board of County Commissioners deemed three (3) firms to be qualified and awarded an Agreement to each firm. Each awardee will enter into an Agreement to provide complete services for Maintenance, Repair, and Testing for Fuel Storage Tank Systems on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of Invitation to Bid (ITB) #15-6374R and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. 2.1 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 and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Any County Agency may utilize the services offered under this Agreement, provided sufficient funds are included in the budget(s). 2.2 The procedure for obtaining Work under this Agreement is as follows: Although the primary user of this Agreement is the Solid and Hazardous Waste Management Division, any County Division may use this Agreement provided sufficient funds are included in its budget. The process for obtaining services under this Agreement is as follows: i. New Work: The Contractor shall provide written "not to exceed" estimates on all projects that are not deemed to be emergencies and on-call repairs. This estimate shall include the Page 1 of 16 Agreement#15-6374R Packet Page -713- Adams Tank&Lift,inc. 6/14/2016 16.C.2. estimated number of hours, hourly rate, number and types of employees required, estimated material cost and number of calendar days required for project completion. Contractor shall respond to requests for estimates for non-emergency work within two (2) days and provide written estimates within five (5) days. It shall be the Contractor's responsibility to ensure they have all information to prepare accurate estimates. ii. Quote Process: The Contractor agrees to provide written quotes to the division. Further, the Contractor shall not charge the division for the cost of the quote, meetings pertaining to the quotes, or on-site visits to obtain the quotes. a. For work estimated to be less than $50,000: the division may quote out the work among all contractors on contract, or competitively solicit for new quotes. b. For work estimated to be greater than $50,000 and less than $200,000: the division may quote out work among the contractors on contract, or, may conduct a separate new solicitation. c. In no case may a single repair or new installation job exceed $200,000 for work resulting from this ITB. Quotes shall be provided to the division contact in the following timeframe: a. Division Emergency Orders: The Contractor(s) shall provide the quote within one (1) hour. Contractor(s) who do not provide written quotes within one (1) business hour shall be declared as having provided a "no-bid" response to the County. b. Division On Call Repairs/Typical/Project Work: The Contractor(s) shall provide written quotes within ten (10) business days from the County's request. Contractor(s) who do not provide written quotes within ten (10) business days shall be declared as having provided a "no bid" response to the County. iii. Award: The user division will then authorize the Work, provided that there has been a Purchase Order established for the Work or a blanket Purchase Order. In each description of Work, the Owner reserves the right to specify: the period of completion; and collection of liquidated damages in the event of late completion. 2.3 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project Manager or his designee, in compliance with the County's Procurement Ordinance, as amended, and Procedures in effect at the time such services are authorized. 3. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of time and materials Work pursuant to the prices offered by the Contractor in his response to ITB # 15-6374R per Exhibit B "Price Schedule," attached hereto, and as further defined in Section 3.1. Page 2 of 16 Agreement#15-6374R Packet Page-714- Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 3.1 Price Methodolocgv: 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 mark up). 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 not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. The Contractor shall provide documentation with their invoice, of the cost for parts (i.e., invoices) for all items with the extended price of two hundred fifty dollars ($250.00) or more. 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: Adams Tank& Lift, Inc. 17464 East Street NE North Fort Myers, Florida 33917 Phone: 239-731-6766; Fax: 239-731-6378 Attn: Donald Janusz, Service Manager 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 Procurement Services Division 3327 East Tamiami Trail Naples, Florida 34112 Attention: Joanne Markiewicz Director, Procurement Services Division 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 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. Page 3 of 16 Agreement#15-6374R Packet Page -715- Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 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. 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 the Work 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$1,000,000 for each accident. Page 4 of 16 • Packet Page-716 Agreement#15-6374R Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 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. 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 Contractor is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. D. Additional Insurance. Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 Aggregate, for Contractor's Pollution Liability and Contractor's Professional Liability. 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) 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 Agreement Amount; (e) reasonable indication that the Work will not be completed within the Agreement Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. Page 5of16 A Agreement#15-6374R Packet Page-717- Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 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. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 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 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's Procurement Ordinance, as amended and Procurement Procedures in effect at the time such modifications are authorized. 15.ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in accordance with the Procurement Ordinance, as amended, and Procurement Procedures. 16.COMPLIANCE WITH LAWS. The 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 in F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law, to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or Page 6 of 16 C Agreement#15-6374R Packet Page -718- O Adams Tank&lift,Inc. 6/14/2016 16.C.2. copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 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.ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 20.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 Owner 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. Page 7 of 16 A Agreement#15-6374R Packet Page-719- C Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 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 Owner. 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 Owner is entitled as a matter of law. 21.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. 22.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. 23.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. 24.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. Page 8 of 16 Agreement#15-6374R Packet Page -720- 0 Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 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 Agreement Amount or an extension to the Agreement Time. 25.AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid and Hazardous Waste Management Division. 26.COMPONENT PARTS OF THIS AGREEMENT. This Agreement 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 #15-6374R any addenda, Exhibit A —Scope of Work, Exhibit B — Price Schedule and subsequent quotes, made or issued pursuant to this Agreement. 27.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. 28.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. 29.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. 30.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. 31.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. Page 9of 16 Agreement#15-6374R Packet Page-721- (1) Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 32.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 Agreement to other governmental entities at the discretion of the successful proposer. 33.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. 34.SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. 35.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. 36.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/division 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. Page 10 of 16 Agreement#15-6374R Packet Page-722- Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 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, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Donna Fiala, Chairman Dated: (Seal) Adams Tank & Lift, Inc. Contractor By: First Witness Signature Type/Print Witness Name Typed Signature Second Witness Title Type/Print Witness Name Approved as to Form and Legality: Assistant County Attorney Page 11of16 Agreement#15-6374R Packet Page -723- Adams Tank&Lift,Inc. 6/14/2016 16.C.2. Exhibit A— Scope of Work Background The storage tank systems owned by the County containing hazardous materials and petroleum products require routine maintenance and testing as well as unexpected repairs on a routine basis. Much of this work is mandated in the National Fire Prevention Association Codes (NFPA) and Florida Administrative Codes (F.A.C.). The County expects to require services for testing, maintenance, and repairs for the storage tanks that it owns. County divisions, including, but not limited to Facilities Management, Parks & Recreation, Fleet Management, Water, Wastewater, Sherriffs Office, and the Airport Authority, have historically required emergency & routine equipment repair/replacement, testing and maintenance to their approximately 300 county storage tanks/systems in order to be compliant with applicable regulations or to avoid the probability of a discharge. Detailed Scope of Work The Contractor shall comply with the following General Requirements and County Division's specific requirements, including but not limited to: 1. Regular service shall be made available between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. All other hours shall be considered overtime and charged at the appropriate rate of time and .one half. Work completed on County recognized holidays, Saturday and Sunday shall also be considered at the overtime rate of time and one half. 2. The Contractor may be required to do emergency repairs at times other than normal working hours. The Contractor shall be in a position to be available on a twenty-four (24) hour basis, three hundred sixty-five (365) days per year for such emergency work. 3. The Contractor shall supply the County with an emergency on-call telephone number and the same (or different telephone number) for routine repairs/new installation. 4. Licenses & Certifications: The Contractor shall possess and maintain throughout the term of the contract period and any renewal periods, employee(s) holding a Pollutant Storage System Contractors (PSSC) license; employee(s) Veeder Root, Omntec, Incon/Franklin, Pnuemercator, and OPW tank monitoring systems certified for installation, testing & repair; and employee(s) holding an RQ license. The Contractor shall provide personnel currently certified by the manufacturer for the equipment being installed or maintained as dictated applicable in the installation or operation & maintenance manual for said equipment. When required, due to the type of work being conducted, the Contractor shall insure the holder of the PSSC, Registered Precision Tank Tester (RQ) and tank monitoring system certification be present, supervise or performing the work as applicable. The Contractor shall hold the correct occupational licenses, all professional licenses or other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Laws, Statute, Ordinances, and rules and regulations of any kind. The Contractor shall be licensed to operate within Collier County. 5. Safety: Contractor and subcontractors shall comply with all Occupational Safety and Health Administration (OSHA), National Electric Code (NEC), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Contractors and subcontractors Page 12 of 16 11 Packet Page -724- 0 Adam #15-6374Rment Tank&Lift,Inc. 6/14/2016 16.C.2. 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. 6. Equipment: Contractor shall own and have in good repair, or have the ability to rent all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks. 7. Parts / New Storage Tank Equipment: The purchased petroleum equipment for installation or replacement must be listed on the FDEP's approved equipment list and have a corresponding EQ# regardless of tank size with the exception of: i. Dispensers, dispenser islands, nozzles, and hoses; ii. Monitoring well bailers; iii. Manhole and fill box covers; iv. Valves; v. Cathodic protection test stations; vi. Metallic bulk product piping; vii. Small diameter piping not in contact with soil, unless the piping extends over or into surface waters; and viii. Vent lines. 8. Parts Markup Parts purchased for equipment repairs shall be reimbursed at cost plus applicable mark-up. The Contractor shall provide documentation with their invoice, of the cost for parts (i.e., invoices) for all items with the extended price of two hundred fifty dollars ($250.00) or more. Contractor must also have the ability to order and receive repair parts in a timely and effective manner. 9. Protection of Property: The Contractor shall make necessary repairs in such a manner that does not damage property. In the event damage occurs to property by reason of any repairs or installations performed under this Contract, the Contractor shall replace or repair the same at no cost to the County. If damage caused by the Contractor has to be repaired or replaced by the County, the cost of such work shall be deducted from the monies due the Contractor. 10.Discharges of Product and Wastes from the Storage Tank: In the event a discharge is deemed to have been caused by the Contractor while working on the storage tank system, the Contractor shall immediately notify the County by phone call and a follow up email / fax detailing the discharge event's time/date, cause, amount discharged, impacted areas and environmental media contaminated (i.e. groundwater, surface water, soils). The Contractor is responsible for the abatement, remediation and disposal of waste related to the discharge and must hold insurance of no less than 1 million dollars per incident for the remediation of the discharge and third party liability. All discharge cleanup work must be compliant with 62-780, F.A.C. &62-777, F.A.C. 11.Clean-Up: The Contractors shall be responsible for removing all debris from the site and cleaning affected areas. Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's representative, shall remove such debris and materials from the property. The Contractor shall leave all affected areas as they were prior to beginning work (i.e. backfill trenches and replace sod). Page 13 of 16 Agreement#15-6374R Packet Page-725- Adams Tank&Lift,Inc. 6/14/2016 16.C.2. 12.Warranty/Guarantee: Parts, replacement parts shall be new and warranted for ninety (90) days unless a longer period is specified by the manufacturer. All labor for repairs shall have a ninety (90) day warranty. 13.Compliance: All work must be compliant with 62-761, F.A.C.; 62-762, F.A.C.; NFPA 30, 30A, and all other NFPA codes as applicable; PEI standards, API standards, STI standards; UL standards; ASME standards; NLPA standards; and ACI standards as applicable. 14.Unsatisfactory Work: In the event the work performance of the Contractor is unsatisfactory, the Contractor will be notified by the County and be given seven (7) calendar days to correct the work. There will be no cost to the County for re-work or previously performed service by Contractor. 15.Contractor Rates: All rates quoted shall include the total labor cost including, but not limited to the hourly employee pay rate, insurance, Contractor's overhead, profit, employee-related taxes, and any, and all costs associated with the employee travel including cost of vehicle, mileage, fuel charges and any other surcharges. 16.Invoices: The Contractor shall produce invoices that contain the following details regarding the services performed: i. Purchase order number ii. Location of service and any department reference number for the service, iii. By position: Identify position, number of work hours performed on site, labor rate and total cost, iv. Materials furnished: Description of each part used, Contractor's cost of part, mark-up (either as a percentage or dollar) and total cost (the County may request the Contractor's invoice from their supplier for any material used on the completion of a project), v. Equipment: Description of each piece of equipment used (including EQ#), Contractor's cost of equipment and total cost (the County may request the Contractor's invoice from their supplier for any equipment rented on the completion of a project) vi. Subcontractors: Description of service provided, number of hours, hourly rate per trade, Contractor's mark-up and total cost, vii. If applicable, any deductions or discounts, and viii. Total cost to be paid by the County. 17.Staff will follow the Quote Process as outlined in Section 2.2(ii) in the Agreement and Contractor's response to on-call repairs/typical/project work ("on-call repair") and emergency work will be based on the following priority system: Priority 1 (Emergency) - The division will call for an emergency repair, which shall be followed- up by a confirming fax / email to the Contractor by staff. The Contractor shall call the requesting division confirming receipt as soon as it is received. The Contractor shall be on-site and effecting repairs in two (2) hours or less. Priority 2 (Emergency On-Call Repair) - The division will call for a repair, which shall be followed up by a confirming fax/email to the Contractor from staff. The Contractor shall call the requesting division confirming receipt as soon as it is received. The Contractor shall be on-site and repairs begun within four (4) hours of the initial call being placed. Page 14 of 16 Agreement#15-6374R Packet Page-726- �� Adams Tank&Lift,Inc. 6/14/2016 16.C.2. Priority 3 (On-Call Repair) - The division will call for a repair, which shall be followed up by a confirming fax / email to staff. The Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site repairs begun within twenty four (24) hours of the initial repair call. This is for repairs that do not require immediate attention. Priority 4 (On-Call Repair) - The division will call the Contractor for repair, which shall be followed up by a confirming fax / email to the Contractor. The Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site repairs begun within seven (7) calendar days of the initial repair call. This is for repairs that can withstand a wait of several days. Hurricane and/or Natural Disaster Preparation Responses post hurricane / disaster will follow the priority system above. However, it may be deemed necessary to prepare for the approaching storm by isolating fueling components, draining lines, turning off valves, and anchoring equipment among other things. In such instance, the division will call the Contractor for assistance, which shall be followed up by a confirming fax / email to the Contractor. The Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site disaster preparation within one (1) calendar day of the initial request for assistance. Each confirming fax/ email will be sent to the Contractor with a priority attached and a timetable. If a priority is not specified, the Contractor is responsible for obtaining a priority so that the work can be classified properly.• A sample copy of the work request and timetable is attached below: Sample Only Agreemen#15 6374R Fuel Tank Maintenance Request _., Service Request Date Issued: Request# Facility Name: Contact Person: Phone#: FAX#: Issued To (Contractor) Phone#: FAX#: Priority: Circle One- 1 2 3 4 Priority Definitions: 1. Priority 1 - Emergency, Contractor response within 2 hours of work request receipt. 2. Priority 2 - Contractor repair response within 4 hours of work request receipt. 3. Priority 3 - Contractor repair response within 24 hours of work request receipt. 4. Priority 4 - Contractor repair response within 7 calendar days of work request receipt. Problem 18.Inspection services: An option is available for the division to request inspection services for monthly fuel release detection checks. In the event the work is sub-contracted, the markup shall be as stated in Exhibit B — Price Schedule, and the Contractor shall provide invoices from the sub- contractor to the Contractor. Page 15 of 16 Agreement#15-6374R Packet Page -727- Adams Tank&Lift,Inc. 6/14/2016 16.C.2. Exhibit B — Price Schedule Item Description; cF 1 Material % Markup 20% 2 Sub-contractor% Markup 15% 3 Hire of Equipment % Markup 15% 4 Foreman per Hour(straight time) $65.00 5 Certificated Technician per Hour(straight time) $67.50 6 Helper per Hour(straight time) $55.00 7 General Laborer per Hour(straight time) $55.00 8 Administrative support per hour(straight time) $75.00 9 Trip Charge- per call per vehicle $75.00 10 Operability testing of release detection devices (certification for Veeder Root $300.00 required for Veeder Root equipment being tested) 11 Line leak detector testing $90.00 12 Tank tightness testing (primary compartment) $400.00 13 Piping tightness testing (primary compartment) $150.00 14 Breach of Integrity testing (BOI) (tank interstice) $400.00 15 Breach of Integrity testing (BOI) (piping interstice) $150.00 16 Hydrostatic testing of containment sumps (spcontainment, dispensers, & $100.00 submersible turbine pumps) 17 Inert gas testing material ex. Nitrogen (per Ib) $2.50 18 Calibration of dispensers for fuel sales (per meter) $49.50 19 Fuel polishing (per gal) $0.72 **Priority 1 and 2 emergency repairs are considered overtime and may be charged at the appropriate rate of time and one half. Page 16 of 16 ��9 Agreement#15-6374R Packet Page -728- « Adams Tank&Lift,Inc. 6/14/2016 16.C.2. AGREEMENTI5-6374R for Maintenance, Repair, and Testing for Fuel Storage Tank Systems THIS AGREEMENT is made and entered into this day of , 2016, 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 Guardian Fueling Technologies, LLC, authorized to do business in the State of Florida, whose business address is 12065 Metro Parkway, Suite 100, Fort Myers, Florida 33966 (hereinafter referred to as the"Contractor"). WITNESSETH: 1. TERM AND COMMENCEMENT. The Agreement shall be for a one (1) year period, commencing upon Board approval and terminating one (1) year after, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. This Agreement shall have two (2) additional, one (1) year renewals, renewable annually. The Contractor shall commence the Work upon issuance of a Purchase Order. 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 Board of County Commissioners deemed three (3) firms to be qualified and awarded an Agreement to each firm. Each awardee will enter into an Agreement to provide complete services for Maintenance, Repair, and Testing for Fuel Storage Tank Systems on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of Invitation to Bid (ITB) #15-6374R and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. 2.1 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 and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Any County Agency may utilize the services offered under this Agreement, provided sufficient funds are included in the budget(s). 2.2 The procedure for obtaining Work under this Agreement is as follows: Although the primary user of this Agreement is the Solid and Hazardous Waste Management Division, any County Division may use this Agreement provided sufficient funds are included in its budget. The process for obtaining services under this Agreement is as follows: I. New Work: The Contractor shall provide written "not to exceed" estimates on all projects that are not deemed to be emergencies and on-call repairs. This estimate shall include the Page 1 of 16 Agreement#15-6374R Packet Page-729- �'yQ Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. estimated number of hours, hourly rate, number and types of employees required, estimated material cost and number of calendar days required for project completion. Contractor shall respond to requests for estimates for non-emergency work within two (2) days and provide written estimates within five (5) days. It shall be the Contractor's responsibility to ensure they have all information to prepare accurate estimates. i. Quote Process: The Contractor agrees to provide written quotes to the division. Further, the Contractor shall not charge the division for the cost of the quote, meetings pertaining to the quotes, or on-site visits to obtain the quotes. a. For work estimated to be less than $50,000: the division may quote out the work among all contractors on contract, or competitively solicit for new quotes. b. For work estimated to be greater than $50,000 and less than $200,000: the division may quote out work among the contractors on contract, or, may conduct a separate new solicitation. c. In no case may a single repair or new installation job exceed $200,000 for work resulting from this ITB. Quotes shall be provided to the division contact in the following timeframe: a. Division Emergency Orders: The Contractor(s) shall provide the quote within one (1) hour. Contractor(s) who do not provide written quotes within one (1) business hour shall be declared as having provided a "no-bid" response to the County. b. Division On Call Repairs/Typical/Project Work: The Contractor(s) shall provide written quotes within ten (10) business days from the County's request. Contractor(s) who do not provide written quotes within ten (10) business days shall be declared as having provided a "no bid" response to the County. iii. Award: The user division will then authorize the Work, provided that there has been a Purchase Order established for the Work or a blanket Purchase Order. In each description of Work, the Owner reserves the right to specify: the period of completion; and collection of liquidated damages in the event of late completion. 2.3 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project Manager or his designee, in compliance with the County's Procurement Ordinance, as amended, and Procedures in effect at the time such services are authorized. 3. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of time and materials Work pursuant to the prices offered by the Contractor in his response to ITB # 15-6374R per Exhibit B "Price Schedule," attached hereto, and as further defined in Section 3.1. Page 2 of 16 Agreement#15-6374R Packet Page -730- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 3.1 Price Methodology: 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 mark up). 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 not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. The Contractor shall provide documentation with their invoice, of the cost for parts (i.e., invoices) for all items with the extended price of two hundred fifty dollars ($250.00) or more. 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: Guardian Fueling Technologies, LLC 12065 Metro Parkway, Suite 100 Fort Myers, Florida 33966 Phone: 904-680-0850; Fax: 904-680-0853 Attn: James Latronica, Service Manager Southwest Florida 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 Procurement Services Division 3327 East Tamiami Trail Naples, Florida 34112 Attention: Joanne Markiewicz Director, Procurement Services Division 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 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 Page 3 of 16 Agreement#15-63748 Packet Page-731- l Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 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. 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 the Work 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$1,000,000 for each accident. Page 4 of 16 Agreement#15-6374R Packet Page -732- i Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 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. 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 Contractor is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. D. Additional Insurance. Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 Aggregate, for Contractor's Pollution Liability and Contractor's Professional Liability. 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) 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 Agreement Amount; (e) reasonable indication that the Work will not be completed within the Agreement Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. Page 5 of 16 Agreement#15-6374R Packet Page -733- el Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 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. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 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 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's Procurement Ordinance, as amended and Procurement Procedures in effect at the time such modifications are authorized. 15.ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in accordance with the Procurement Ordinance, as amended, and Procurement Procedures. 16.COMPLIANCE WITH LAWS. The 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 in F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law, to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or Page 6 of 16 Agreement#15-6374R Packet Page-734- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 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.ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 20.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 Owner 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. Page 7 of 16 Agreement#15-6374R Packet Page-735- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 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 Owner. 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 Owner is entitled as a matter of law. 21.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. 22.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. 23.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. 24.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. Page 8 of 16 • Agreement#15-6374R Packet Page-736- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 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 Agreement Amount or an extension to the Agreement Time. 25.AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid and Hazardous Waste Management Division. 26.COMPONENT PARTS OF THIS AGREEMENT. This Agreement 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 #15-6374R any addenda, Exhibit A —Scope of Work, Exhibit B- Price Schedule, and subsequent quotes, made or issued pursuant to this Agreement. 27.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. 28.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. 29.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. 30.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. 31.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. Page 9 of 16 Agreement#15-6374R Packet Page -737- O Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 32.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 Agreement to other governmental entities at the discretion of the successful proposer. 33.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. 34.SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. 35.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. 36.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/division 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. Page 10 of 16 Agreement#15-6374R Packet Page-738- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 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, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Donna Fiala, Chairman Dated: (Seal) Guardian Fueling Technologies, LLC Contractor By: First Witness Signature Type/Print Witness Name Typed Signature Second Witness Title Type/Print Witness Name Approved as to Form and Legality: Assistant County Attorney (;7;4 Page 11 of 16 (� Agreement#15-6374R Packet Page -739- �O Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. Exhibit A—Scope of Work Background The storage tank systems owned by the County containing hazardous materials and petroleum products require routine maintenance and testing as well as unexpected repairs on a routine basis. Much of this work is mandated in the National Fire Prevention Association Codes (NFPA) and Florida Administrative Codes (F.A.C.). The County expects to require services for testing, maintenance, and repairs for the storage tanks that it owns. County divisions, including, but not limited to Facilities Management, Parks & Recreation, Fleet Management, Water, Wastewater, Sherriffs Office, and the Airport Authority, have historically required emergency & routine equipment repair/replacement, testing and maintenance to their approximately 300 county storage tanks/systems in order to be compliant with applicable regulations or to avoid the probability of a discharge. Detailed Scope of Work The Contractor shall comply with the following General Requirements and County Division's specific requirements, including but not limited to: 1. Regular service shall be made available between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. All other hours shall be considered overtime and charged at the appropriate rate of time and one half. Work completed on County recognized holidays, Saturday and Sunday shall also be considered at the overtime rate of time and one half. 2. The Contractor may be required to do emergency repairs at times other than normal working hours. The Contractor shall be in a position to be available on a twenty-four (24) hour basis, three hundred sixty-five (365) days per year for such emergency work. 3. The Contractor shall supply the County with an emergency on-call telephone number and the same (or different telephone number) for routine repairs/new installation. 4. Licenses & Certifications: The Contractor shall possess and maintain throughout the term of the contract period and any renewal periods, employee(s) holding a Pollutant Storage System Contractors (PSSC) license; employee(s) Veeder Root, Omntec, Incon/Franklin, Pnuemercator, and OPW tank monitoring systems certified for installation, testing & repair; and employee(s) holding an RQ license. The Contractor shall provide personnel currently certified by the manufacturer for the equipment being installed or maintained as dictated applicable in the installation or operation & maintenance manual for said equipment. When required, due to the type of work being conducted, the Contractor shall insure the holder of the PSSC, Registered Precision Tank Tester (RQ) and tank monitoring system certification be present, supervise or performing the work as applicable. The Contractor shall hold the correct occupational licenses, all professional licenses or other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Laws, Statute, Ordinances, and rules and regulations of any kind. The Contractor shall be licensed to operate within Collier County. 5. Safety: Contractor and subcontractors shall comply with all Occupational Safety and Health Administration (OSHA), National Electric Code (NEC), State and County Safety and Occupational Page 12 of 16 Agreement#15-6374R Packet Page -740- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. Health Standards and any other applicable rules and regulations. 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. 6. Equipment: Contractor shall own and have in good repair, or have the ability to rent all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks. 7. Parts / New Storage Tank Equipment: The purchased petroleum equipment for installation or replacement must be listed on the FDEP's approved equipment list and have a corresponding EQ# regardless of tank size with the exception of: i. Dispensers, dispenser islands, nozzles, and hoses; ii. Monitoring well bailers; iii. Manhole and fill box covers; iv. Valves; v. Cathodic protection test stations; vi. Metallic bulk product piping; vii. Small diameter piping not in contact with soil, unless the piping extends over or into surface waters; and viii. Vent lines. 8. Parts Markup Parts purchased for equipment repairs shall be reimbursed at cost plus applicable mark-up. The Contractor shall provide documentation with their invoice, of the cost for parts (i.e., invoices) for all items with the extended price of two hundred fifty dollars ($250.00) or more. Contractor must also have the ability to order and receive repair parts in a timely and effective manner. 9. Protection of Property: The Contractor shall make necessary repairs in such a manner that does not damage property. In the event damage occurs to property by reason of any repairs or installations performed under this Contract, the Contractor shall replace or repair the same at no cost to the County. If damage caused by the Contractor has to be repaired or replaced by the County, the cost of such work shall be deducted from the monies due the Contractor. 10.Discharges of Product and Wastes from the Storaqe Tank: In the event a discharge is deemed to have been caused by the Contractor while working on the storage tank system, the Contractor shall immediately notify the County by phone call and a follow up email / fax detailing the discharge event's time/date, cause, amount discharged, impacted areas and environmental media contaminated (i.e. groundwater, surface water, soils). The Contractor is responsible for the abatement, remediation and disposal of waste related to the discharge and must hold insurance of no less than 1 million dollars per incident for the remediation of the discharge and third party liability. All discharge cleanup work must be compliant with 62-780, F.A.C. &62-777, F.A.C. 11.Clean-Up: The Contractors shall be responsible for removing all debris from the site and cleaning affected areas. Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's representative, shall remove such debris and materials from the property. The Contractor shall leave all affected areas as they were prior to beginning work (i.e. backfill trenches and replace sod). Page 13 of 16 Agreement#15-6374R Packet Page-741- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. 12.Warranty/Guarantee: Parts, replacement parts shall be new and warranted for ninety (90) days unless a longer period is specified by the manufacturer. All labor for repairs shall have a ninety (90) day warranty. 13.Compliance: All work must be compliant with 62-761, F.A.C.; 62-762, F.A.C.; NFPA 30, 30A, and all other NFPA codes as applicable; PEI standards, API standards, STI standards; UL standards; ASME standards; NLPA standards; and ACI standards as applicable. 14.Unsatisfactory Work: In the event the work performance of the Contractor is unsatisfactory, the Contractor will be notified by the County and be given seven (7) calendar days to correct the work. There will be no cost to the County for re-work or previously performed service by Contractor. 15.Contractor Rates: All rates quoted shall include the total labor cost including, but not limited to the hourly employee pay rate, insurance, Contractor's overhead, profit, employee-related taxes, and any, and all costs associated with the employee travel including cost of vehicle, mileage, fuel charges and any other surcharges. 16.Invoices: The Contractor shall produce invoices that contain the following details regarding the services performed: i. Purchase order number ii. Location of service and any department reference number for the service, iii. By position: Identify position, number of work hours performed on site, labor rate and total cost, iv. Materials furnished: Description of each part used, Contractor's cost of part, mark-up (either as a percentage or dollar) and total cost (the County may request the Contractor's invoice from their supplier for any material used on the completion of a project), v. Equipment: Description of each piece of equipment used (including EQ#), Contractor's cost of equipment and total cost (the County may request the Contractor's invoice from their supplier for any equipment rented on the completion of a project) vi. Subcontractors: Description of service provided, number of hours, hourly rate per trade, Contractor's mark-up and total cost, vii. If applicable, any deductions or discounts, and viii. Total cost to be paid by the County. 17.Staff will follow the Quote Process as outlined in Section 2.2(ii) in the Agreement and Contractor's response to on-call repairs/typical/project work ("on-call repair") and emergency work will be based on the following priority system: Priority 1 (Emergency) - The division will call for an emergency repair, which shall be followed up by a confirming fax / email to the Contractor by staff. The Contractor shall call the requesting division confirming receipt as soon as it is received. The Contractor shall be on-site and effecting repairs in two (2) hours or less. Priority 2 (Emergency On-Call Repair) - The division will call for a repair, which shall be followed up by a confirming fax /email to the Contractor from staff. The Contractor shall call the requesting division confirming receipt as soon as it is received. The Contractor shall be on-site and repairs begun within four (4) hours of the initial call being placed. Page 14 of 16 Agreement#15-6374R Packet Page-742- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. Priority 3 (On-Call Repair) - The division will call for a repair, which shall be followed up by a confirming fax / email to staff. The Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site repairs begun within twenty four (24) hours of the initial repair call. This is for repairs that do not require immediate attention. Priority 4 (On-Call Repair) - The division will call the Contractor for repair, which shall be followed up by a confirming fax / email to the Contractor. The•Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site repairs begun within seven (7) calendar days of the initial repair call. This is for repairs that can withstand a wait of several days. Hurricane and/or Natural Disaster Preparation Responses post hurricane / disaster will follow the priority system above. However, it may be deemed necessary to prepare for the approaching storm by isolating fueling components, draining lines, turning off valves, and anchoring equipment among other things. In such instance, the division will call the Contractor for assistance, which shall be followed up by a confirming fax / email to the Contractor. The Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site disaster preparation within one (1) calendar day of the initial request for assistance. Each confirming fax/email will be sent to the Contractor with a priority attached and a timetable. If a priority is not specified, the Contractor is responsible for obtaining a priority so that the work can be classified properly. A sample copy of the work request and timetable is attached below: Sample Only A greement�� �374R , Fuel Tank Maintenance Request E kl tE ,. ... Service_Request ; Date Issued: Request# Facility Name: Contact Person: Phone#: FAX#: Issued To (Contractor) Phone#: FAX#: Priority: Circle One- 1 2 3 4 Priority Definitions: 1. Priority 1 - Emergency, Contractor response within 2 hours of work request receipt. 2. Priority 2 - Contractor repair response within 4 hours of work request receipt. 3. Priority 3 - Contractor repair response within 24 hours of work request receipt. 4. Priority 4 - Contractor repair response within 7 calendar days of work request receipt. Problem 18.Inspection services: An option is available for the division to request inspection services for monthly fuel release detection checks. In the event the work is sub-contracted, the markup shall be as stated in Exhibit B — Price Schedule, and the Contractor shall provide invoices from the sub- contractor to the Contractor. Page 15 of 16 Agreement#15-6374R Packet Page -743- 4!) Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. Exhibit B —Price Schedule � a Uti y r ric Item ;Description �� g k 1 Material % Markup 25% 2 Sub-contractor% Markup 10% 3 Hire of Equipment % Markup 10% 4 Foreman per Hour(straight time) $60.00 5 Certificated Technician per Hour(straight time) $60.00 6 Helper per Hour(straight time) $55.00 7 General Laborer per Hour(straight time) $55.00 8 Administrative support per hour(straight time) $125.00 9 Trip Charge- per call per vehicle $65.00 10 Operability testing of release detection devices (certification for Veeder Root $175.00 required for Veeder Root equipment being tested) 11 Line leak detector testing $125.00 12 Tank tightness testing (primary compartment) $175.00 13 Piping tightness testing (primary compartment) $175.00 14 Breach of Integrity testing (BOI) (tank interstice) $175.00 15 Breach of Integrity testing (BOI) (piping interstice) $175.00 16 Hydrostatic testing of containment sumps (spcontainment, dispensers, & $325.00 submersible turbine pumps) 17 Inert gas testing material ex. Nitrogen (per Ib) $50.00/trip use 18 Calibration of dispensers for fuel sales (per meter) $10.00 19 Fuel polishing (per gal) $0.99 **Priority 1 and 2 emergency repairs are considered overtime and may be charged at the appropriate rate of time and one half. Page 16 of 16 (If) Agreement#15-6374R Packet Page -744- Guardian Fueling Technologies,LLC 6/14/2016 16.C.2. AGREEMENTI5-6374R for Maintenance, Repair, and Testing for Fuel Storage Tank Systems THIS AGREEMENT is made and entered into this day of , 2016, 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 Southern Tank and Pump Co. authorized to do business in the State of Florida, whose business address is 464 Pine Island Road, North Fort Myers, Florida 33903 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. TERM AND COMMENCEMENT. The Agreement shall be for a one (1) year period, commencing upon Board approval and terminating one (1) year after, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. This Agreement shall have two (2) additional, one (1) year renewals, renewable annually. The Contractor shall commence the Work upon issuance of a Purchase Order. 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 Board of County Commissioners deemed three (3) firms to be qualified and awarded an Agreement to each firm. Each awardee will enter into an Agreement to provide complete services for Maintenance, Repair, and Testing for Fuel Storage Tank Systems on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of Invitation to Bid (ITB) #15-6374R and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. 2.1 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 and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Any County Agency may utilize the services offered under this Agreement, provided sufficient funds are included in the budget(s). 2.2 The procedure for obtaining Work under this Agreement is as follows: Although the primary user of this Agreement is the Solid and Hazardous Waste Management Division, any County Division may use this Agreement provided sufficient funds are included in its budget. The process for obtaining services under this Agreement is as follows: i. New Work: The Contractor shall provide written "not to exceed" estimates on all projects that are not deemed to be emergencies and on-call repairs. This estimate shall include the Page 1 of 16 Agreement#15-6374R Packet Page-745- "� Southern Tank and Pump Co. 6/14/2016 16.C.2. estimated number of hours, hourly rate, number and types of employees required, estimated material cost and number of calendar days required for project completion. Contractor shall respond to requests for estimates for non-emergency work within two (2) days and provide written estimates within five (5) days. It shall be the Contractor's responsibility to ensure they have all information to prepare accurate estimates. ii. Quote Process: The Contractor agrees to provide written quotes to the division. Further, the Contractor shall not charge the division for the cost of the quote, meetings pertaining to the quotes, or on-site visits to obtain the quotes. a. For work estimated to be less than $50,000: the division may quote out the work among all contractors on contract, or competitively solicit for new quotes. b. For work estimated to be greater than $50,000 and less than $200,000: the division may quote out work among the contractors on contract, or, may conduct a separate new solicitation. c. In no case may a single repair or new installation job exceed $200,000 for work resulting from this ITB. Quotes shall be provided to the division contact in the following timeframe: a. Division Emergency Orders: The Contractor(s) shall provide the quote within one (1) hour. Contractor(s) who do not provide written quotes within one (1)business hour shall be declared as having provided a "no-bid" response to the County. b. Division On Call Repairs/Typical/Project Work: The Contractor(s) shall provide written quotes within ten (10) business days from the County's request. Contractor(s) who do not provide written quotes within ten (10) business days shall be declared as having provided a "no bid" response to the County. iii. Award: The user division will then authorize the Work, provided that there has been a Purchase Order established for the Work or a blanket Purchase Order. In each description of Work, the Owner reserves the right to specify: the period of completion; and collection of liquidated damages in the event of late completion. 2.3 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project Manager or his designee, in compliance with the County's Procurement Ordinance, as amended, and Procedures in effect at the time such services are authorized. 3. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of time and materials Work pursuant to the prices offered by the Contractor in his response to ITB # 15-6374R per Exhibit B "Price Schedule," attached hereto, and as further defined in Section 3.1. Page 2 of 16 �I Agreement#15-6374R Packet Page -746- Southern Tank and Pump Co. 6/14/2016 16.C.2. 3.1 Price Methodology: 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 mark up). 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 not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. The Contractor shall provide documentation with their invoice, of the cost for parts (i.e., invoices) for all items with the extended price of two hundred fifty dollars ($250.00) or more. 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: Southern Tank and Pump Co. 464 Pine Island Road North Fort Myers, Florida 33903 Phone: 239-995-1990; Fax: 239-995-3404 Attn: James Latronica, Service Manager Southwest Florida 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 Procurement Services Division 3327 East Tamiami Trail Naples, Florida 34112 Attention: Joanne Markiewicz Director, Procurement Services Division 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 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. Page 3of16 �, Agreement#15-6374R Packet Page -747- (01;;) Southern Tank and Pump Co. 6/14/2016 16.C.2. 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. 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 the Work 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$1,000,000 for each accident. Page 4 of 16 Cc, Agreement#15-6374R Packet Page-748- Southern Tank and Pump Co. 6/14/2016 16.C.2. 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. 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 Contractor is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. D. Additional Insurance. Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 Aggregate, for Contractor's Pollution Liability and Contractor's Professional Liability. 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) 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 Agreement Amount; (e) reasonable indication that the Work will not be completed within the Agreement Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. Page 5of16 n Agreement#15-6374R Packet Page-749- �� Southern Tank and Pump Co. 6/14/2016 16.C.2. 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. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 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 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's Procurement Ordinance, as amended and Procurement Procedures in effect at the time such modifications are authorized. 15.ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in accordance with the Procurement Ordinance, as amended, and Procurement Procedures. 16.COMPLIANCE WITH LAWS. The 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 in F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law, to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or Page 6 of 16 Agreement#15-6374R Packet Page-750- ,�0 Southern Tank and Pump Co. 6/14/2016 16.C.2. copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 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.ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 20.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 Owner 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. Page 7 of 16 Agreement#15-6374R Packet Page -751- Southern Tank and Pump Co. 6/14/2016 16.C.2. 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 Owner. 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 Owner is entitled as a matter of law. 21.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. 22.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. 23.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. 24.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. Page 8 of 16 Agreement#15-6374R Packet Page-752- Southern Tank and Pump Co. 6/14/2016 16.C.2. 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 Agreement Amount or an extension to the Agreement Time. 25.AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid and Hazardous Waste Management Division. 26.COMPONENT PARTS OF THIS AGREEMENT. This Agreement 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 #15-6374R any addenda, Exhibit A-Scope of Work, Exhibit B-Price Schedule, and subsequent quotes, made or issued pursuant to this Agreement. 27.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. 28.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. 29.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. 30.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. 31.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. Page 9 of 16 Agreement#15-6374R Packet Page-753- Southern Tank and Pump Co. 6/14/2016 16.C.2. 32.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 Agreement to other governmental entities at the discretion of the successful proposer. 33.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. 34.SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 35.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. 36.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/division 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. Page 10 of 16 Agreement#15-6374R Packet Page-754- ' Southern Tank and Pump Co. 6/14/2016 16.C.2. 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, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Donna Fiala, Chairman Dated: (Seal) Southern Tank and Pump Co. Contractor By: First Witness Signature Type/Print Witness Name Typed Signature Second Witness Title Type/Print Witness Name Approved as to Form and Legality: Assistant County Attorney Page 11 of 16 (10 Agreement#15-6374R Packet Page -755- Southern Tank and Pump Co. 6/14/2016 16.C.2. Exhibit A—Scope of Work Background The storage tank systems owned by the County containing hazardous materials and petroleum products require routine maintenance and testing as well as unexpected repairs on a routine basis. Much of this work is mandated in the National Fire Prevention Association Codes (NFPA) and Florida Administrative Codes (F.A.C.). The County expects to require services for testing, maintenance, and repairs for the storage tanks that it owns. County divisions, including, but not limited to Facilities Management, Parks & Recreation, Fleet Management, Water, Wastewater, Sherriff's Office, and the Airport Authority, have historically required emergency & routine equipment repair/replacement, testing and maintenance to their approximately 300 county storage tanks/systems in order to be compliant with applicable regulations or to avoid the probability of a discharge. Detailed Scope of Work The Contractor shall comply with the following General Requirements and County Division's specific requirements, including but not limited to: 1. Regular service shall be made available between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. All other hours shall be considered overtime and charged at the appropriate rate of time and one half. Work completed on County recognized holidays, Saturday and Sunday shall also be considered at the overtime rate of time and one half. 2. The Contractor may be required to do emergency repairs at times other than normal working hours. The Contractor shall be in a position to be available on a twenty-four (24) hour basis, three hundred sixty-five (365) days per year for such emergency work. 3. The Contractor shall supply the County with an emergency on-call telephone number and the same (or different telephone number) for routine repairs/new installation. 4. Licenses & Certifications: The Contractor shall possess and maintain throughout the term of the contract period and any renewal periods, employee(s) holding a Pollutant Storage System Contractors (PSSC) license; employee(s) Veeder Root, Omntec, Incon/Franklin, Pnuemercator, and OPW tank monitoring systems certified for installation, testing & repair; and employee(s) holding an RQ license. The Contractor shall provide personnel currently certified by the manufacturer for the equipment being installed or maintained as dictated applicable in the installation or operation & maintenance manual for said equipment. When required, due to the type of work being conducted, the Contractor shall insure the holder of the PSSC, Registered Precision Tank Tester (RQ) and tank monitoring system certification be present, supervise or performing the work as applicable. The Contractor shall hold the correct occupational licenses, all professional licenses or other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Laws, Statute, Ordinances, and rules and regulations of any kind. The Contractor shall be licensed to operate within Collier County. 5. Safety: Contractor and subcontractors shall comply with all Occupational Safety and Health Administration (OSHA), National Electric Code (NEC), State and County Safety and Occupational Page 12 of 16 Agreement#15-6374R Packet Page -756- C Southern Tank and Pump Co. 6/14/2016 16.C.2. Health Standards and any other applicable rules and regulations. 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. 6. Equipment: Contractor shall own and have in good repair, or have the ability to rent all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks. 7. Parts / New Storage Tank Equipment: The purchased petroleum equipment for installation or replacement must be listed on the FDEP's approved equipment list and have a corresponding EQ# regardless of tank size with the exception of: i. Dispensers, dispenser islands, nozzles, and hoses; ii. Monitoring well bailers; iii. Manhole and fill box covers; iv. Valves; v. Cathodic protection test stations; vi. Metallic bulk product piping; vii. Small diameter piping not in contact with soil, unless the piping extends over or into surface waters; and viii. Vent lines. 8. Parts Markup Parts purchased for equipment repairs shall be reimbursed at cost plus applicable mark-up. The Contractor shall provide documentation with their invoice, of the cost for parts (i.e., invoices) for all items with the extended price of two hundred fifty dollars ($250.00) or more. Contractor must also have the ability to order and receive repair parts in a timely and effective manner. 9. Protection of Property: The Contractor shall make necessary repairs in such a manner that does not damage property. In the event damage occurs to property by reason of any repairs or installations performed under this Contract, the Contractor shall replace or repair the same at no cost to the County. If damage caused by the Contractor has to be repaired or replaced by the County, the cost of such work shall be deducted from the monies due the Contractor. 10.Discharges of Product and Wastes from the Storage Tank: In the event a discharge is deemed to have been caused by the Contractor while working on the storage tank system, the Contractor shall immediately notify the County by phone call and a follow up email / fax detailing the discharge event's time/date, cause, amount discharged, impacted areas and environmental media contaminated (i.e. groundwater, surface water, soils). The Contractor is responsible for the abatement, remediation and disposal of waste related to the discharge and must hold insurance of no less than 1 million dollars per incident for the remediation of the discharge and third party liability. All discharge cleanup work must be compliant with 62-780, F.A.C. & 62-777, F.A.C. 11.Clean-Up: The Contractors shall be responsible for removing all debris from the site and cleaning affected areas. Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's representative, shall remove such debris and materials from the property. The Contractor shall leave all affected areas as they were prior to beginning work (i.e. backfill trenches and replace sod). Page 13 of 16 el Agreement#15-6374R Packet Page -757- Southern Tank and Pump Co. 6/14/2016 16.C.2. 12.Warranty/Guarantee: Parts, replacement parts shall be new and warranted for ninety (90) days unless a longer period is specified by the manufacturer. All labor for repairs shall have a ninety (90) day warranty. 13.Compliance: All work must be compliant with 62-761, F.A.C.; 62-762, F.A.C.; NFPA 30, 30A, and all other NFPA codes as applicable; PEI standards, API standards, STI standards; UL standards; ASME standards; NLPA standards; and ACI standards as applicable. 14.Unsatisfactory Work: In the event the work performance of the Contractor is unsatisfactory, the Contractor will be notified by the County and be given seven (7) calendar days to correct the work. There will be no cost to the County for re-work or previously performed service by Contractor. 15.Contractor Rates: All rates quoted shall include the total labor cost including, but not limited to the hourly employee pay rate, insurance, Contractor's overhead, profit, employee-related taxes, and any, and all costs associated with the employee travel including cost of vehicle, mileage, fuel charges and any other surcharges. 16.Invoices: The Contractor shall produce invoices that contain the following details regarding the services performed: i. Purchase order number ii. Location of service and any department reference number for the service, iii. By position: Identify position, number of work hours performed on site, labor rate and total cost, iv. Materials furnished: Description of each part used, Contractor's cost of part, mark-up (either as a percentage or dollar) and total cost (the County may request the Contractor's invoice from their supplier for any material used on the completion of a project), v. Equipment: Description of each piece of equipment used (including EQ#), Contractor's cost of equipment and total cost (the County may request the Contractor's invoice from their supplier for any equipment rented on the completion of a project) vi. Subcontractors: Description of service provided, number of hours, hourly rate per trade, Contractor's mark-up and total cost, vii. If applicable, any deductions or discounts, and viii. Total cost to be paid by the County. 17.Staff will follow the Quote Process as outlined in Section 2.2(ii) in the Agreement and Contractor's response to on-call repairs/typical/project work ("on-call repair") and emergency work will be based on the following priority system: Priority 1 (Emergency) - The division will call for an emergency repair, which shall be followed up by a confirming fax / email to the Contractor by staff. The Contractor shall call the requesting division confirming receipt as soon as it is received. The Contractor shall be on-site and effecting repairs in two (2) hours or less. Priority 2 (Emergency On-Call Repair) - The division will call for a repair, which shall be followed up by a confirming fax/email to the Contractor from staff. The Contractor shall call the requesting division confirming receipt as soon as it is received. The Contractor shall be on-site and repairs begun within four (4) hours of the initial call being placed. Page 14 of 16 Agreement#15-6374R Packet Page-758- 0 Southern Tank and Pump Co. 6/14/2016 16.C.2. Priority 3 (On-Call Repair) - The division will call for a repair, which shall be followed up by a confirming fax / email to staff. The Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site repairs begun within twenty four (24) hours of the initial repair call. This is for repairs that do not require immediate attention. Priority 4 (On-Call Repair) - The division will call the Contractor for repair, which shall be followed up by a confirming fax / email to the Contractor. The Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site repairs begun within seven (7) calendar days of the initial repair call. This is for repairs that can withstand a wait of several days. Hurricane and/or Natural Disaster Preparation Responses post hurricane / disaster will follow the priority system above. However, it may be deemed necessary to prepare for the approaching storm by isolating fueling components, draining lines, turning off valves, and anchoring equipment among other things. In such instance, the division will call the Contractor for assistance, which shall be followed up by a confirming fax / email to the Contractor. The Contractor shall call, email, or fax the requesting division confirming receipt of the fax / email within one (1) hour and on-site disaster preparation within one (1) calendar day of the initial request for assistance. Each confirming fax/email will be sent to the Contractor with a priority attached and a timetable. If a priority is not specified, the Contractor is responsible for obtaining a priority so that the work can be classified properly. A sample copy of the work request and timetable is attached below: Sampte Oily Agreement:15 6374 c t Fuel Tank Maintenance Request Service Re uest ;'. Date Issued: Request# Facility Name: Contact Person: Phone#: FAX#: Issued To (Contractor) Phone#: FAX#: Priority: Circle One - 1 2 3 4 Priority Definitions: 1. Priority 1 - Emergency, Contractor response within 2 hours of work request receipt. 2. Priority 2 - Contractor repair response within 4 hours of work request receipt. 3. Priority 3 - Contractor repair response within 24 hours of work request receipt. 4. Priority 4 - Contractor repair response within 7 calendar days of work request receipt. Problem 18.Inspection services: An option is available for the division to request inspection services for monthly fuel release detection checks. In the event the work is sub-contracted, the markup shall be as stated in Exhibit B — Price Schedule, and the Contractor shall provide invoices from the sub-contractor to the Contractor. Page 15of16 Agreement#15-6374R Packet Page-759- 0 Southern Tank and Pump Co. 6/14/2016 16.C.2. Exhibit B— Price Schedule ( f Item Description • 1 a 1 Material % Markup 10% 2 Sub-contractor% Markup 15% 3 Hire of Equipment % Markup 15% 4 Foreman per Hour(straight time) $70.00 5 Certificated Technician per Hour(straight time) $70.00 6 Helper per Hour(straight time) $70.00 7 General Laborer per Hour(straight time) $70.00 8 Administrative support per hour(straight time) $100.00 9 Trip Charge-per call per vehicle $.70 per mile 10 Operability testing of release detection devices (certification for Veeder Root $70.00 hourly required for Veeder Root equipment being tested) 11 Line leak detector testing $70.00 hourly 12 Tank tightness testing (primary compartment) $165.00 per tank 13 Piping tightness testing (primary compartment) $165.00 14 Breach of Integrity testing (BOI) (tank interstice) $165.00 15 Breach of Integrity testing (BOI) (piping interstice) $165.00 16 Hydrostatic testing of containment sumps(spcontainment, dispensers, & $70.00 hourly submersible turbine pumps) 17 Inert gas testing material ex. Nitrogen (per Ib) $25.00 18 Calibration of dispensers for fuel sales (per meter) $35.00 19 Fuel polishing (per gal) $0.32 **Priority 1 and 2 emergency repairs are considered overtime and may be charged at the appropriate rate of time and one half. Page 16 of 16 Agreement#15-6374R Packet Page-760- ! Southern Tank and Pump Co.