Loading...
Agenda 09/13/2016 R Item #16E 2 1 6.E.2 09/13/2016 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid 16-6640R Uninterrupted Power Systems — Facilities Management Division to Precision Power Services, Inc., System Engineering International, LLC d/b/a Critical Power USA, and Fakouri Electrical Engineering, Inc.; and approve Agreement 16- 6640R Uninterrupted Power Systems to implement these awards. OBJECTIVE: To provide emergency power to maintain the integrity and continuous operations of critical County owned and leased buildings. CONSIDERATIONS: Collier County operates a number of facilities including well sites, IQ pump stations,jail facilities, Sheriff's special operations facility,the Emergency Services Center, computers and related equipment requiring continuous power. When the electrical system fails, it takes some time before the generators begin to operate. The Uninterrupted Power Systems provide power to facilities and equipment from the moment the electricity fails until the generators come online. The Facilities Management Division, along with other County Departments / Divisions, sought the services of a qualified company to furnish all necessary labor, materials, tools, equipment, supplies, consumables, maintenance, transportation, skills, and incidentals, and any other necessary accessories or services to perform preventative maintenance,repairs,and replacements of Uninterrupted Power Systems. Notices of the solicitation were emailed to eight hundred seventeen (817) companies, fifty eight (58) companies downloaded bid packages, and six (6) companies submitted bids by the August 15, 2016 deadline. Two companies were deemed non-responsive. Grupo Inpower, LLC was deemed non- responsive because they did not provide after-hour and weekend services. UP Systems of Florida Corp. was deemed non-responsive because they did not provide a complete bid package submission. The Invitation to Bid(ITB)requested bidders to provide proof of business license from Collier County or Lee County. None of the respondents are local; therefore, County staff recommends a waiver of this requirement. To reduce costs, County staff recommends dividing the contract into two components based on the lowest bid prices. The first component is for preventative maintenance and the second component is for routine service, on-call service, emergency service repairs and replacements. The results of the bid tabulation for Preventative Maintenance are as follows: Vendor Total Bid Cost Recommendation Precision Power Services,Inc. $35,450 Primary System Engineering International,LLC d/b/a $36,540 Secondary Critical Power USA Fakouri Electrical Engineering, Inc. $40,225 Tertiary Alpha Technologies Services,Inc. $183,775 No Award County Staff recommends that ITB 16-6640R be awarded for Preventative Maintenance to Precision Power Services, Inc. as the Primary Vendor; System Engineering International,LLC d/b/a Critical Power USA as the Secondary Vendor; and Fakouri Electrical Engineering,Inc. as the Tertiary Vendor. Packet Pg. 1633 1 6.E.2 09/13/2016 The results of the bid tabulation for Routine Service, On-Call Service, Emergency Service Repairs and Replacements are as follows: Vendor Total Bid Cost Recommendation Fakouri Electrical Engineering, Inc. $558,750 Primary Precision Power Services, Inc. $804,000 Secondary System Engineering International,LLC d/b/a $810,000 Tertiary Critical Power USA Alpha Technologies Services, Inc. $872,625 No Award County Staff recommends that ITB 16-6640R be awarded for Routine Service, On-Call Service, Emergency Service Repairs and Replacements to Fakouri Electrical Engineering, Inc. as the Primary Vendor; Precision Power Services, Inc. as the Secondary Vendor; and System Engineering International, LLC d/b/a Critical Power USA as the Tertiary Vendor. All work will be issued and performed through the use of standard County Purchase Orders. The proposed agreement is a one (1) year term, with the County having the right to renew for three (3) additional one year periods. The primary payment vehicle for preventative maintenance is flat fee / unit based pricing,with the County having the ability to utilize either lump sum payments or time and material cost payments for routine service, on-call service, emergency service repairs and replacements. In order to ensure that these services continue to offer the lowest costs to the County, while the County intends to use the contractor awarded this solicitation, the County reserves the right at any time to use other contractors for the services described by requesting additional quotes or bids from other contractors. FISCAL IMPACT: The expected annual cost of this Agreement is approximately $240,000. This amount will increase should other facilities or equipment be added to the County during the course of this agreement. Other County Departments/Divisions may use this contract based on their available budget. The source of funds is the Unincorporated General Fund (Fund 001) for Facilities Management Division, Radio Communications Program Fund (Fund 188) for Information Technologies Division, and Water- Sewer District Operating Fund(Fund 408) for the Public Utilities Department. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. 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 RECOMMENDATION: That the Board of County Commissioners (1) award Invitation to Bid 16-6640R Uninterrupted Power Systems -Facilities Management Division for Preventative Maintenance to Precision Power Services, Inc. as the Primary Vendor; System Engineering International, LLC d/b/a Critical Power USA as the Secondary Vendor; and Fakouri Electrical Engineering, Inc. as the Tertiary Vendor; (2) award Invitation to Bid 16-6640R Uninterrupted Power Systems - Facilities Management Division for Routine Service, On-Call Service, Emergency Service Repairs and Replacements to Fakouri Electrical Engineering, Inc. as the Primary Vendor; Precision Power Services, Inc. as the Secondary Vendor; and System Engineering International,LLC d/b/a Critical Power USA as the Tertiary Vendor; (3) approve waiver of the local business license requirement; and (4) approve Agreement 16-6640R Uninterrupted Power Systems to implement these awards with Fakouri Electrical Engineering, Inc., Precision Power Services, Inc., and System Engineering International, LLC Packet Pg. 1634 16.E.2 09/13/2016 d/b/a Critical Power USA. Prepared by: Megan Gaillard,Internal Controls Manager, Facilities Management Division ATTACHMENT(S) 1. 16-6640R Bid Tabulation (PDF) 2. 16-6640R Uninterruptible Power Systems Solicitation (PDF) 3.Agreement 16-6640R Precision Power Services (PDF) 4. Agreement 16-6640R System Engineering International LLC (PDF) 5.Agreement 16-6640R Fakouri Electrical Engineering (PDF) Packet Pg. 1635 16.E.2 09/13/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.2 Item Summary: Recommendation to award Invitation to Bid 16-6640R Uninterrupted Power Systems — Facilities Management Division to Precision Power Services, Inc., System Engineering International, LLC d/b/a Critical Power USA, and Fakouri Electrical Engineering, Inc.; and approve Agreement 16-6640R Uninterrupted Power Systems to implement these awards. Meeting Date: 09/13/2016 Prepared by: Title: Manager-Internal Controls—Facilities Management Name: Megan Gaillard 08/18/2016 3:53 PM Submitted by: Title: Division Director-Facilities Mgmt—Facilities Management Name: Dennis Linguidi 08/18/2016 3:53 PM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 08/18/2016 4:30 PM Procurement Services Sandra Herrera Level 1 Purchasing Reviewer 1-4 Completed 08/18/2016 4:32 PM Administrative Services Department Megan Gaillard Level 1 Division Reviewer Skipped 08/18/2016 4:47 PM Facilities Management Dennis Linguidi Level 1 Add Division Reviewer Completed 08/18/2016 5:41 PM County Attorneys Office Jeffrey A.Klatzkow Level 2 Attorney Review Completed 08/19/2016 8:54 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 08/19/2016 5:20 PM County Attorneys Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 08/22/2016 12:54 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 08/22/2016 4:34 PM Office of Management and Budget Laura Wells Level 3 OMB 1st Reviewer 1-4 Completed 08/23/2016 9:21 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 08/28/2016 10:56 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/13/2016 9:00 AM Packet Pg. 1636 (s;oea}uo3 Sd(1 paem : 9£84) uo!;eingel p!8 2I0tr99-91 :luauayaeny ti N t co wE. r- m.T z Ci. m RS 3 E 2 3 !a 8 8 8 S 8 8 8 8 8 8 L, 8 8 8 8 8 8 8 8 8 - o.3 $ ce 8 8E 4 8 q 21 21 8�i 8 8 z - - m2 .il 1 E n 8 P $ Y F »til # i <_ g it 'It rso E E F F F 8 5 #. _„ 0 0 Y 0 n- 81 8 8 8 E, '8 8 8 8 8 E, 8 8 8 8 8 8 8 8 8 8 - r A' F S 9 ^ : p # _ 8 8 8 8$ 8: fid- - g -` 8 dr a 34 382 ii 8' 8 8 S8 g_ . .8 >_ » ? 8 8 8 > > > > mg ms _ 2 n 8 8 8 p"e c - - ,,, n . 88 42 5 M. 8888 a, 88888 8 3• 8 8 8 8 88 88 8 ii g _ __ 8 8 8 8 8 3 8 8 3 8 88 38 S Ell' 3 6t fi= . 3 .: n .1 .6 8 8 ss g 8 8 8 a >> > >z> z z z - -- ml » , . mg 8 8 8 8 8 8 P S ,,3 0 8 '< _„ ., o „it 33 . 8 8 88 B E,8 8 8 8 8 8 8 88 88 8 5 8 8 88 p .848 8 8 8 € 8 8 2 8 8 8e 28 mg , . . . . m$ g 8 § 8 §»I f e n m _ - o ,. _ . _ 818 a'8 n o $ a ' F t 3 s£S� s - SII E =1 - .=8_ 8; ° NI s I H I„o5 . _ -°82, 8 8, 8_ _YI € € `a Sel' "1= ie i ` F t _ Ea BeYLL It a o5 a # s �€ -ne5 kg - - - " $ 8 i 1 e 5-: 3 3`e 3 8 3� 3y 5 t o - ( 3 3 n .E,i s 3 0,:f Y .43E4=84 2LL r 3 3 3 a 2 'a 3 2 3 I6.E.2.b Caffier Comity Administrative Seivi,.es Department Proe uemen'Ser.cs D.Isfor INVITATION TO BID Date: August 4, 2016 From: Rhonda Burns, FCCN, CPPB, Procurement Strategist cis (239) 252-8941 (Telephone) 5 (239) 252-6700 (FAX) 0 RhondaBurns@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 16-6640R Uninterrupted Power Systems (s) c0 O As requested by the Facilities Management Division, Information Technologies Division, w and the Public Utilities Department, the Collier County Board of County Commissioners Procurement Services Division has issued this ITB for the purpose of obtaining fair and cn competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. 0 All questions regarding this ITB must be submitted online on the Collier County a. Procurement Services Division 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: Megan Gaillard, Internal Controls Manager, Facilities Management Division Dennis Linguidi, Facilities Director, Facilities Management Division John Daly, Telecommunications Manager, Information Technology Division Mark Fowski, Network Operations Manager, Information Technology Division Amia Marie Curry, Operations Support Manager, Public Utilities Department Kelly Arnold, Accounting Supervisor, Public Utilities Department Note: All ITB responses submitted must include one (1) original labeled MASTER, along with one (1) exact duplicate copy, including all required forms. #16-6640R 1 ITB Template_06132016 Packet Pg. 1638 16.E.2.b ( .. '-. —----- - --- / - —---- ---- ---------- . ,---- .-*,- cta-r-riynS, ,-....k,r)slur 2 .-tuu -rg I E lq•N.,g, ,-L.4d., '1 ,-.4 '.21,2 244 *,'A,.c.',4 4 g, ,.pi,ur n*r ., f 7) (..) CU C 0 C.) (/) CL n CO < CD Cn OD l.... C 0 1.7. RS 0 0 Ci) (J) E .E U, >, cn :._ cu 0 CI. a) .0 .47.0 fa. = 1.. 1.. CD C .- C Ce 0 CD (4? CD ,r- ..;-; C 0 E = 0 CO 44...t. #16-6640R 2 ITB Template_06132016 Packet Pg. 1639 16.E.2.b Invitation to Bid Index Public Notice 4 Exhibit I: Scope of Work, Specifications and Response Format 5 Exhibit II: General Bid Instructions 16 Exhibit III: Standard Purchase Order Terms and Conditions 22 U Exhibit IV: Additional ITB Terms and Conditions 25 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 34 0 Attachment 2: Vendor's Check List 35 v Attachment 3: Vendor Submittal - Bid Response Form 36 a Attachment 4: Vendor Submittal— Local Vendor Preference Affidavit 38 D Attachment 5: Vendor Submittal— Immigration Affidavit 39 -a Attachment 6: Vendor Substitute W—9 40 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 41 Exhibit A: Equipment Schedules; IT, Facilities and Public Utilities 40 u) c 0 .175U 0 y E a) +d N U) '43 O a a) 15 L L a) E D Ce O co co r- t;c a) E U RS a #16-6640R 3 ITB Template_06132016 Packet Pg. 1640 I6.E.2.b Collier County Administrative Services Department Procurenneni Services Di;:son Public Notice U) Sealed bid responses for Solicitation 16-6640R Uninterrupted Power Systems, will be received electronically or manually only at the Collier County Government, Procurement o Services Division, 3327 Tamiami Trail E, Naples, FL 34112 until 2:30 PM, Collier County local time on August 15, 2016. Solicitation responses received after the stated time and date will not a be accepted. Solicitation 16-6640R Uninterrupted Power SystemsCD All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division 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 Procurement Services Division Online Bidding 'o System website noted herein. ITB Documents obtained from sources other than Collier Cf) County Procurement Services Division may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. a) Collier County does not discriminate based on age, race, color, sex, religion, national origin, a. disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA a; BY: /s/Allison Kearns Interim Director, Procurement Services Division o Publicly posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing and in the lobby of the Procurement Services Division Building L on August 3, 2016. E U 4- 4- #16-6640R 4 ITB Template_06132016 Packet Pg. 1641 16.E.2.b Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Facilities Management Division, Information Technology Division, and Public Utilities Department (hereinafter, the "Division or 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 awarded Contractor(s) at a minimum, must achieve the requirements of the Scope of Work and specifications stated. No 12 The results of this solicitation may be used by other County departments once awarded according to 0 the Board of County Commissioners Procurement Ordinance. U U, a Brief Description of Purchase m tz Collier County Divisions are responsible for maintaining the Uninterrupted Power Supply (UPS) units / systems in various County owned and leased buildings throughout Collier County. This also includes •• the battery maintenance and battery replacement. In order to maintain the integrity and continuous co operation of these systems, the County intends to award a contract to perform: c o 1. Preventative maintenance inspection services for units and batteries; 2. Provide labor and parts for routine repair services for units and batteries; and, 5 3. Provide labor and parts for on-call repair services for units and batteries. .- co The County reserves the right to select one, or more than one Contractor, for a single service, or for E multiple services. Should the County award the services for two (2) or more Contractors, and one of N the Contractor(s) consistently does not perform their assigned responsibilities, the County retains the N right and authority to reassign work to one of the other Contractors awarded so as not to leave the iv equipment vulnerable or in disrepair. 3 0 a Historically, the Facilities Management Division, Information Technologies Division, and the Public .a Utilities Department have spent approximately$240,000 per annual fiscal year. It is anticipated, based on increased needs, that the approximate annual spend will increase each Fiscal Year. This amount c will be based on available budgets by the County Departments and/or Divisions. c E Detailed Scope of Work D 0 It is the intent of the County that the County UPS systems experience minimal down time; therefore, bidder's response time shall be a factor in the award of this bid. While the County intends to use the vo Contractor(s) awarded as a part of this solicitation, the County reserves the right at any time to use the awarded Contractors for the services described, or to request additional quotes or bids from other a contractors [per the Board's Procurement Ordinance]. E 0 IS A qualified bidder will provide preventative maintenance inspection services, repairs services, emergency and on-call repair services including, but not limited to Emerson systems, Liebert systems, Eaton systems, APC systems. In the event the bidder is only able to work on one of these systems, this may not preclude the bidder from being awarded a contract. Please respond and note the systems that bidder is qualified to work on etc., as well as be capable of furnishing the following services: • Battery replacement/ installation #16-6640R 5 ITB Template_06132016 Packet Pg. 1642 16.E.2.b • Battery preventative maintenance • UPS replacement/ installation • UPS preventative maintenance A qualified bidder must be factory trained to work on the manufacturer's equipment and/or factory certified and authorized to work on the manufacturer's equipment without negating the equipment warranty when applicable. Bidder(s) may also be required to use to the County's Work Management procedures, such as utilizing work order forms or future online work order system, at no additional cost to the County or Contractor. The Contractor will be responsible for utilizing any systems used by the County for work o orders under this Agreement. a. o All bidders must provide requested certifications and licenses necessary to perform the services outlined in the bid specifications. 7. The awarded Contractor(s) shall use qualified technicians (brand certified) to complete all work in accordance with the requirements specified in the bid. Hourly time will be paid only for actual time at the worksite with the exception of Preventative Maintenance which will be a flat rate. Travel time will co not be an allowable item. Technician credentials may be requested by the County. PREVENTATIVE MAINTENANCE U The preventative maintenance covered by this scope of work includes (all checks or processes may not be applicable to all equipment types or models): 1. Visual Inspections: • Inspect all printed circuit board connections for cleanliness, swab contacts if necessary; • Inspect all power connections for signs of overheating; • Inspect all subassemblies, bridges, and legs for signs of component defects or n°. stress; • Inspect all DC capacitors for signs of leakage; • Inspect all AC capacitors for signs of leakage; 2 • Inspect and inventory all customer-owned spare parts; • Inspect for and perform, as required, any open engineering changes; • Inspect insulation, overheating, and physical damage; and ce • Inspect battery monitoring system. 2. Internal Operating Parameters: • Control calibrations—check/adjust, as necessary; C° • DC Ground Detection Offset, if applicable; • Inverter leg current average phase balance, if applicable; • Output filter current average phase balance; • Rectified bridge current average leg balance; • AC Protection settings are checked; • DC Protection settings are checked; • Calibrate and record all electronics to system specifications; • Input and Output Frequency and Voltage Bandwidth settings are checked; • Verify DC filter capacitance; • Verify AC tank and trap filter capacitance including balancing of items; • Power Supply voltages and waveforms; #16-6640R 6 ITB Template_06132016 Packet Pg. 1643 16.E.2.b • Update firmware as necessary with customer approval (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost with applicable markups); and • Evaluate Field Service Bulletins (FSBs) for potential updates (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost with applicable markups). 3. External Operating Parameters: • System Input Voltages, all phases; U • System Input Currents, all phases; 2 • DC Charging Voltages (float and equalize), record settings, and adjust to nominal; o • Rectifier phase on and walk-up; o 0 • Inverter phase on and walk-up; a. • Adjust all panel meters to measured values; 12 • System Bypass Voltages, all phases; 3 • Manual and UV Transfer Testing, verify uninterrupted transfer waveform, if d applicable; M • Outage Simulation, batter capability testing, and verify charger current limit; and a • Generator operation and interface verification, if applicable. 4. Environmental Parameters: o • UPS area ambient temperature and condition of ventilating equipment; • General Cleanliness of UPS Power Module; '� • General Cleanliness of UPS area; -6 • Replace air filters as applicable and necessary (parts if required are included at no �, charge with full parts coverage if the equipment is under Service Agreement. If there E is no service agreement, the parts may be billed at actual cost with applicable (n markups); cn • Clean outside of UPS including control panel/CRT screen; and 3 • Flywheel only: Drain oil and change oil and filers. o°. 5. Battery Cabinet Checks: d • General appearance of battery systems (all types); • General cleanliness of batter system areas (all types); • Verify the integrity of the battery rack/cabinet; L 00 • Inspect all DC connections for abnormalities; c • Inspect cells for physical abnormalities; .E • Check batter for current limits, input limits, overload levels, and over temp circuits; ct • Check for corrosion on battery terminals and connectors; a • Clean batteries as necessary; `o a • Verify proper torque on connections; • Verify the condition of the ventilation equipment, if applicable; c • Check the appearance of the battery room, if applicable; • Battery system area ambient temperature and condition of ventilating equipment; and • For internal batters only— measure and record: i. Overall battery float voltage; Q ii. Charger output current and voltage; iii. Negative terminal temperature of one cell/battery per battery cabinet shelf or rack tier; and iv. Momentary load testing of cells < 100 watts (e.g. 9E, 9x55, not 9330). 6. Monitoring System Parameters: • Alarm archive review and printing; • Alarm lamp test-local and remote, if applicable; #16-6640R 7 ITB Tern plate_06132016 Packet Pg. 1644 16.E.2.b • Replace all open monitor bulbs; • Inspect battery monitoring system; and • Review battery test in history, if applicable. 7. Circuit Breakers / Isolators: • Check capacitors for swelling or leaks; • Verify free travel; and • Check magnetic/thermal settings. 8. Additional Items: • Synchronizing verification: 7,1 i. Utility Sync and Transfer to bypass; ii. Transfer from bypass to UPS; cc iii. Verify voltage and phase lockout; and iv. Verify static bypass operation. • Fuses need verified for type, value, and condition; O. • Power Measurements (on-line): -a i. Output RMS current(Phase and Neutral); and ii. Output Peak current(Phase and Neutral). • Cleaning/Air Flow— check fans, doors, and compartment seals i. Replace filters; and co ii. Clean Module. • Clean normal cell dirt/dust accumulation, when possible. • Battery recycling as required, is included. o • Check nuts, bolts, screws, and connections for tightness and heat discoloration. • Operational testing of the system including unit transfer and battery discharge. co 9. General: • Customer consultation; • Verbal recommendations; and • General observations. m Following the preventative maintenance inspection, a written report / check list will be provided to the a Division detailing the results of the inspection, services completed, and making specific cu recommendations for future remedial action, upgrades, etc. 2 Preventative maintenance on each unit / system / battery is required to be completed in accordance with the manufacturer's recommendations. Preventative maintenance will be billed by item serviced. c Actual records must be provided for payment. These records will include but not be limited to: a summary spreadsheet for each unit services with the date of service and an attestation signed by the awarded Contractor(s). CD Typically, preventative maintenance will be completed during normal business hours; however, the County may request preventative maintenance during off-hours, as deemed necessary by the County representative or designee. A surcharge will be allowed for off-hours preventative maintenance, if E necessary and first approved in writing by the County representative or designee. cu Equipment Manufacturer Services Plans may be added as a separate "turnkey" item for specific units, as needed by County Divisions. When these services occur, a quote following the pricing methodology of the solicitation will be requested from the awarded Contractor(s). ON-CALL SERVICES (for regular and emergency equipment maintenance, repair, and replacement identified in the scope of work): The two types of maintenance, repair, and replacement services required are: #16-6640R 8 ITB Template_06132016 Packet Pg. 1645 16.E.2.b • On-Call Repair Work: The County representative or designee will provide a scope of work to be performed to the Contractors and request that a "time and materials" or "lump sum" quote be provided. The County expects that for on-call repair work, the contractor provides a price quote within a reasonable time (one to two business days) from the point of initial contact. Once a purchase order is issued, the County representative or designee would expect that the on-call service for regular maintenance, repair and replacement commence within two (2) business days, unless otherwise directed by the County representative or designee. In the event that the Contractor does not fulfill these response requirements, the County reserves the right to contact other Contractor(s)to perform the scope of work. _ N • Emergency Repair Work: The County representative or designee will identify the needed L maintenance, repair and replacement for the life, health, safety or equipment/facility o emergency and request that work be completed as soon as reasonably practicable. The o County representative or designee may direct the Contractor to commence work through a a. verbal direction; and a purchase order will be issued to the Contractor as soon as possible. D 7. All emergency repair work will be completed on a time and materials based on the contracted pricing schedule. If any repair is deemed an emergency, all parts must be e shipped overnight and repairs are to start immediately upon the part being received. •• M In each scope of work the County representative or designee reserves the right to specify: the period 00 of completion; collection of deductions / fines or actual costs in the event of late completion and/or - non-compliant performance and/or vendor caused damages; and "lump sum" or "time and material" o sums. m U • If"lump sum" quote is requested, the Contractor shall provide: `° ✓ A not-to-exceed total cost for the entire scope of work including a brief description of the work to be completed; m ✓ Lump Sum (fixed price) is a firm fixed total price offering for a project; the risks are en transferred from the County to the Contractor; and, as a business practice there are CO no hourly or material invoices presented, rather, the Contractor must perform to the 3 satisfaction of the County's project manager or designee before payment for the a° fixed price contract is authorized. 0 ✓ Only a single lump sum quote is required, no itemized breakdown for the lump sum -° quote will be required for quoting or payment purposes. No time and material quotes will be accepted or required for quoting or payment. Actual invoices for materials, subcontractors, mark-ups, etc. will not be required for payment purposes, c as the lump sum quote does not require a breakdown of the quote or supporting c documentation. Timesheets and/or timecards will not be accepted or required for w o quoting or payment purposes to support labor hours, as they are not required for a co lump sum quote. ,-- • • If"time and material" quote is requested, the Contractor shall provide: c ✓ The expected number of work hours by each position (and the hourly rate) and the E extended total; 0 ✓ The breakdown of the cost for supplies, parts and equipment used for the scope of Z work; the Contractor must provide itemized documentation of any supply, part or piece of equipment with their invoice. ✓ If applicable, a mark-up of subcontractor's labor, supplies / materials and equipment may be included; the Contractor must provide itemized documentation (including the subcontractor's invoice) of any subcontractor's labor, supplies / materials, and equipment. ✓ The County agrees to pay the Contractor for the amount of labor time spent by the Contractor's employees, (number of hours times hourly rate), and for materials and #16-6640R 9 ITB Template_06132016 Packet Pg. 1646 16.E.2.b equipment used in the project (cost of materials plus the Contractor's mark-up). Subcontractors will be paid by the contractor according to their submitted invoice(s) then the contractor will be allowed to charge a markup accordingly. ✓ As a general business practice, the time and material invoices would include back- up documentation for costs for supplies/materials, equipment rental, subcontractors, etc. 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. ✓ Taxes, related fees, and ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. ✓ Freight and shipping charges will be allowed if included in the quote and only a allowed to the amount support by back-up documentation. No mark-up will be allowed for freight or shipping charges. -° ✓ If applicable, a ten (10%) percent mark-up of subcontractor's labor, subcontractor's supplies / materials, subcontractor's equipment, rental equipment, contactor's equipment, Contractor supplies / materials, etc. will be allowed. CO Contractors Responsibilities 0 The Contractor(s) awarded for preventative maintenance inspection services, repair services, c emergency and for on-call services will provide: : 1. All necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the preventative maintenance inspection services, repairs, and on-call 2 services for the County's systems. Except as noted herein, travel, fees and surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into, the pricing structure. A contractor will not be allowed to bill for administrative hours for invoicing, providing back-up and supporting documentation, etc. 0 All work shall be a "turnkey" operation to include all repairs, site clean-up and restoring the work area to its original condition. The resultant contract provides for any services deemed 0. necessary to complete the job, through means of Contractor(s) in-house expertise or sub- contracted work as needed (back-up documentation will be required for sub-contracted work). c The Contractor(s) shall ensure that all areas and equipment (i.e. UPS units and systems, batteries, etc.) be kept clean and free from dirt, dust and debris. CD Where necessary, work shall include proper permitting, as required, and the Contractor(s) shall be responsible for permit submissions, unless otherwise instructed by the County. Permit fees may be included as a line item on invoices/quotes with no markup. The Contractor(s) will maintain sufficient personnel to accomplish County's work schedule. 2. The Contractor will use technicians who are trained and experienced with brands serviced. The Contractor's technicians will be available for response twenty-four(24) hours a day, seven (7) days a week, 365 days per year for any emergency repairs. The Contractor(s) shall provide the County with an on-call telephone number for emergency service. The Contractor(s) shall employ an adequate staff of approved technicians to provide service taking into account vacation and other leaves. #16-6640R 10 ITB Template_06132016 Packet Pg. 1647 I6.E.2.b 3. Response time: Emergency response shall be provided in no more than four (4) hours from the time of the call. Non-emergency response within eight (8) hours is acceptable. For on-call repairs, the Contractor must be on-site and repairs begun within twenty-four (24) hours of the initial call being placed for all areas unless the County Representative approves a different amount of time for response. 4. A qualified engineer (with all related licenses and certifications being current and in full force and effect) with the experience and ability to "pull" all permits required for any and all system renovations, when necessary and applicable. TIC There is a multitude and variety of different systems currently in place. All brands must be able 12 to be serviced by the vendor or the vendor use a subcontractor to service the equipment. o U 5. Call Schedule: Contractor(s) awarded will provide an on-call schedule twenty-four (24) hours N a day, seven (7) days per week, 365 days per year. Successful bidder(s) shall provide the County with an on-call telephone number(s)for standard, technical, and emergency services. -a cs 6. Replacement / Repair Parts: All replacement / repair parts must be approved and be of Q genuine and original manufacturer's parts. The Contractor(s) will be required to provide proof 0 of the Original Manufacturer's parts through providing invoices or photographs at the time of 00 v invoice submission. c 0 The Contractor(s) shall be required to expressly warrant that all replacement are new and free a from defects, warranted for their merchantability and meet the performance specifications of U the original equipment. In the event a portion, or all of an order, is found to be defective when "°— delivered and/ or installed, the Contractor shall immediately replace the equipment at no cost E to the County. E H 7. Warranties: All new equipment warranty work shall be provided by the original warrantyco supplier. All warranty responsibility for previously purchased, but still under warranty, au equipment will continue to be provided by the original warranty supplier until expiration of the o warranty period. Upon expiration of the warranty period, responsibility for maintenance shall n. automatically transfer to the Contractor, unless otherwise directed by the County representative or designee. 2 All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty item, the Contractor shall notify the County representative or designee, who will then have the responsibility of placing and tracking the warranty trouble call with the warranty m supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble c call to the County representative or designee shall be provided by the Contractor at no 0 additional cost to the County. o ,,- Parts, Parts, replacement parts, and fixtures shall be new and warranted for a minimum of one (1) c year, or the maximum allowed by the manufacturer. All labor for repairs shall have a minimum E ninety (90) day warranty. c 2 8. Additions and Deletions of Equipment: The County retains the right to add or to delete any Q equipment from service provided under this Contract as described herein, upon written notification by the County designee to the Contractor. Any additions or deletions shall be handled by letter from the County representative or designee and approved by the Procurement Strategist. The County, or designee, shall attempt to provide advanced notice to the Contractor of all additional and/or new equipment; however, should Contractor's personnel receive a maintenance or repair call and records show that the individual piece of equipment is not #16-6640R 11 ITB Template_06132016 Packet Pg. 1648 16.E.2.b inventoried or covered by this Agreement, the Contractor personnel will perform repairs as if equipment was covered by this Agreement and shall notify the County designee. The County, or designee, will provide notice of additional equipment in writing to the Contractor, whenever possible. The Contractor may then charge for that piece of equipment, as described below, respectively, effective the date the Contractor was called for service on that piece of equipment. If removing equipment from coverage, the County Representative or designee shall provide written or electronic notice to the Contractor. Equipment removed shall not be billed for the month of removal. Any prepaid coverage fees will be refunded at a pro-rata amount to the County in the form of a credit on the subsequent billing. U 9. Records and Documentation: The Contractor(s) is responsible to maintain and update ate. records for each type of equipment serviced. The documentation will include, and not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor(s) will maintain a service log at the site of each piece of equipment maintained. The Contractor(s) will not charge for any call back work. All recovery reports shall be sent to the County contract manager, or their designee, noting date, M type, quantity, location, and disposal information. 10. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting purchase order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification, at the Contractor's expense, or the County may -6 — follow the provisions in Section 11c (below). Deductions may be imposed at the time of initial () notification for lack of performance. If the Contractor(s) fails to correct the defects within this time frame, the County shall be entitled to have the work remedied, charge a deduction / fine (see Section 11 Performance Measures and Section 12 Contract Deductions), and the Contractor(s) shall be fully liable for a all costs and expenses reasonably incurred by the County. d 11. Performance Measures: The Contractor shall maintain compliance with the following performance measures: 2 a. The Contractor(s) will provide 100% of all required reports and records within the time frame specified to the County, or their designee. b. The Contractor(s) will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. (c. c. The Contractor(s) will furnish all necessary labor, tools, equipment and services to perform contracted services specified in the contract. The term contract officer or project manager a) as used herein, shall mean the County Representative or designee. The Division Management and/or County Representative shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under this contract. If, in the opinion of the County Representative or designee, any part of the Contractor's performance becomes unsatisfactory; the County will immediately levy a deduction on the Contractor's invoice for lack of service. This deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct the violation. There will be no cost to the County for re-works or for the vendor to resolve performance issues. #16-6640R 12 ITB Template_06132016 Packet Pg. 1649 16.E.2.b The County shall have the immediate right to complete the work to its satisfaction, through the use of County employees or outside contractors as deemed necessary, the total sum of the County employee's hours and materials cost(s) and/or outside vendor invoices shall be immediately deducted from the Contractor's invoice. 13. Contract Deductions: It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor(s) perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the designated County representative or designee U shall be found to be a non-performance area and a deduction shall be levied. Ca The deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual (°.) cost, including County employees labor, materials cost, outside vendor cost and any other a. cn costs for the correction of the violation. L Deductions shall be administered through the County Representative or designee. Should the Q Contractor wish to appeal these charges, they may do so in writing to the County representative's Manager within three (3) days of receiving the fine / deduction notification. M The appeal should state dates, times and other associated facts, along with a clear description - of their argument or disagreement with the fine. The appeal should also reference this bid c document and / or other supporting documentation. Should the appeal be rejected by the County's Representative's Manager within three (3) days, the next appeal may then be made ._ to the County Representative's Director within three (3) days. Each of these appeals should •o be made within three (3) days of the incident or notification (for the appeal to the Division). If a co resolution cannot be obtained through the Division Management Appeal process, the Contractor will have the right to appeal within three (3) days to the Procurement Services N Division. '' cn L 14. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and o cleaning affected areas. The Contractor(s) shall keep the premises free of debris and a 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 Q. Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be E no cost to the County for clean-up. If the Contractor(s) does not follow this provision, there will a; be a deduction of one hundred and fifty dollars ($150) per occurrence, per day, plus actual c cost to correct the violation. m ac 0 Any deduction may be assessed after a minimum of one written warning. co 15. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any , equipment containing a County asset sticker. The Contractor(s) shall request that, when c replacing equipment, the asset sticker be removed by an appropriate County staff member E authorized to adjust equipment inventory records. 0 co 16. Survivability Clause: The Contractor(s) agree, will honor, and finish work for any purchase `� order that extends beyond the expiration date of the original solicitation and/or contract. These purchase orders will survive and remain subject to the terms and conditions of the agreement until the completion or termination of the purchase order. #16-6640R 13 ITB Template_06132016 Packet Pg. 1650 I6.E.2.b 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 ors reflect the proper response. • The County's Procurement Services Division reserves the right to clarify a vendor's proposal v prior to the award of the solicitation. a. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s). • For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: Responsive: to be deemed responsive the County will evaluate the following documents 0 Provide evidence of five (5) years of primary experience working in the systems listed in the scope: a. Provide at least three (3) current customer references, including names, addresses, o phone numbers and email addresses. co b. Provide a Collier or Lee County license to operate business. c. Provide evidence of contractor's procedure for the recovery of CFC's. cn • The County reserves the right to award the contractor who is the lowest responsive bidder individually per service/manufacturer(one contractor for Preventative Maintenance Inspection 0 Service and one contractor for On-Call Service), OR, for the lowest(OVERALL TOTAL) d responsive combined bidder's offer(calculated by adding the weighted totals for Preventative Maintenance Inspection Services plus the On-Call Service). Q 2 Lowest Cost per Service (See Attachment 3: Vendor Submittal): Should the County award c to two separate contractors (one contractor for Preventative Maintenance Inspection Services and one contractor for On-Call Services), each service will be calculated independently of the other and awarded to the responsive and lowest contractor's TOTAL for each service. • Preventative Maintenance Inspection Services: Complete information on Attachment 8: Vendor Bid Schedule via the County's Online Bidding System. The contractors will be ordered from lowest TOTAL to highest TOTAL (the County's Local Vendor Preference consideration will be reviewed on this service). 0 • On-Call Services: Complete information on Attachment 8: Vendor Bid Schedule via the County's Online Bidding System. The contractors will be ordered from lowest TOTAL to highest TOTAL (the County's Local vendor Preference consideration will be reviewed on this service). Lowest Cost for both Services (See Attachment 3: Vendor Submittal): Should the County award to one contractor for both services (Preventative Maintenance Inspection Services and On-Call Services), each service TOTAL will be weighted by the following weighted multiplier: • Preventative Maintenance Inspection Services x 38% =Weighted TOTAL • On-Call Services x 62% = Weighted TOTAL #16-6640R 14 ITB Template_06132016 Packet Pg. 1651 16.E.2.b Note: the weighted multiplier is a representative multiplier of the estimated future services in each category.The weighting is for evaluation purposes only. The Weighted TOTAL for both services will be added together to determine the contractor with the lowest OVERALL TOTAL for both services combined. The County's Local Vendor Preference consideration will then be evaluated using the contractor's OVERALL TOTAL. • Collier County reserves the right to select one, or more than one Contractors, however, it is the intent to select a single or multiple awardees. • The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. cc w 0 Term of Contract a The award term, if an award(s) is/are made is intended to be for one (1) one (1) year term beginning on the date of award, with three (3) additional one (1) year renewal options. 2 Prices shall remain firm for the initial term of this award. Price adjustments are only allowed at contract renewal and are dependent upon the consumer price index (CPI) over the past twelve CD (12) months, budget availability and County approval in accordance with the Procurement co Ordinance. 0 Surcharges will not be accepted in conjunction with this contract except as described in the scope of work. 0 Projected Timetable Event Date cn Issue Solicitation Notice August 4, 2016 eu Last Date for Receipt of Written Questions August 10, 2016, 4 0 PM, Naples Local n. Time Addendum Issued Resulting from Written Questions TBA Solicitation Deadline Date and Time August 15, 2016, 2:30 2 PM, Naples Local Time Anticipated Evaluation of Submittals TBA Anticipated Board of County Commissioner's Contract September 2016 Approval Date 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 #16-6640R 15 ITB Ternplate_06132016 Packet Pg. 1652 I6.E.2.b 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 Procurement Services Division (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 c°> 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly a 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 0 being rejected as non-responsive. 2. Pricing co 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 T opening. After award by the Board of County Commissioners, prices may only be adjusted as �° outlined in Exhibit I: Term of Contract. 0 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide co 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. as 4. Equal Product 2 d 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 o 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. E 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. #16-6640R 16 ITB Template_06132016 Packet Pg. 1653 16.E.2.b 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 o exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. a. n. 7. Addenda 2 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 M CO 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 o Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before cn 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 N rejection of your submittal. (; a, 8. Bid Submission 0 a. For Electronic Submission Q All electronic bids shall be submitted online via the Collier County Procurement Services Division L Online Bidding System: www.colliergov.net/bid. For Paper Submissions All paper bids shall be submitted to the County Procurement Director, Collier County Government, Procurement Services Division, 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 E 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) or flash drive with one copy of the proposal on the CD or flash drive 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 Procurement Services Division Internet bid site. #16-6640R 17 ITB Template_06132016 Packet Pg. 1654 16.E.2.b 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 Procurement Services Division 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 Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 0 0 10. Protests cn a 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 Procurement Ordinance and policies. 11. Rejection and Waiver 0 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. cn 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) a. 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 2 County Procurement Ordinance. c 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 o 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 cc 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. #16-6640R 18 ITB Template_06132016 Packet Pg. 1655 I6.E.2.b 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 o 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 a 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 2 are in fact qualified and responsive bidders. Next, the Procurement Services Division 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 Procurement Services Division shall invite the (0_ 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 o bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the cn 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 o Local Business which is included as part of this solicitation. a. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude Q said Bidder from being considered for local preference on this solicitation. L 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. 0 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. c 13. Immigration Affidavit Certification c6 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. #16-6640R 19 ITB Template_06132016 Packet Pg. 1656 16.E.2.b 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 Procurement Services Division 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 a non-responsive. ccAdditionally, 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. M For additional information regarding the Employment Eligibility Verification System (E-Verify) c° program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. 2 171 Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall o be fully responsible for complying with the provisions of the Immigration Reform and Control Act of Cr) 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. a 14. Lobbying .72 All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied E 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 c- 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 Procurement Services Division. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute L 607.1501) E In order to be considered for award, firms must be registered with the Florida Department of State cc 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. #16-6640R 20 ITB Template_06132016 Packet Pg. 1657 I6.E.2.b 16. General Information 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. 19,17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. c°v co Award shall be made in a manner consistent with the County's Procurement Ordinance. Award recommendations will be posted outside the offices of the Procurement Services Division as well as on the Collier County Procurement Services Division website on Wednesdays and Thursdays prior to the County Commission meetings. M Any actual or prospective respondent who desires to formally protest the recommended contract oo_ 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 c° 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. cn U) E m 4- w U) m 0 a) :. 0 L a> ec C C9 a) E U -. Y Y #16-6640R 21 ITB Template_06132016 Packet Pg. '1658 16.E.2.b 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 r 2. Acceptance and Confirmation specifically stated in this Purchase Order. o This Purchase Order (including all documents Unless otherwise provided in Purchase 0 attached to or referenced therein) constitutes Order, no invoices shall be issued nor E o the entire agreement between the parties, unless payments made prior to delivery. Unless v otherwise specifically noted by the COUNTY on freight and other charges are itemized, any a 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 3 terms and conditions contained in this Purchase same day via the same route must be < Order. consolidated. Each shipping container must cc be consecutively numbered and marked to 0-) 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 c o 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 U objects to any additional or different terms and must be included on each package of less 'o conditions contained in any acknowledgment, than container load (LCL) shipments and/or Cl) invoice or other communication from VENDOR, with each car load of equipment. The u) notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or 2 payment for any delivery of goods and/or return any shipment or equipment at u, services, or any similar act by VENDOR. VENDOR'S expense that is not marked with v) Purchase Order numbers. VENDOR agrees m 3. Inspection to declare to the carrier the value of any o All goods and/or services delivered hereunder shipment made under this Purchase Order m 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 Q shall not constitute acceptance. All payments are number and any other specific information as E 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. c Payment will be made upon receipt of a d' 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 to , 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 0 Order if goods and/or services provided early in Commissioners Purchasing Policy. E the term of the Purchase Order are 0 non-conforming or otherwise rejected by the 5. Time Is Of the Essence Q 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. #16-6640R 22 ITB Template_06132016 Packet Pg. 1659 16.E.2.b 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. 0 required for performance of the Purchase Order, an equitable adjustment in the price and/or 11. Warranty of Non-Infringement o delivery schedule will be negotiated by the VENDOR represents and warrants that all goods 0 COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase cn foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; D to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, -a Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute 3 made within thirty (30) days from the date the unfair competition. Q change is ordered or within such additional co period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the 01 parties. COUNTY from and against any and all claims, including claims of negligence, costs and o 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 o will conform to the specifications, drawings, the goods and/or services provided under this cn samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S N specified by the COUNTY, and will be of representations and warranties in section 11 (a). EEi satisfactory material and quality production, free tn 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 3 security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, o 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 72 and payment by the COUNTY. the goods or services so that they become Q non-infringing, (without any material degradation L 8. Statutory Conformity in performance, quality, functionality or additional a; Goods and services provided pursuant to this cost to the COUNTY). _ Purchase Order, and their production and D transportation shall conform to all applicable 12. Insurance Requirements rt laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide c) Health and Safety Act, the Federal commercial insurance of such type and with such co Transportation Act and the Fair Labor Standards terms and limits as may be reasonably to 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> a material obligation of the VENDOR. All E 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in Q 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 #16-6640R 23 ITB Template_06132016 Packet Pg. 1660 16.E.2.b 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 Cri the County shall have the discretion to Judicial Circuit in and for Collier County, unilaterally terminate said agreement Florida cc immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in ` o be regarded by the COUNTY as a material and response to a breach of this Purchase Order 0 substantial breach of the contract arising from by VENDOR shall not constitute a waiver of u) this Purchase Order. breach. Waiver of the COUNTY by any n default by VENDOR hereunder shall not be 'a 14. Force Majeure deemed a waiver of any subsequent default 3 Neither the COUNTY nor VENDOR shall be by VENDOR. Q responsible for any delay or failure in c) All notices under this Purchase Order shall co performance resulting from any cause beyond be sent to the respective addresses on theco 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 o When VENDOR has knowledge of any actual or personal delivery and will be deemed LI potential force majeure or other conditions which effective upon receipt. Postage, delivery and A 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 von shall immediately give notice thereof, including all written notice complying with the N relevant information with respects to what steps requirements of this section. a VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any a goods and/or services to the COUNTY. travel expenses that may be associated with N this Purchase Order in accordance with a) 15. Assignment Florida Statute Chapter 112.061, Per Diem o VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, a. nor any money due or to become due without the employees and authorized persons. Ti prior written consent of the COUNTY. Any e) In the event of any conflict between or :� a assignment made without such consent shall be among the terms of any Contract Documents E L deemed void. related to this Purchase Order, the terms of a; the Contract Documents shall take E 16. Taxes precedence over the terms of the Purchase D Goods and services procured subject to this Order. To the extent any terms and /or ce 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 'co? property rented, tangible personal purchased or Contract Documents, the provisions of the ci .,-- rented, 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 (L) greatest protection to the County shall E 17. Annual Appropriations govern. (-) cz The COUNTY'S performance and obligation to Zi 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 #16-6640R 24 ITB Template_06132016 Packet Pg. 1661 16.E.2.b 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 U) 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 o construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of v 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 M Collier County has implemented a Vendor Performance Evaluation System for all contracts co awarded in excess of$25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 0 4. Deductions for Non-Performance co 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. 0 5. Termination m Should the Contractor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may 2 terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty(30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 6. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and E conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 7. 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. #16-6640R 25 ITB Template_06132016 Packet Pg. 1662 I6.E.2.b 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. 8. Florida Wood Products ca The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and o other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. a. 9. Public Records Compliance Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) 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 �n RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 0 a 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 2 agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. cece 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 (c) transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public a 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 a) the public agency upon completion of the contract, the Contractor shall destroy any Q 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. #16-6640R 26 ITB Template_06132016 Packet Pg. 1663 16.E.2.b 10. 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. 11. 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 0 of all the required licenses must be submitted with the bid response indicating that the U) 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. M CO 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. o After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. `2 0 U) 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. a, 12. Protection of Property a° The Vendor shall ensure that the service is performed in such manner as to not damage any Q 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. a co The County's project manager, shall coordinate with the Vendor/Contractor the return of any cso surplus assets, including materials, supplies, and equipment associated with the scope or work. a) 13. 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. #16-6640R 27 ITB Template_06132016 Packet Pg. 1664 16.E.2.b 14. Invoice and Payments The County's project manager reserves the right to establish any one, or a combination of, these industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 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 ra times hourly rate), and for materials and equipment used in the project(cost of materials plus E' 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. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.)for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify .0 the unit price and the number of units received (no contractor inventory or cost verification a required). 0 U, 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. 0 a Invoices shall be sent to: 47 Board of County Commissioners 2 Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Suite 700 Naples FL 34112 0 Or emailed to: bccapclerk(a�collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or CD services as part of this agreement. E 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 #16-6640R 28 ITB Template_06132016 Packet Pg. 1665 16.E.2.b I 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. in Payments will be made for articles and/or services furnished, delivered, and accepted, upon L receipt and approval of invoices submitted on the date of services or within six (6) months after c completion of contract. Any untimely submission of invoices beyond the specified deadline period 0 is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be a) deemed of the essence with respect to the timely submission of invoices under this agreement. D lis In instances where the successful contractor may owe debts (including, but not limited to taxes or Q 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 co association with a contract. c 0 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 N Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount E of any payment for work not performed or for unsatisfactory performance of Contractual °' requirements. N0 L 15. Survivability o n. Bids (ITBs/RFPs): The Contractor agrees that any Work Order/Purchase Order that extends a) .11 beyond the expiration date of Solicitation 16-6640R resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of c any Work Order/Purchase Order. Purchase Orders: The Consultant/Contractor/Vendor D 0 16. Insurance Requirements r co 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 a Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain E property insurance upon the entire project, if required, to the full insurable value of the scope ofo ca work. ..t.' 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. #16-6640R 29 ITB Template_06132016 Packet Pg. 1666 16.E.2.b 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: in Collier County Board of County Commissioners Naples, Florida 0 ca 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 -a Office (ISO)forms and endorsements or their equivalents. If Vendor has any self-insured 3 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 M deductibles and provide satisfactory evidence of financial responsibility for such obligations. All co self-insured retentions or deductibles will be Vendor's sole responsibility. 0 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. c 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 o0 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 Q. the full extent permitted under such policy. CD 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 c 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 czs 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 E 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. #16-6640R 30 ITB Template_06132016 Packet Pg. 1667 16.E.2.b 15. 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 L Collier County Procurement Services Division 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 0 your bid response, your bid response may be deemed non-responsive. c 16. Security and Background Checks The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. M If required, Contractor shall be responsible for the costs of providing background checks by the 00 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 o local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Governmentcn Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is a valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. Y Q The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS(a�colliergov.net)whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four(4) hours of separation may result in a deduction of$500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 17. 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 Procurement Services Division and are available on-line at colliergov.net/purchasing. #16-6640R 31 ITB Template_06132016 Packet Pg. 1668 16.E.2.b 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. 18. 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 c 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 (I) a. Vendor shall leave all affected areas as they were prior to beginning work. 19. 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 o 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 cn materials from other suppliers. In either instance the County may require the following information E from the Vendor: • Required quantities of material. • Specifications relating to goods and/or materials required for job including brand and/or model a) number or type if applicable a° • Pricing and availability of goods and/or materials provided under Vendor's agreements with material suppliers _ 20. 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. to 21. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an U hourly rate for each. Hourly rates will commence once equipment arrives at the service site, Q unless otherwise agreed in writing by the Project Manager. 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, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor's cost for time and material projects, and to withhold payments until documentation is provided. #16-6640R 32 ITB Template_06132016 Packet Pg. 1669 16.E.2.b All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry 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. 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. U) U L Y ttOt .V.^ V/ 0_ D T.:'. ca a M CO m- C 0 .4C-71 w 0 O N U) E N +-. U) >, V) L a) 0 a. a) Q.. E. L '' Y E W 0 a> a) C a) E U 2 Q #16-6640R 33 ITB Template_06132016 Packet Pg. 1670 16.E.2.b Caber County Ad.�. _ ministrative Services Department r^racuremen;Serrces L.w[sion Attachment 1: Vendor Submittal - Vendor's Non-Response Statement The sole intent of the Collier County Procurement Services Division 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 Procurement Services Division, 3327 Tamiami Trail East, Naples, Florida 34112. 0 U We are not responding to this ITB for the following reason(s): n Solicitation: 16-6640R Uninterrupted Power Systems 03Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. 00 ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. cn ] Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: N m _m ] Other reason(s): .a L L w Firm's Complete Legal Name to Address City, State, Zip E Telephone Number FAX Number Signature/Title Type Name of Signature Date: #16-6640R 34 ITB Template_06132016 Packet Pg. 1671 16.E.2.b Caller County 4drrinistrE ve Services Department ewureri,en[Seriices Di r[svt, 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: o 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. (ts 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. M 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. f 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 in ITB. c) 12. The mailing envelope must be addressed to: N Procurement Director Collier County Government m Procurement Services Division 3327 Tamiami Trail E n. Naples FL 34112 °' The mailing envelope must be sealed and marked with: Q • Solicitation: 16-6640R Uninterrupted Power Systems L • Opening Date: August 15, 2016 at 2:30 PM 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 r downloaded Y E ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. tci Company Name Signature &Title Date #16-6640R 35 ITB Template_06132016 Packet Pg. 1672 16.E.2.b Cad[ e-r Couvrty Administrative Services Department Procurement Sert.ces Don Attachment 3: Vendor Submittal - Bid Response Form FROM: in U t4 Board of County Commissioners Collier County Government Center Naples, Florida 34112 cn a RE: Solicitation: 16-6640R Uninterrupted Power Systems Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and Q0 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. c° 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: `n * ** SEE FOLLOWING PAGES * ** 0 a.° 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 cc co co Bid Response Form is electronic. Please input your prices online. c a) E U 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. #16-6640R 36 ITB Template_06132016 Packet Pg. 1673 16.E.2.b 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 cc Number o CCR#or CAGE Code cn a. Telephone Number D 3. cs FAX Number 3 Q Signature/Title coco Type Name of Signature o Date —. U_ O to **,t**+*****,r******,t,t** *,t*,t+***.*******,r,t*******,t**************,t*******************.************** N Additional Contact Information Cl) Send Payments To: (REQUIRED ONLY if different from above) a. 0 Firm's Complete Legal Name D. co Address Q 2 L L City, State, Zip 0 c Contact Name 0 v Telephone Number FAX Number w c to Email Address E 0 ttS Q #16-6640R 37 ITB Template_06132016 Packet Pg. 1674 16.E.2.b Co`I(ier Comity Administrative Services Department Procurement Senates Gm:don Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 16-6640R Uninterrupted Power Systems (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County N Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board .r of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County o Procurement Ordinance: U Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax a 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 cc 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 7 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 U) the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. cn Vendor must complete the following information: cn N Year Business Established in ❑Collier County or ❑ Lee County: a.Number of Employees(Including Owner(s)or Corporate Officers): .Q Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s)or Corporate Officers): L 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. cc Vendor Name: Date: cn Address in Collier or Lee County: CO Signature: Title: STATE OF FLORIDA R 1=1 COLLIER COUNTY El LEE COUNTY Q 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) #16-6640R 38 ITB Template_06132016 Packet Pg. 1675 16.E.2.b Collier CoRvity r umsnistrat ve Services Department ocurennen:rerwicei,D.siar Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 16-6640R Uninterrupted Power Systems 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 Compan 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 I o Bidder's proposal as non-responsive. a. rn 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 -o 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 0.) grounds for unilateral termination of the contract by Collier County. c 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 c° Vendor's/ Bidder's proposal. Company Name Print Name Title 0 a Signature Date C) .76 4-a. ° State of E County of The foregoing instrument was signed and acknowledged before me this day of ,20_, by CL 0 who has produced as identification. (Print or Type Name) (Type of Identification and Number) co Notary Public Signature °' U RS 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. #16-6640R 39 ITB Template_06132016 Packet Pg. 1676 16.E.2.b Collier County Administrative Services Department ProcureirIait:Services Di.ision 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 u, return with your quote or proposal. L 1. General Information (provide all information) o v Taxpayer Name (as shown on income tax return) a- Business Name (if different from taxpayer name) Address City State Zip 00 Telephone FAX Email 0 Order Information Remit/Payment Information Address Address City State Zip City y State Zip FAX FAX Email Email U) a, 2. Company Status (check only one) 0- a) Individual/Sole Proprietor Corporation Partnership a Tax Exempt(Federal income tax-exempt entity Limited Liability Company L under Internal Revenue Service guidelines IRC a) 501 (c)3) Enter the tax classification c (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) co co Federal Tax Identification Number(TIN) C° (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 ea Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #16-6640R 40 ITB Template_06132016 Packet Pg. 1677 16.E.2.b Collier Comity Administrative Services Department rocurvtneri S:v,.-$Civ z,lx Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance I Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government 17) Compensation Statutory Limits and Requirements 0 ca L 2. ® Employer's Liability $100.000 single limit per occurrence o U u) 3. ® Commercial General Bodily Injury and Property Damage °- D Liability(Occurrence Form) -12patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury 12 ISO form Liability and Property Damage Liability. This shall include Premises and 3 Operations; Independent Contractors; Products and Completed Operations `.t and Contractual Liability. to co co it— .....- 4. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier o County, its officers and employees from any and all liabilities, damages, o losses and costs, including, but not limited to, reasonable attorneys'fees and 'c.7 paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone co employed or utilized by the Contractor/Vendor/Consultant in the performance E of this Agreement. N 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 0 a 5. ® Other insurance as ❑ Watercraft $ Per Occurrence a.) noted: 25 ❑ United States Longshoreman's and Harborworker's Act coverage shall be a maintained where applicable to the completion of the work. $ Per Occurrence °' c .E ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to D the completion of the work. o $ Per Occurrence coo co ❑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 c under this Agreement. E $ Per Occurrence E 0.f.'..' ® Pollution $ 1,000,000 Per Occurrence Q ❑ Professional Liability $ per claim and in the aggregate • $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 #16-6640R 41 ITB Template_06132016 Packet Pg. 1678 I6.E.2.b ❑ 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. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the as 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. o The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to ma. 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 Q 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 co York 10038. o 0 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to R meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. U) 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. v, 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County cL 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 d work performed on behalf of Collier County. 11. ® Thirty(30) Days Cancellation Notice required. Q. 3 Vendor's Insurance Statement CL We understand the insurance requirements of these specifications and that the evidence of insurability may be required Z'ro within five(5)days of the award of this solicitation. Name of Firm Date Vendor Signature U Print Name Q Insurance Agency Agent Name Telephone Number #16-6640R 42 ITB Template_06132016 Packet Pg. 1679 1 6.E.2.c AGREEMENT 16-6640R for Uninterrupted Power Systems THIS AGREEMENT, made and entered into on this 13th day of September, 2016, by and between Precision Power Services, Inc., authorized to do business in the State of Florida, whose business address is 3959 Van Dkye Road, Suite #230, Lutz, Florida 33558 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 0 1. AGREEMENT TERM. The Agreement shall be for a one (1) year period, commencing on Board Award Date and terminating one (1) year from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. Q 2. RENEWAL. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement 00 for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. L The County Manager, or his designee, may, at his discretion, extend the Agreement o under all of the terms and conditions contained in this Agreement for up to one hundred a and eighty (180) days. The County Manager, or his designee, shall give the Contractor 0 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. ft 3. STATEMENT OF WORK. The Contractor shall provide all necessary labor, materials, LD tools, equipment, supplies, consumables, maintenance, transportation, skills, and incidentals, and any other necessary accessories or services to perform Uninterrupted Power Systems services as specified and in accordance with the terms and conditions of Invitation to Bid (ITB) #16-6640, Exhibit A — Scope of Services Contractor's Bid r) Proposal, Exhibit B - Fee Schedule, Exhibit C —Facilities Management Division UPS 2.1 List, Exhibit D — Public Utilities UPS List, and Exhibit E — Information Technologies Division UPS List, referred to herein and made an integral part of this Agreement. The Contractor is the Primary for Preventative Maintenance. If the Primary Contractor cannot provide requested services within the timeframe specified by the user division, then the Secondary Contractor will then be contacted. If the Secondary Contractor cannot provide requested services within the timeframe specified by the user division then the Tertiary Contractor will be contacted. The Contractor is the Secondary for Routine Service, On-Call Service, Emergency Service Repairs and Replacements. If the Primary Contractor cannot provide requested services within the timeframe specified by the user division, then the Page 1 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1680 1 I6.E.2.c Secondary Contractor will then be contacted. If the Secondary Contractor cannot provide requested services within the timeframe specified by the user division then the Tertiary Contractor will be contacted. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement the aggregate of the services furnished at the unit price and rates in Exhibit B — Fee Schedule, and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County Representative or designee, and in compliance with Chapter 218, Fla. Stats., a. otherwise known as the "Local Government Prompt Payment Act." 4.1 Price Methodology: Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, r including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. cr' Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are n transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's County Representative or designee before payment for the CD fixed price contract is authorized. Only a single lump sum quote is required, no itemized breakdown for the lump sum quote will be required for quoting or payment purposes. No time and material quotes will be accepted or required for quoting or payment. Actual invoices for materials, subcontractors, mark-ups, etc. will not be required for payment purposes, as the lump sum quote does not require a breakdown of the quote or supporting documentation. cs, Timesheets and/or timecards will not be accepted or required for quoting or payment purposes to support labor hours, as they are not required for a lump sum quote. For lump sum quotes all three awardees (primary, secondary, and tertiary) must provide a lump sum quote or explanation for a no quote. e 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 Page 2 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1681 16.E.2.c 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. 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "lathes" as 0 untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Cl. L 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No mark-up shall be applied to these taxes or fees. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Precision Power Services, Inc. 3959 Van Dkye Road, Suite #230 Lutz, Florida 33558 T. Telephone: (866) 929-6319 r Facsimile: (727) 376-6700 e-mail: cherz@precisionups.com Attention: Christopher Hertz, President All Notices from the Contractor to the County shall be deemed duly served if mailed or CD faxed to the County to: , Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: (239) 252-8407 Facsimile: (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. Page 3 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services, Inc. Packet Pg. 1682 I6.E.2.c 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible E' for payment of any and all taxes levied on the Contractor. In addition, the Contractor 8 shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or cn 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 a the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after .N 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 0 the suspension period until the violation has been corrected to the satisfaction of the o County. 10. TERMINATION. With respect to this agreement, should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. With respect to a particular Project, termination shall be governed by the terms of the Purchase Order. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. Page 4 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1683 I6.E.2.c 12. 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. 3 f6 B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per o Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage U Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. -� C. Workers' Compensation: Insurance covering all employees meeting Statutory a Limits in compliance with the applicable state and federal laws. co The coverage must include Employers' Liability with a minimum limit of $100,000 for o each accident. D. Pollution: Coverage shall have minimum limits of $1,000,000 Per Occurrence and to shall be maintained by the Contractor. 0 0- Special Special Requirements: Collier County Government shall be listed as the Certificate o Holder and included as an Additional Insured on the Comprehensive General Liability 'N Policy. L a Current, valid insurance policies meeting the requirement herein identified shall be e4 maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. ° Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after . receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 13. 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, whether resulting from any claimed breach of this Page 5 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1684 16.E.2.c Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the : Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 17)- T. 13.1 The duty to defend under this Article 13 is independent and separate from the duty o to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided -� to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by < final judgment that an action against the County or an indemnified party for the matter M indemnified hereunder is fully and finally barred by the applicable statute of limitations. 00 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of S' the County by the Facilities Management Division. 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with a the performance of services required hereunder. Contractor further represents that no 0 persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the a following component parts, all of which are as fully a part of the Agreement as if herein c set out verbatim: Insurance Certificate(s), Exhibit A— Scope of Services, Exhibit B — Fee Schedule, Contractor's bid proposal, Exhibit C —Facilities Management Division UPS List, Exhibit D — Public Utilities Department UPS List, Exhibit E — Information E' Technologies Division UPS List, and ITB #16-6640R. E L 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between Q the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 18. 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, Page 6 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,in a\1 Packet Pg. 1685 16.E.2.c 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. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but 41 not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida L Public Records Law Chapter 119), including specifically those contractual requirements o at 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 a 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 (I) Naples, FL 34112-5746 0 Telephone: (239) 252-8383 a. The Contractor must specifically comply with the Florida Public Records Law to: a 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 to public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public Zi 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 Page 7 of 22 Agreement#16-66408"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1686 16.E.2.c 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. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and Y conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. O U 21. 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. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and co Procurement Procedures and Section 4.1 of this Agreement. 23. 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 CD 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 o negotiations to County for approval. Failing resolution, and prior to the commencement .N 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-upona. 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 43, 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. 24. 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 U jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the required services on a timely Page 8 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1687 16.E.2.c basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 26. 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, this Agreement shall take precedence. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Y Agreement, or any part herein, without the County's consent, shall be void. If Contractor L does, with approval, assign this Agreement or any part thereof, it shall require that its o assignee be bound to it and to assume toward Contractor all of the obligations and U responsibilities that Contractor has assumed toward the County. a. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as 5 amended. Background checks are valid for five (5) years and the Contractor shall be a responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, 'E 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. a. All of Contractor's employees and subcontractors must wear Collier County Government .N Identification badges at all times while performing services on County facilities and .-,y; properties. Contractor ID badges are valid for one (1) year from the date of issuance and o can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the a continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional Q fees for this process, the vendor is responsible for all costs. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE TO FOLLOW Page 9 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. (Th Packet Pg. 1688 16.E.2.c IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Donna Fiala, Chairman 73 Dated: Al (SEAL) 0 U cn Precision Power Services, Inc. Contractor I' L By: M First Witness Signature 00 TType/print witness nameT TType/print signature and titleT o 43 V) Second Witness c a TType/print witness name o 0 G3 8: Ix Approvedist•' / and legality: Vika' IA Jeffrey A. Ktz.•w, County Attorney 1 i t E 0 RS Y Page 10 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. ,rl Packet Pg. 1689 16.E.2.c Exhibit A— Scope of Services PREVENTATIVE MAINTENANCE The preventative maintenance covered by this scope of work includes (all checks or processes may not be applicable to all equipment types or models): 1. Visual Inspections: • Inspect all printed circuit board connections for cleanliness, swab contacts if necessary; • Inspect all power connections for signs of overheating; • Inspect all subassemblies, bridges, and legs for signs of component defects or stress; • Inspect all DC capacitors for signs of leakage; o • Inspect all AC capacitors for signs of leakage; (.) • Inspect and inventory all customer-owned spare parts; a. • Inspect for and perform, as required, any open engineering changes; • Inspect insulation, overheating, and physical damage; and • Inspect battery monitoring system. 2. Internal Operating Parameters: (o • Control calibrations—check/adjust, as necessary; • DC Ground Detection Offset, if applicable; • Inverter leg current average phase balance, if applicable; cp • Output filter current average phase balance; • Rectified bridge current average leg balance; • AC Protection settings are checked; • DC Protection settings are checked; o a. • Calibrate and record all electronics to system specifications; • Input and Output Frequency and Voltage Bandwidth settings are checked; ° 1) • Verify DC filter capacitance; • Verify AC tank and trap filter capacitance including balancing of items; • Power Supply voltages and waveforms; • Update firmware as necessary with customer approval (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost with applicable markups); and a • Evaluate Field Service Bulletins (FSBs) for potential updates (parts if required are included at no charge with full parts coverage if the equipment is under Service ;v Agreement. If there is no service agreement, the parts may be billed at actual cost ¢ with applicable markups). c 3. External Operating Parameters: • System Input Voltages, all phases; • System Input Currents, all phases; • DC Charging Voltages (float and equalize), record settings, and adjust to nominal; • Rectifier phase on and walk-up; • Inverter phase on and walk-up; • Adjust all panel meters to measured values; • System Bypass Voltages, all phases; • Manual and UV Transfer Testing, verify uninterrupted transfer waveform, if applicable; • Outage Simulation, batter capability testing, and verify charger current limit; and • Generator operation and interface verification, if applicable. Page 11 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1690 16.E.2.c 4. Environmental Parameters: • UPS area ambient temperature and condition of ventilating equipment; • General Cleanliness of UPS Power Module; • General Cleanliness of UPS area; • Replace air filters as applicable and necessary (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost with applicable markups); • Clean outside of UPS including control panel/CRT screen; and • Flywheel only: Drain oil and change oil and filers. 5. Battery Cabinet Checks: • General appearance of battery systems (all types); • General cleanliness of batter system areas (all types); o • Verify the integrity of the battery rack/cabinet; o • Inspect all DC connections for abnormalities; a.a. • Inspect cells for physical abnormalities; • Check batter for current limits, input limits, overload levels, and over temp circuits; 6- • •Check for corrosion on battery terminals and connectors; • Clean batteries as necessary; • Verify proper torque on connections; op • Verify the condition of the ventilation equipment, if applicable; • Check the appearance of the battery room, if applicable; • Battery system area ambient temperature and condition of ventilating equipment; and • For internal batters only—measure and record: i. Overall battery float voltage; ii. Charger output current and voltage; iii. Negative terminal temperature of one cell/battery per battery cabinet shelf or a rack tier; and iv. Momentary load testing of cells < 100 watts (e.g. 9E, 9x55, not 9330). 6. Monitoring System Parameters: • Alarm archive review and printing; a • Alarm lamp test-local and remote, if applicable; o • Replace all open monitor bulbs; • Inspect battery monitoring system; and • Review battery test in history, if applicable. 7. Circuit Breakers/Isolators: • Check capacitors for swelling or leaks; CD • Verify free travel; and • Check magnetic/thermal settings. a 8. Additional Items: • Synchronizing verification: E i. Utility Sync and Transfer to bypass; ii. Transfer from bypass to UPS; iii. Verify voltage and phase lockout; and iv. Verify static bypass operation. • Fuses need verified for type, value, and condition; • Power Measurements (on-line): i. Output RMS current (Phase and Neutral); and ii. Output Peak current (Phase and Neutral). • Cleaning/Air Flow—check fans, doors, and compartment seals i. Replace filters; and Page 12 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1691 16.E.2.c ii. Clean Module. • Clean normal cell dirt/dust accumulation, when possible. • Battery recycling as required, is included. • Check nuts, bolts, screws, and connections for tightness and heat discoloration, • Operational testing of the system including unit transfer and battery discharge. 9. General: • Customer consultation; • Verbal recommendations; and • General observations. Following the preventative maintenance inspection, a written report / check list will be provided to the Division detailing the results of the inspection, services completed, and making specific recommendations for future remedial action, upgrades, etc. o cn Preventative maintenance on each unit / system / battery is required to be completed in accordance with the manufacturer's recommendations. Preventative maintenance will be billed by item serviced. Actual records must be provided for payment. These records will include but not be limited to: a E summary spreadsheet for each unit services with the date of service and an attestation signed by the Contractor. coTypically, preventative maintenance will be completed during normal business hours; however, the County may request preventative maintenance during off-hours, as deemed necessary by the County representative or designee. A surcharge will be allowed for off-hours preventative maintenance, if necessary and first approved in writing by the County representative or designee. U) Equipment Manufacturer Services Plans may be added as a separate "turnkey" item for specific units, as needed by County Divisions. When these services occur, a quote following the pricing methodology 0 of the solicitation will be requested from the Contractor. 0 .N ON-CALL SERVICES (for regular and emergency equipment maintenance, repair, and replacement identified in the scope of work): The two types of maintenance, repair, and replacement services required are: • On-Call Repair Work: The County representative or designee will provide a scope of work to be performed to the Contractors and request that a "time and materials" or "lump sum" quote be provided. The County expects that for on-call repair work, the contractor provides a price quote within a reasonable time (one to two business days) from the point of initial contact. Once a purchase order is issued, the County representative or designee would expect that the on-call service for regular maintenance, repair and replacement commence within two (2) business days, unless otherwise directed by the County representative or designee. In the event that the Contractor does not fulfill these response requirements, the County reserves the right to contact other Contractor to perform the scope of work. co • Emergency Repair Work: The County representative or designee will identify the needed maintenance, repair and replacement for the life, health, safety or equipment/facility emergency and request that work be completed as soon as reasonably practicable. The County representative or designee may direct the Contractor to commence work through a verbal direction; and a purchase order will be issued to the Contractor as soon as possible. All emergency repair work will be completed on a time and materials based on the contracted pricing schedule. If any repair is deemed an emergency, all parts must be shipped overnight and repairs are to start immediately upon the part being received. Page 13 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. n Packet Pg. 1692 16.E.2.c In each scope of work the County representative or designee reserves the right to specify: the period of completion; collection of deductions / fines or actual costs in the event of late completion and/or non- compliant performance and/or vendor caused damages; and "lump sum" or"time and material" sums. • If"lump sum" quote is requested, the Contractor shall provide: ✓ A not-to-exceed total cost for the entire scope of work including a brief description of the work to be completed; ✓ Lump Sum (fixed price) is a firm fixed total price offering for a project; the risks are transferred from the County to the Contractor; and, as a business practice there are no hourly or material invoices presented, rather, the Contractor must perform to the satisfaction of the County's project manager or designee before payment for the fixed price contract is authorized. a ✓ Only a single lump sum quote is required, no itemized breakdown for the lump sum quote will be required for quoting or payment purposes. No time and material quotes will be accepted or required for quoting or payment. Actual invoices for materials, a subcontractors, mark-ups, etc. will not be required for payment purposes, as the lump sum quote does not require a breakdown of the quote or supporting 2 documentation. Timesheets and/or timecards will not be accepted or required for quoting or payment purposes to support labor hours, as they are not required for a lump sum quote. co • If"time and material" quote is requested, the Contractor shall provide: ✓ The expected number of work hours by each position (and the hourly rate) and the extended total; ✓ The breakdown of the cost for supplies, parts and equipment used for the scope of in work; the Contractor must provide itemized documentation of any supply, part or 3 piece of equipment with their invoice. o ✓ If applicable, a mark-up of subcontractor's labor, supplies / materials and equipment c may be included; the Contractor must provide itemized documentation (including the g subcontractor's invoice) of any subcontractor's labor, supplies / materials, and equipment. d ✓ The County agrees to pay the Contractor for the amount of labor time spent by the Contractor's employees, (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the Contractor's mark-up). Subcontractors will be paid by the contractor according to their submitted invoice(s) (10 then the contractor will be allowed to charge a markup accordingly. ✓ As a general business practice, the time and material invoices would include back- up documentation for costs for supplies/materials, equipment rental, subcontractors, etc. 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. ✓ Taxes, related fees, and ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. ✓ Freight and shipping charges will be allowed if included in the quote and only allowed to the amount support by back-up documentation. No mark-up will be allowed for freight or shipping charges. ✓ If applicable, a ten (10%) percent mark-up of subcontractor's labor, subcontractor's supplies / materials, subcontractor's equipment, rental equipment, contactor's equipment, Contractor supplies/ materials, etc. will be allowed. Page 14 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. O Packet Pg. 1693 I6.E.2.c Contractors Responsibilities The Contractor awarded for preventative maintenance inspection services, repair services, emergency and for on-call services will provide: 1. All necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the preventative maintenance inspection services, repairs, and on-call services for the County's systems. Except as noted herein, travel, fees and surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. A contractor will not be allowed to bill for administrative hours for invoicing, providing back-up and supporting documentation, etc. y f0 All work shall be a "turnkey" operation to include all repairs, site clean-up and restoring the work area to its original condition. The resultant contract provides for any services deemed 0 necessary to complete the job, through means of Contractor in-house expertise or sub- co contracted work as needed (back-up documentation will be required for sub-contracted work). The Contractor shall ensure that all areas and equipment (i.e. UPS units and systems, batteries, etc.) be kept clean and free from dirt, dust and debris. Where necessary, work shall include proper permitting, as required, and the Contractor shall be responsible for permit submissions, unless otherwise instructed by the County. Permit fees may be included as a line item on invoices/quotes with no markup. N d The Contractor will maintain sufficient personnel to accomplish County's work schedule. cn 2. The Contractor will use technicians who are trained and experienced with brands serviced. iv The Contractor's technicians will be available for response twenty-four (24) hours a day, seven (7) days a week, 365 days per year for any emergency repairs. The Contractor shall provide a_ the County with an on-call telephone number for emergency service. The Contractor shall o employ an adequate staff of approved technicians to provide service taking into account vacation and other leaves. 3. Response time: Emergency response shall be provided in no more than four (4) hours from 0 the time of the call. Non-emergency response within eight (8) hours is acceptable. For on-call repairs, the Contractor must be on-site and repairs begun within twenty-four (24) hours of the initial call being placed for all areas unless the County Representative approves a different amount of time for response. 4. A qualified engineer (with all related licenses and certifications being current and in full force and effect) with the experience and ability to "pull" all permits required for any and all system ¢ renovations, when necessary and applicable. E There is a multitude and variety of different systems currently in place. All brands must be able to be serviced by the vendor or the vendor use a subcontractor to service the equipment. 5. Call Schedule: Contractor will provide an on-call schedule twenty-four (24) hours a day, seven (7) days per week, 365 days per year. The Contractor shall provide the County with an on-call telephone number(s) for standard, technical, and emergency services. 6. Replacement / Repair Parts: All replacement / repair parts must be approved and be of genuine and original manufacturer's parts. The Contractor will be required to provide proof of Page 15 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. O3 Packet Pg. 1694 16.E.2.c the Original Manufacturer's parts through providing invoices or photographs at the time of invoice submission. The Contractor shall be required to expressly warrant that all replacement are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/or installed, the Contractor shall immediately replace the equipment at no cost to the County. 7. Warranties: All new equipment warranty work shall be provided by the original warranty supplier. All warranty responsibility for previously purchased, but still under warranty, equipment will continue to be provided by the original warranty supplier until expiration of the warranty period. Upon expiration of the warranty period, responsibility for maintenance shall automatically transfer to the Contractor, unless otherwise directed by the County representative o or designee. rn All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty item, the Contractor shall notify the County representative or designee, who will then have the responsibility of placing and tracking the warranty trouble call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble call to the County representative or designee shall be provided by the Contractor at no additional cost to co the County. N Parts, replacement parts, and fixtures shall be new and warranted for a minimum of one (1) year, or the maximum allowed by the manufacturer. All labor for repairs shall have a minimum ninety (90) day warranty. 8. Additions and Deletions of Equipment: The County retains the right to add or to delete any equipment from service provided under this Contract as described herein, upon written notification by the County designee to the Contractor. Any additions or deletions shall be handled by letter from the County representative or designee and approved by the Procurement Strategist. Q The County, or designee, shall attempt to provide advanced notice to the Contractor of all o additional and/or new equipment; however, should Contractor's personnel receive a maintenance or repair call and records show that the individual piece of equipment is not c6 inventoried or covered by this Agreement, the Contractor personnel will perform repairs as if E' equipment was covered by this Agreement and shall notify the County designee. The County, or designee, will provide notice of additional equipment in writing to the a, Contractor, whenever possible. The Contractor may then charge for that piece of equipment, as described below, respectively, effective the date the Contractor was called for service on that c piece of equipment. E If removing equipment from coverage, the County Representative or designee shall provide written or electronic notice to the Contractor. Equipment removed shall not be billed for the month of removal. Any prepaid coverage fees will be refunded at a pro-rata amount to the County in the form of a credit on the subsequent billing. 9. Records and Documentation: The Contractor is responsible to maintain and update records for each type of equipment serviced. The documentation will include, and not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor will maintain a service log at the site of each piece Page 16 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services, Inc. Packet Pg. 1695 I6.E.2.c of equipment maintained. The Contractor will not charge for any call back work. All recovery reports shall be sent to the County contract manager, or their designee, noting date, type, quantity, location, and disposal information. 10. Inspections: The County and the Contractor may conduct an inspection of the completed services provided in response to any resulting purchase order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification, at the Contractor's expense, or the County may follow the provisions in Section 11c (below). Deductions may be imposed at the time of initial notification for lack of performance. U) If the Contractor fails to correct the defects within this time frame, the County shall be entitled T. to have the work remedied, charge a deduction / fine (see Section 11 Performance Measures and Section 12 Contract Deductions), and the Contractor shall be fully liable for all costs and 0 expenses reasonably incurred by the County. cn o. 11. Performance Measures: The Contractor shall maintain compliance with the following 'E performance measures: a. The Contractor will provide 100% of all required reports and records within the time frame specified to the County, or their designee. co b. The Contractor will advise the County, in writing, of any extenuating circumstances that will U) prohibit the Contractor from meeting the above-outlined performance measures. U c. The Contractor will furnish all necessary labor, tools, equipment and services to perform rn contracted services specified in the contract. The term contract officer or project manager a) as used herein, shall mean the County Representative or designee. The Division o Management and/or County Representative shall be the final authority on any issues that n. may arise as to the quality and acceptability of any work performed under this contract. If, in o the opinion of the County Representative or designee, any part of the Contractor's performance becomes unsatisfactory; the County will immediately levy a deduction on the Contractor's invoice for lack of service. This deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct the violation. There will be no cost to the County for re-works or for the vendor to resolve performance issues. The County shall have the immediate right to complete the work to its satisfaction, through the use of County employees or outside contractors as deemed necessary, the total sum of the County employee's hours and materials cost(s) and/or outside vendor invoices shall be immediately deducted from the Contractor's invoice. 13. Contract Deductions: It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the designated County representative or designee shall be found to be a non-performance area and a deduction shall be levied. The deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost, including County employees labor, materials cost, outside vendor cost and any other costs for the correction of the violation. Page 17 of 22 Agreement#16-6640R"Uninterruptible Power Svstems" Precision Power Services,Inc. c"1 Packet Pg. 1696 I6.E.2.c Deductions shall be administered through the County Representative or designee. Should the Contractor wish to appeal these charges, they may do so in writing to the County representative's Manager within three (3) days of receiving the fine / deduction notification. The appeal should state dates, times and other associated facts, along with a clear description of their argument or disagreement with the fine. The appeal should also reference this bid document and / or other supporting documentation. Should the appeal be rejected by the County's Representative's Manager within three (3) days, the next appeal may then be made to the County Representative's Director within three (3) days. Each of these appeals should be made within three (3) days of the incident or notification (for the appeal to the Division). If a resolution cannot be obtained through the Division Management Appeal process, the Contractor will have the right to appeal within three (3) days to the Procurement Services Division. 14. Clean-up: The Contractor shall be responsible for removing all debris from the site and cleaning affected areas. The Contractor shall keep the premises free of debris and unusable a 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. There will be no cost to the County for clean-up. If the Contractor does not follow this provision, there will be a deduction of one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct the M 00 violation. N Any deduction may be assessed after a minimum of one written warning. 15. Equipment Inventory: The Contractor shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 0 16. Survivability Clause: The Contractor agrees, will honor, and finish work for any purchase order that extends beyond the expiration date of the original solicitation and/or contract. These a. purchase orders will survive and remain subject to the terms and conditions of the agreement o until the completion or termination of the purchase order. as E a) a> a, E U R Page 18 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1697 16.E.2.c Exhibit B - Fee Schedule On-Call Mechanical Services: Category Unit of Measure ' Unit Price After Hours and Holidays Unit Supervisor Per Hour $250 $300 Licensed Journeyman Per Hour $250 $300 Apprentice Per Hour $250 $300 Engineering/Design Per Hour $250 $300 T. Material Markup over Percentage 15% 0 cost U) Markup over Sub- Percentage 10% a. Contractor cost Co 3 The hourly rates only apply to time and materials quotes. These rates will not be used or a required for lump sum quotes. For lump sum quotes all three awardees (primary, secondary, M co and tertiary) must provide a lump sum quote or explanation for a no quote. Ct a) Preventative Maintenance Inspection Services: cn System Description Price Per Unit o 0 - 20 KVA $ 300.00 a 21 -40 KVA $ 350.00 41 - 80 KVA $ 400.00 Greater than 81 KVA $ 500.00 Off-hours surcharge $ 200.00 c) Page 19 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc, Packet Pg. 1698 I6.E.2.c Exhibit C —Facilities Management Division UPS List Brand Model Tag Description Location Liebert 37SA030A0C6D250 1327221 Npower 30-50 CCSO Naples Jail Liebert 37BP030XFJ1BAL 1327224 Sealed Battery CCSO Naples Jail Liebert 38SA015COCFJ 1345743 NX 10-15 INTBAT CCSO Naples Jail Liebert 38BP120XPX1BNS 1734204 Sealed Battery CCSO Naples Jail Liebert 38SA120AOA01 1734205 NX 80-120/NX 480V CCSO Naples Jail Liebert MBP3225A00S3812 1738691 MBC/SLIM LN CAB CCSO Naples Jail 0 Brand Model serial number Description Location c 0 Eaton 9315-50-80 ET372ZBA09 VRLA Sealed Building Cl V Eaton 9355-10-15_32Batt BE301KBA12 VRLA Sealed, internal Building B n. only -a Eaton 9315-5080 EV473ZBA03 VRLA Sealed Building F 3 Eaton 9330-25-40 EU506AXX01 VRLA Sealed, internal Property Appraiser `.L only M a> Eaton 9330-25-40 EU506AXX18 VRLA Sealed, internal MV Tax Collector only ai U Eaton 9330-10-20 EX062AXX14 VRLA Sealed, internal Eagle Creek Tax only Collector in Eaton 9355-20-30 EY464KXX44 VRLA Sealed, internal Green Tree Tax only Collector a Eaton 9330-10-20 EU384AXX02 VRLA Sealed, internal Immokalee Jail c 0 only 'N 0 Eaton 9355-20-30 EY155KXX14 VRLA Sealed, internal Development Services a only 0 Eaton 9355-20-30 EY354KXX24 VRLA Sealed, internal Immokalee Jailco only co Eaton Uknown-30-50 B250074 VRLA Sealed Orange Blossom Tax " Collector m Eaton 9390-40-80 EC232CBA03 VRLA Sealed Bldg W a FB255FBB10 Wilson Blvd. Q Brand Model Serial number Site c APC Symmetra PX P10741170123, CCSO Special E SY40K40F WF0749110601, Operations 0 PD0744160045 Q Page 20 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Se ices,Inc. Packet Pg. 1699 16.E.2.c Exhibit D— Public Utilities Department UPS List UPS modes and quantities are based approximates for each location. Units may be on a scheduled maintenance to be replaced or battery replacement only. North County Water Reclamation Facility South County Water Reclamation Facility Brand Model VA Quantity Where used APC BK350 350 15 Filters Office I'-' APC BE550G 550 15 Computers 0 Smart UPS- PLC,s/DEV 5 APC SMT1500 1500 33 Machine o U Smart UPS- cn o. APC SMT3000 3000 3 Plant Servers -13 WATER <C Brand Model VA Quantity Where used UPS Pro- Plants/Well 03 APC BR1500G 1500 200 Sites — tn Plants/Well °; Duracell Battery SLA12-7F 7AH 200 Sites i'_ 0 Batteries are used to replace bad batteries in N L APC 1500's °' 0 a. IQ c 0 . Brand Model VA Quantity Where used N IQ Pump 2 APC BK350 350 44 Stations a. o: Smart UPS- IQ Pump APC SMT750 750 2 Stations 'coo Smart UPS- IQ Pump `°r APC SMT1500 1500 3 Stations '. Smart UPS- IQ Pump APC SMT2200 2200 1 Stations 2 a) PUMP STATIONS Brand Model VA Quantity Where used UPS Procts - APC BR1000G 1000 2 Pump Stations Smart UPS- APC SMT1500 1500 4 Pump Stations Smart UPS- APC SMT2200 2200 1 Pump Stations SOLA SDU500 500 2 Pump Stations FERR FE500VA 500 1 Pump Stations Page 21 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. Packet Pg. 1700 1 16.E.2.c Exhibit E — Information Technologies Division UPS List Site Name Address City-Zip Make/Model Size Serial Number Note 1899 Trade Naples- 18 North Naples Center Way 34109 Best Ferrups KVA EY425FN024 Naples- 18 WAVV 1515 Benton Rd 34117 Best Ferrups KVA FE18K01243 13240 Powerware- 18 7/7 Corkscrew Immokalee Rd Naples 9170 KVA C6601N018KK022078 2901 County Naples- Powerware- 18 County Barn Barn Rd 34112 9170 KVA C6601N018KE050968 15669 Tamiami Naples- Powerware- 18a. rn Krehling Trail E 34114 9170 KVA C6601N018KK022077 Chalet- 520 South Marco Island 18 Marco Island Collier Blvd -34145 Best Ferrups KVA FE18K01240 8075 Lely Naples- 80 co ESC Cultural Pkwy 34113 Powerware 9390 KVA EB333CAA08 3 phase o y a) d U) N O a. O .y O co C G) E N N I- a) C a, E ¢ Page 22 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Precision Power Services,Inc. r"\ Packet Pg. 1701 1 6.E.2.d AGREEMENT 16-6640R for Uninterrupted Power Systems THIS AGREEMENT, made and entered into on this 13th day of September, 2016, by and between System Engineering International, LLC d/b/a Critical Power USA, authorized to do business in the State of Florida, whose business address is 1539 Tilco Drive Suite, 120, Frederick, MD 21704 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): uUi WITNESSETH: D. 1. AGREEMENT TERM. The Agreement shall be for a one (1) year period, commencing on Board Award Date and terminating one (1) year from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have beenco completed or terminated. U 2. RENEWAL. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. w The County Manager, or his designee, may, at his discretion, extend the Agreement L under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor . written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK. The Contractor shall provide all necessary labor, materials, v) tools, equipment, supplies, consumables, maintenance, transportation, skills, and cc incidentals, and any other necessary accessories or services to perform Uninterrupted toco Power Systems services as specified and in accordance with the terms and conditions of Invitation to Bid (ITB) #16-6640, Exhibit A — Scope of Services Contractor's Bid Proposal, Exhibit B - Fee Schedule, Exhibit C —Facilities Management Division UPS List, Exhibit D — Public Utilities UPS List, and Exhibit E — Information Technologies Division UPS List, referred to herein and made an integral part of this Agreement. The Contractor is the Secondary on Preventative Maintenance. If the Primary Contractor cannot provide requested services within the timeframe specified by the user division, then the Secondary Contractor will then be contacted. If the Secondary Contractor cannot provide requested services within the timeframe specified by the user division then the Tertiary Contractor will be contacted. The Contractor is the Tertiary for Routine Service, On-Call Service and Emergency Service Repairs. If the Primary Contractor cannot provide requested services within the Page 1 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA Packet Pg. 1702 16.E.2.d timeframe specified by the user division, then the Secondary Contractor will then be contacted. If the Secondary Contractor cannot provide requested services within the timeframe specified by the user division then the Tertiary Contractor will be contacted. If the Primary Contractor cannot provide requested services within the timeframe specified by the user division, then the Secondary Contractor will then be contacted. The procedure for obtaining services is the same the Tertiary. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, o in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 0. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement the aggregate of the services furnished at the unit price and rates in Exhibit B — Fee Schedule, and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the co County Representative or designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." 4.1 Price Methodology: ° c c Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service �. delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's County Representative or designee before payment for the fixed price contract is authorized. Only a single lump sum quote is required, no itemized breakdown for the lump sum quote will be required for quoting or payment purposes. No time and material quotes will E be accepted or required for quoting or payment. Actual invoices for materials, subcontractors, mark-ups, etc. will not be required for payment purposes, as the lump sum quote does not require a breakdown of the quote or supporting documentation. Timesheets and/or timecards will not be accepted or required for quoting or payment purposes to support labor hours, as they are not required for a lump sum quote. For lump sum quotes all three awardees (primary, secondary, and tertiary) must provide a lump sum quote or explanation for a no quote. 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 Page 2 of 22 Agreement#16-6640R"Uninterruptible Power Systems' O System Engineering International,LLC d/b/a Critical Power USA Packet Pg. 1703 I6.E.2.d (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. Y 4.2 Any County agency may purchase products and services under this Agreement, U provided sufficient funds are included in their budget(s). rn a 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as co untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No mark-up shall be applied to these taxes or fees. Collier E County, Florida as a political subdivision of the State of Florida, is exempt from the a] payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: w E a) System Engineering International, LLC d/b/a Critical Power USA 1539 Tilco Drive Suite, 120 Frederick, MD 21704 Telephone: (240) 772-1660 Facsimile: (240) 7721666 e-mail: info@criticalpowerusa.com Attention: Christian Davis, Chief Executive Officer 0) 0) All Notices from the Contractor to the County shall be deemed duly served if mailed or a faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: (239) 252-8407 Facsimile: (239) 252-6480 Page 3 of 22 Agreement#16-6640R"Uninterru tible Power S stems" System Engineering International,LLC d/b/a Critical Power US ba Packet Pg. 1704 16.E.2.d The Contractor and the Countymaychange cha ge the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. Y U 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits s necessary for the prosecution of the Work shall be obtained by the Contractor. The V County will not be obligated to pay for any permits obtained by Subcontractors. a Payment for all such permits issued by the County shall be processed internally by the 3 County. All non-County permits necessary for the prosecution of the Work shall be a procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to J comply with all laws governing the responsibility of an employer with respect to persons To employed by the Contractor. o 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use a in any manner whatsoever, County facilities for any improper, immoral or offensive E purpose, or for any purpose in violation of any federal, state, county or municipal F 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 w Contractor to be objectionable or improper, the County shall have the right to suspend E the Agreement of the Contractor. Should the Contractor fail to correct any such violation, N conduct, or practice to the satisfaction of the County within twenty-four (24) hours after el' receiving notice of such violation, conduct, or practice, such suspension to continue until o the violation is cured. The Contractor further agrees not to commence operation during i the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. With respect to this agreement, should the Contractor be found to have T failed to perform his services in a manner satisfactory to the County as per this a 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 g County shall be sole judge of non-performance. With respect to a particular Project, s termination shall be governed by the terms of the Purchase Order. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. Page 4 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA f n , Packet Pg. 1705 16.E.2.d 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. 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; E Products and Completed Operations and Contractual Liability. o c) B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per S- 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. a) C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. u -J J The coverage must include Employers' Liability with a minimum limit of $100,000 for 2 each accident. ° D. Pollution: Coverage shall have minimum limits of $1,000,000 Per Occurrence and E shall be maintained by the Contractor. C Special Requirements: Collier County Government shall be listed as the Certificate c Holder and included as an Additional Insured on the Comprehensive General Liability 'a Policy. w C Current, valid insurance policies meeting the requirement herein identified shall be ; 16.E.2.d property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the : Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier F. County. O 13.1 The duty to defend under this Article 13 is independent and separate from the duty 0 to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately ., upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will < survive the expiration or earlier termination of this Agreement until it is determined by M 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. -J -J 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division. o 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and ,Lai shall acquire no interest, either direct or indirect, which would conflict in any manner with E the performance of services required hereunder. Contractor further represents that no a persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the w following component parts, all of which are as fully a part of the Agreement as if herein E set out verbatim: Insurance Certificate(s), Exhibit A— Scope of Services, Exhibit B — Fee N Schedule, Contractor's bid proposal, Exhibit C —Facilities Management Division UPS cn List, Exhibit D — Public Utilities Department UPS List, Exhibit E — Information o Technologies Division UPS List, and ITB #16-6640R. 17. 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. 18. 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 F Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County 2, Administrative Procedure 5311. Violation of this provision may result in one or more of a 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. Page 6 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA ova Packet Pg. 1707 1 6.E.2.d 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida E. Public Records Law Chapter 119), including specifically those contractual requirements o at 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 a 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 .23 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 g 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 rn inspected or copied within a reasonable time at a cost that does not exceed the T_ 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 a records required by the public agency to perform the service. If the Contractor t transfers all public records to the public agency upon completion of the contract, 2 the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the a 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. Page 7 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA _ Packet Pg. 1708�i3 I6.E.2.d 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. 20. 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. •E' 21. 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. p ' L 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this a Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures and Section 4.1 of this Agreement. °° U 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by 2 this Agreement to resolve disputes between the parties, the parties shall make a good 2 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 a, of depositions in any litigation between the parties arising out of this Agreement, the L 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 'a by representatives of Contractor with full decision-making authority and by County's staff w person who would make the presentation of any settlement reached at mediation to E 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 (12 44.102, Fla. Stat. co 24. 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 E' federal or state courts in Collier County, Florida, which courts have sole and exclusiveCll E jurisdiction on all such matters. a) 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that F competent persons will be utilized in the performance of the Agreement. The Contractor a shall assign as many people as necessary to complete the required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. Page 8 of 22 Agreement#16-66408"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USAC Packet Pg. 1709 16.E.2.d 26. 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, this Agreement shall take precedence. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and o responsibilities that Contractor has assumed toward the County. a 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the a costs of providing background checks by the Collier County Facilities Management M 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, -11 education, residence and employment verifications and other related records. Contractor To shall be required to maintain records on each employee and make them available to the o County for at least four (4) years. L Qa All of Contractor's employees and subcontractors must wear Collier County Government E Identification badges at all times while performing services on County facilities and c properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which .g their background check is valid, as discussed below. All technicians shall have on their w shirts the name of the contractor's business. E The Contractor shall immediately notify the Collier County Facilities Management cn Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to 0 Collier County separates from their employment. This notification is critical to ensure the IS continued security of Collier County facilities and systems. Failure to notify within four (4) 6 hours of separation may result in a deduction of $500 per incident. c) CCSO requires separate fingerprinting prior to work being performed in any of their ct locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 15 SIGNATURE PAGE TO FOLLOW Page 9 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA "\ Packet Pg. 1710 16.E.2.d IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts U) By: By: L Donna Fiala, Chairman E' Dated: 0 cn (SEAL) 7. System Engineering International, LLC d/b/a Critical Power USA Q Contractor M 00 0 By. J First Witness Signature 70 0 TType/print witness nameT TType/print signature and titlec L 0 0) Second Witness c C) co TType/print witness nameT c) c w E 0 0 cn c4 Approved .: �� 1 ,,,) ''f and legality: 0 ...ditt ' \ c., Jeffrey A. KIa lc , ounty Attorney E' � ', + 0 22 L 0) Q C) E 0 CC 4-. y-+ Q 4 Page 10 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA Packet Pg. 1711 I6.E.2.d Exhibit A— Scope of Services PREVENTATIVE MAINTENANCE The preventative maintenance covered by this scope of work includes (all checks or processes may not be applicable to all equipment types or models): 1. Visual Inspections: • Inspect all printed circuit board connections for cleanliness, swab contacts if necessary; • Inspect all power connections for signs of overheating; o • Inspect all subassemblies, bridges, and legs for signs of component defects or stress; U • Inspect all DC capacitors for signs of leakage; a. • Inspect all AC capacitors for signs of leakage; -� • Inspect and inventory all customer-owned spare parts; • Inspect for and perform, as required, any open engineering changes; • Inspect insulation, overheating, and physical damage; and to • Inspect battery monitoring system. T 2. Internal Operating Parameters: • Control calibrations—check/adjust, as necessary; • DC Ground Detection Offset, if applicable; • Inverter leg current average phase balance, if applicable; o • Output filter current average phase balance; • Rectified bridge current average leg balance; a • AC Protection settings are checked; • DC Protection settings are checked; • Calibrate and record all electronics to system specifications; 0.) • Input and Output Frequency and Voltage Bandwidth settings are checked; • Verify DC filter capacitance; • Verify AC tank and trap filter capacitance including balancing of items; • Power Supply voltages and waveforms; • Update firmware as necessary with customer approval (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost with applicable markups); and • Evaluate Field Service Bulletins (FSBs) for potential updates (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost c with applicable markups). 3. External Operating Parameters: a, • System Input Voltages, all phases; • System Input Currents, all phases; • DC Charging Voltages (float and equalize), record settings, and adjust to nominal; • Rectifier phase on and walk-up; • Inverter phase on and walk-up; • Adjust all panel meters to measured values; • System Bypass Voltages, all phases; • Manual and UV Transfer Testing, verify uninterrupted transfer waveform, if applicable; • Outage Simulation, batter capability testing, and verify charger current limit; and • Generator operation and interface verification, if applicable. Page 11 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USAA� Packet Pg. 1712 16.E.2.d 4. Environmental Parameters: • UPS area ambient temperature and condition of ventilating equipment; • General Cleanliness of UPS Power Module; • General Cleanliness of UPS area; • Replace air filters as applicable and necessary (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost with applicable markups); • Clean outside of UPS including control panel/CRT screen; and • Flywheel only: Drain oil and change oil and filers. w 5. Battery Cabinet Checks: o • General appearance of battery systems (all types); • General cleanliness of batter system areas (all types); a. • Verify the integrity of the battery rack/cabinet; P. • Inspect all DC connections for abnormalities; 3 • Inspect cells for physical abnormalities; • Check batter for current limits, input limits, overload levels, and over temp circuits; • Check for corrosion on battery terminals and connectors; co • Clean batteries as necessary; • Verify proper torque on connections; • Verify the condition of the ventilation equipment, if applicable; • Check the appearance of the battery room, if applicable; • Battery system area ambient temperature and condition of ventilating equipment; and • For internal batters only— measure and record: i. Overall battery float voltage; °3 ii. Charger output current and voltage; iii. Negative terminal temperature of one cell/battery per battery cabinet shelf or E rack tier; and iv. Momentary load testing of cells < 100 watts (e.g. 9E, 9x55, not 9330). 6. Monitoring System Parameters: UJ • Alarm archive review and printing; E • Alarm lamp test-local and remote, if applicable; • Replace all open monitor bulbs; • Inspect battery monitoring system; and CD • Review battery test in history, if applicable. 7. Circuit Breakers/ Isolators: to • Check capacitors for swelling or leaks; • Verify free travel; and • Check magnetic/thermal settings. 8. Additional Items: • Synchronizing verification: i. Utility Sync and Transfer to bypass; c ii. Transfer from bypass to UPS; iii, Verify voltage and phase lockout; and iv. Verify static bypass operation. • Fuses need verified for type, value, and condition; • Power Measurements (on-line): i. Output RMS current (Phase and Neutral); and ii. Output Peak current (Phase and Neutral). • Cleaning/Air Flow—check fans, doors, and compartment seals i. Replace filters; and ii. Clean Module. Page 12 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA Packet Pg. 1713 16.E.2.d • Clean normal cell dirt/dust accumulation, when possible. • Battery recycling as required, is included. • Check nuts, bolts, screws, and connections for tightness and heat discoloration. • Operational testing of the system including unit transfer and battery discharge. 9. General: • Customer consultation; • Verbal recommendations; and • General observations. Following the preventative maintenance inspection, a written report / check list will be provided to the Division detailing the results of the inspection, services completed, and making specific 0 recommendations for future remedial action, upgrades, etc. a. Preventative maintenance on each unit / system / battery is required to be completed in accordance with the manufacturer's recommendations. Preventative maintenance will be billed by item serviced. Actual records must be provided for payment. These records will include but not be limited to: a summary spreadsheet for each unit services with the date of service and an attestation signed by the Contractor. o Typically, preventative maintenance will be completed during normal business hours; however, the J County may request preventative maintenance during off-hours, as deemed necessary by the County -� representative or designee. A surcharge will be allowed for off-hours preventative maintenance, if necessary and first approved in writing by the County representative or designee. Equipment Manufacturer Services Plans may be added as a separate "turnkey" item for specific units, as needed by County Divisions. When these services occur, a quote following the pricing methodology a, of the solicitation will be requested from the Contractor. _ a> ON-CALL SERVICES (for regular and emergency equipment maintenance, repair, and replacement identified in the scope of work): c w The two types of maintenance, repair, and replacement services required are: • On-Call Repair Work: The County representative or designee will provide a scope of work co to be performed to the Contractors and request that a "time and materials" or "lump sum" quote be provided. The County expects that for on-call repair work, the contractor provides 3. a price quote within a reasonable time (one to two business days) from the point of initial contact. Once a purchase order is issued, the County representative or designee would expect that the on-call service for regular maintenance, repair and replacement commence a within two (2) business days, unless otherwise directed by the County representative or designee. In the event that the Contractor does not fulfill these response requirements, the County reserves the right to contact other Contractor to perform the scope of work. _ • Emergency Repair Work: The County representative or designee will identify the needed maintenance, repair and replacement for the life, health, safety or equipment/facility v emergency and request that work be completed as soon as reasonably practicable. The County representative or designee may direct the Contractor to commence work through a verbal direction; and a purchase order will be issued to the Contractor as soon as possible. All emergency repair work will be completed on a time and materials based on the contracted pricing schedule. If any repair is deemed an emergency, all parts must be shipped overnight and repairs are to start immediately upon the part being received. Page 13 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA Packet Pg. 1714 16.E.2.d In each scope of work the County representative or designee reserves the right to specify: the period of completion; collection of deductions / fines or actual costs in the event of late completion and/or non- compliant performance and/or vendor caused damages; and "lump sum" or"time and material" sums. • If"lump sum" quote is requested, the Contractor shall provide: ✓ A not-to-exceed total cost for the entire scope of work including a brief description of the work to be completed; ✓ Lump Sum (fixed price) is a firm fixed total price offering for a project; the risks are transferred from the County to the Contractor; and, as a business practice there are no hourly or material invoices presented, rather, the Contractor must perform to the satisfaction of the County's project manager or designee before payment for the o fixed price contract is authorized. V ✓ Only a single lump sum quote is required, no itemized breakdown for the lump sum a quote will be required for quoting or payment purposes. No time and material quotes will be accepted or required for quoting or payment. Actual invoices for materials, subcontractors, mark-ups, etc. will not be required for payment purposes, as the . lump sum quote does not require a breakdown of the quote or supporting co documentation. Timesheets and/or timecards will not be accepted or required for co quoting or payment purposes to support labor hours, as they are not required for a Z- lump sum quote. • If"time and material" quote is requested, the Contractor shall provide: ✓ The expected number of work hours by each position (and the hourly rate) and the extended total; ✓ The breakdown of the cost for supplies, parts and equipment used for the scope of . work; the Contractor must provide itemized documentation of any supply, part or E piece of equipment with their invoice. c ✓ If applicable, a mark-up of subcontractor's labor, supplies/ materials and equipment may be included; the Contractor must provide itemized documentation (including the subcontractor's invoice) of any subcontractor's labor, supplies / materials, and equipment. W ✓ The County agrees to pay the Contractor for the amount of labor time spent by the 0 Contractor's employees, (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the Contractor's mark-up). cn Subcontractors will be paid by the contractor according to their submitted invoice(s) then the contractor will be allowed to charge a markup accordingly. ✓ As a general business practice, the time and material invoices would include back- c6 up documentation for costs for supplies/materials, equipment rental, subcontractors, etc. 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. ✓ Taxes, related fees, and ancillary charges may be transferred to the County in the B actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees E associated with any work under this Agreement. ✓ Freight and shipping charges will be allowed if included in the quote and only allowed to the amount support by back-up documentation. No mark-up will be allowed for freight or shipping charges. ✓ If applicable, a ten (10%) percent mark-up of subcontractor's labor, subcontractor's supplies / materials, subcontractor's equipment, rental equipment, contactor's equipment, Contractor supplies / materials, etc. will be allowed. Page 14 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power Packet Pg. 1715 1 6.E.2.d Contractors Responsibilities The Contractor awarded for preventative maintenance inspection services, repair services, emergency and for on-call services will provide: 1. All necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the preventative maintenance inspection services, repairs, and on-call services for the County's systems. Except as noted herein, travel, fees and surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the 3 pricing structure. A contractor will not be allowed to bill for administrative hours for invoicing, providing back-up and supporting documentation, etc. o U All work shall be a "turnkey" operation to include all repairs, site clean-up and restoring the a. work area to its original condition. The resultant contract provides for any services deemed necessary to complete the job, through means of Contractor in-house expertise or sub- E contracted work as needed (back-up documentation will be required for sub-contracted work). The Contractor shall ensure that all areas and equipment (i.e. UPS units and systems, .. batteries, etc.) be kept clean and free from dirt, dust and debris. Where necessary, work shall include proper permitting, as required, and the Contractor shall be responsible for permit submissions, unless otherwise instructed by the County. Permit fees 21, may be included as a line item on invoices/quotes with no markup. To The Contractor will maintain sufficient personnel to accomplish County's work schedule. c L Q� 2. The Contractor will use technicians who are trained and experienced with brands serviced. The Contractor's technicians will be available for response twenty-four (24) hours a day, seven (7) days a week, 365 days per year for any emergency repairs. The Contractor shall provide .a) the County with an on-call telephone number for emergency service. The Contractor shall employ an adequate staff of approved technicians to provide service taking into account 'Es) vacation and other leaves. w E 3. Response time: Emergency response shall be provided in no more than four (4) hours from the time of the call. Non-emergency response within eight (8) hours is acceptable. For on-call rn repairs, the Contractor must be on-site and repairs begun within twenty-four (24) hours of the o initial call being placed for all areas unless the County Representative approves a different amount of time for response. 4. A qualified engineer (with all related licenses and certifications being current and in full force and effect) with the experience and ability to "pull" all permits required for any and all system renovations, when necessary and applicable. There is a multitude and variety of different systems currently in place. All brands must be able c to be serviced by the vendor or the vendor use a subcontractor to service the equipment. E 5. Call Schedule: Contractor will provide an on-call schedule twenty-four (24) hours a day, seven (7) days per week, 365 days per year. The Contractor shall provide the County with an on-call telephone number(s) for standard, technical, and emergency services. 6. Replacement / Repair Parts: All replacement / repair parts must be approved and be of genuine and original manufacturer's parts. The Contractor will be required to provide proof of the Original Manufacturer's parts through providing invoices or photographs at the time of invoice submission. Page 15 of 22 Agreement#16-6640R"Uninterruptible Power Systems" ( System Engineering International,LLC d/b/a Critical Power USA `o'`3) Packet Pg. 1716 I6.E.2.d The Contractor shall be required to expressly warrant that all replacement are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/ or installed, the Contractor shall immediately replace the equipment at no cost to the County. 7. Warranties: All new equipment warranty work shall be provided by the original warranty — supplier. All warranty responsibility for previously purchased, but still under warranty, equipment will continue to be provided by the original warranty supplier until expiration of the warranty period. Upon expiration of the warranty period, responsibility for maintenance shall o automatically transfer to the Contractor, unless otherwise directed by the County representative or designee. a. All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty item, the Contractor shall notify the County representative or designee, who will then have the responsibility of placing and tracking the warranty trouble call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble call to the ao County representative or designee shall be provided by the Contractor at no additional cost to the County. Parts, replacement parts, and fixtures shall be new and warranted for a minimum of one (1) year, or the maximum allowed by the manufacturer. All labor for repairs shall have a minimum o ninety (90) day warranty. 8. Additions and Deletions of Equipment: The County retains the right to add or to delete any a; equipment from service provided under this Contract as described herein, upon written notification by the County designee to the Contractor. Any additions or deletions shall be s handled by letter from the County representative or designee and approved by the Procurement Strategist. a) The County, or designee, shall attempt to provide advanced notice to the Contractor of all w additional and/or new equipment; however, should Contractor's personnel receive a maintenance or repair call and records show that the individual piece of equipment is not inventoried or covered by this Agreement, the Contractor personnel will perform repairs as if cn equipment was covered by this Agreement and shall notify the County designee. c= 6.9 co The County, or designee, will provide notice of additional equipment in writing to the Contractor, whenever possible. The Contractor may then charge for that piece of equipment, as described below, respectively, effective the date the Contractor was called for service on that piece of equipment. If removing equipment from coverage, the County Representative or designee shall provide written or electronic notice to the Contractor. Equipment removed shall not be billed for the month of removal. Any prepaid coverage fees will be refunded at a pro-rata amount to the County in the form of a credit on the subsequent billing. 9. Records and Documentation: The Contractor is responsible to maintain and update records for each type of equipment serviced. The documentation will include, and not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor will maintain a service log at the site of each piece of equipment maintained. The Contractor will not charge for any call back work. All recovery reports shall be sent to the County contract manager, or their designee, noting date, type, quantity, location, and disposal information. Page 16 of 22 Agreement#16-6640R"Uninterruptible Power Systems" � System Engineering International,LLC d/b/a Critical Power USA ((:11/3) Packet Pg. 1717 16.E.2.d 10. Inspections: The County and the Contractor may conduct an inspection of the completed services provided in response to any resulting purchase order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification, at the Contractor's expense, or the County may follow the provisions in Section 11c (below). Deductions may be imposed at the time of initial notification for lack of performance. If the Contractor fails to correct the defects within this time frame, the County shall be entitled to have the work remedied, charge a deduction /fine (see Section 11 Performance Measures and Section 12 Contract Deductions), and the Contractor shall be fully liable for all costs and expenses reasonably incurred by the County. 0 cn 11. Performance Measures: The Contractor shall maintain compliance with the following S.- performance measures: a. The Contractor will provide 100% of all required reports and records within the time frame e specified to the County, or their designee. •• e b. The Contractor will advise the County, in writing, of any extenuating circumstances that will 0,2 prohibit the Contractor from meeting the above-outlined performance measures. c. The Contractor will furnish all necessary labor, tools, equipment and services to perform -I contracted services specified in the contract. The term contract officer or project manager c as used herein, shall mean the County Representative or designee. The Division ° Management and/or County Representative shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under this contract. If, in . the opinion of the County Representative or designee, any part of the Contractor's performance becomes unsatisfactory; the County will immediately levy a deduction on the c Contractor's invoice for lack of service. This deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct the violation. There will be no =_ cost to the County for re-works or for the vendor to resolve performance issues. E w The County shall have the immediate right to complete the work to its satisfaction, through % the use of County employees or outside contractors as deemed necessary, the total sum of cn the County employee's hours and materials cost(s) and/or outside vendor invoices shall be immediately deducted from the Contractor's invoice. CD CD 13. Contract Deductions: It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the designated County representative or designee shall be found to be a non-performance area and a deduction shall be levied. The deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost, including County employees labor, materials cost, outside vendor cost and any other . costs for the correction of the violation. Deductions shall be administered through the County Representative or designee. Should the Contractor wish to appeal these charges, they may do so in writing to the County representative's Manager within three (3) days of receiving the fine / deduction notification. The appeal should state dates, times and other associated facts, along with a clear description of their argument or disagreement with the fine. The appeal should also reference this bid Page 17 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA Packet Pg. 1718) 16.E.2.d document and / or other supporting documentation. Should the appeal be rejected by the County's Representative's Manager within three (3) days, the next appeal may then be made to the County Representative's Director within three (3) days. Each of these appeals should be made within three (3) days of the incident or notification (for the appeal to the Division). If a resolution cannot be obtained through the Division Management Appeal process, the Contractor will have the right to appeal within three (3) days to the Procurement Services Division. 14. Clean-up: The Contractor shall be responsible for removing all debris from the site and i cleaning affected areas. The 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 o representative, shall remove such debris and materials from the property. The Contractor shall ° leave all affected areas as they were prior to beginning work. There will be no cost to the n. County for clean-up. If the Contractor does not follow this provision, there will be a deduction of - one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct the violation. Any deduction may be assessed after a minimum of one written warning. oo 15. Equipment Inventory: The Contractor shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 16. Survivability Clause: The Contractor agrees, will honor, and finish work for any purchase r order that extends beyond the expiration date of the original solicitation and/or contract. These purchase orders will survive and remain subject to the terms and conditions of the agreement c' until the completion or termination of the purchase order. m U) a) 47 U f6 Page 18 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power1181\ Packet Pg. 1719 16.E.2.d Exhibit B - Fee Schedule On-Call Mechanical Services: Category Unit of Measure Unit Price After Hours and Holidays Unit Supervisor Per Hour $155.00 $185.00 Licensed Journeyman Per Hour $125.00 $165.00 Apprentice Per Hour $105.00 $145.00 Engineering/Design Per Hour $161.00 $189.00 Material Markup over Percentage cost 20% Markup over Sub- Percentage Contractor cost 20% The hourly rates only apply to time and materials quotes. These rates will not be used or required for lump sum quotes. For lump sum quotes all three awardees (primary, secondary, J and tertiary) must provide a lump sum quote or explanation for a no quote. 7.60 Preventative Maintenance Inspection Services: r System Description Price Per Unit 0 - 20 KVA $ 325.00 21 - 40 KVA $ 355.00 41 - 80 KVA $ 395.00 Greater than 81 KVA $ 525.00 Off-hours surcharge $ 220.00 U) cat a O 0 C) E C) C) C) E 0 RS Y Page 19 of 22 Agreement#16-6640R"Uninterruptible Power Systems' System Engineering International,LLC d/b/a Critical Power USA(O' ) Packet Pg. 1720 1 6.E.2.d Exhibit C —Facilities Management Division UPS List Brand Model Tag Description Location Liebert 37SA030A0C6D250 1327221 Npower 30-50 CCSO Naples Jail Liebert 37BP030XFJ1BAL 1327224 Sealed Battery CCSO Naples Jail Liebert 38SA015COCFJ 1345743 NX 10-15 INTBAT CCSO Naples Jail Liebert 38BP120XPX1BNS 1734204 Sealed Battery CCSO Naples Jail 3 Liebert 38SA120AOA01 1734205 NX 80-120/ NX 480V CCSO Naples Jail 0 Liebert MBP3225A00S3812 1738691 MBC/SLIM LN CAB CCSO Naples Jail 0 Brand Model serial number Description Location 0 CO Eaton 9315-50-80 ET372ZBA09 VRLA Sealed Building Cl n- Eaton 9355-10-15_32Batt BE301KBA12 VRLA Sealed, internal Building B "E only 3 Eaton 9315-5080 EV473ZBA03 VRLA Sealed Building F Q Eaton 9330-25-40 EU506AXX01 VRLA Sealed, internal Property Appraiser el only Eaton 9330-25-40 EU506AXX18 VRLA Sealed, internal MV Tax Collector J only Eaton 9330-10-20 EX062AXX14 VRLA Sealed, internal Eagle Creek Tax o only Collector c Eaton 9355-20-30 EY464KXX44 VRLA Sealed, internal Green Tree Tax only Collector c ar Eaton 9330-10-20 EU384AXX02 VRLA Sealed, internal Immokalee Jail only a) c Eaton 9355-20-30 EY155KXX14 VRLA Sealed, internal Development Services a) c only w E Eaton 9355-20-30 EY354KXX24 VRLA Sealed, internal Immokalee Jail a) only cn Eaton Uknown-30-50 B250074 VRLA Sealed Orange Blossom Tax rx Collector co Eaton 9390-40-80 EC232CBA03 VRLA Sealed Bldg W cQ FB255FBB10 Wilson Blvd. c Brand Model Serial number Site I a� APC Symmetra PX P10741170123, CCSO Special a SY40K4OF WF0749110601, Operations Q PD0744160045 m E 0 CISQ Page 20 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA ,,..-‘ Packet Pg. 1721 1 6.E.2.d Exhibit D — Public Utilities Department UPS List UPS modes and quantities are based approximates for each location. Units may be on a scheduled maintenance to be replaced or battery replacement only. North County Water Reclamation Facility South County Water Reclamation Facility Brand Model VA Quantity Where used APC BK350 350 15 Filters L Office o APC BE550G 550 15 Computers (.) Smart UPS- PLCs/DEV a. APC SMT1500 1500 33 Machine = Smart UPS- APC SMT3000 3000 3 Plant Servers Q c M WATER oa Brand Model VA Quantity Where used`` UPS Pro- Plants/Well APC BR1500G 1500 200 Sites c Plants/Wello Duracell Battery SLA12-7F 7AH 200 Sites c L Batteries are used to replace bad batteries in a' APC 1500's c c IQ cu m c Brand Model VA Quantity Where used ._ IQ Pump w APC BK350 350 44 Stations E Smart UPS- IQ Pump ;, APC SMT750 750 2 Stations cn ce Smart UPS- IQ Pump a APC SMT1500 1500 3 Stations co Smart UPS- IQ Pump 6 APC SMT2200 2200 1 Stations E. E a> PUMP STATIONS 6 Brand Model , VA Quantity Where used rc UPS Pro c a� APC BR1000G 1000 2 Pump Stations E Smart UPS- 0 APC SMT1500 1500 4 Pump Stations Q Smart UPS- APC SMT2200 2200 1 Pump Stations SOLA SDU500 500 2 Pump Stations FERR FE500VA 500 1 Pump Stations Page 21 of 22 Agreement#16-664OR"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA Packet Pg. 1722 I6.E.2.d Exhibit E—Information Technologies Division UPS List Site Name Address City-Zip Make/Model Size Serial Number Note 1899 Trade Naples- 18 North Naples Center Way 34109 Best Ferrups KVA EY425FN024 Naples- 18 WAW 1515 Benton Rd 34117 Best Ferrups KVA FE18K01243 13240 Powerware- 18 Corkscrew Immokalee Rd Naples 9170 KVA C6601N018KK022078 2901 County Naples- Powerware- 18 cry County Barn Barn Rd 34112 9170 KVA C6601N018KE050968 15669 Tamiami Naples- Powerware- 18 Krehling Trail E 34114 9170 KVA C6601N018KK022077 Chalet- 520 South Marco Island 18 Marco Island Collier Blvd -34145 Best Ferrups KVA FE18K01240 0 8075 Lely Naples- 80 ESC Cultural Pkwy 34113 Powerware 9390 KVA EB333CAA08 3 phase DI Cs C 0 :a ca C L U C c) C a) C C w E U) 0 ca C d E m V C a1 E U cC Si w Page 22 of 22 Agreement#16-6640R"Uninterruptible Power Systems" System Engineering International,LLC d/b/a Critical Power USA Packet Pg. 1723 B 16.E.2.e AGREEMENT 16-6640R for Uninterrupted Power Systems THIS AGREEMENT, made and entered into on this 13th day of September, 2016, by and between Fakouri Electrical Engineering, Inc., authorized to do business in the State of Florida, whose business address is 3001 Comercio, Rancho Santa Margarita, CA 92688 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): L WITNESSETH: o U 1. AGREEMENT TERM. The Agreement shall be for a one (1) year period, commencing a. on Board Award Date and terminating one (1) year from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. 2. RENEWAL. The County may, at its discretion and with the consent of the Contractor, co renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of c the Agreement term then in effect. w 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 c and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 0 3. STATEMENT OF WORK. The Contractor shall provide all necessary labor, materials, tools, equipment, supplies, consumables, maintenance, transportation, skills, and incidentals, and any other necessary accessories or services to perform Uninterrupted Power Systems services as specified and in accordance with the terms and conditions of Invitation to Bid (ITB) #16-6640, Exhibit A — Scope of Services Contractor's Bid Proposal, Exhibit B - Fee Schedule, Exhibit C —Facilities Management Division UPS 03 List, Exhibit D — Public Utilities UPS List, and Exhibit E — Information Technologies Q Division UPS List, referred to herein and made an integral part of this Agreement. The Contractor is the Primary for Routine Services, On-Call Service and Emergency Service Repairs. If the Primary Contractor cannot provide requested services within the timeframe specified by the user division, then the Secondary Contractor will then be contacted. If the Secondary Contractor cannot provide requested services within the timeframe specified by the user division then the Tertiary Contractor will be contacted. The Contractor is the Tertiary for Preventative Maintenance. If the Primary Contractor cannot provide requested services within the timeframe specified by the user division, then the Secondary Contractor will then be contacted. If the Secondary Contractor Page 1 of 22 Agreement#16-6640R"Uninterruptible Power Systems" U.) Fakouri Electrical Engineering, Inc. Packet Pg. 1724 16.E.2.e cannot provide requested services within the timeframe specified by the user division then the Tertiary Contractor will be contacted. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of 3 this Agreement the aggregate of the services furnished at the unit price and rates in Exhibit B — Fee Schedule, and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the 0 County Representative or designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." -0 4.1 Price Methodology: Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, T including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractorcu inventory or cost verification. w Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the EL satisfaction of the County's County Representative or designee before payment for the ' fixed price contract is authorized. o Only a single lump sum quote is required, no itemized breakdown for the lump sum Dc quote will be required for quoting or payment purposes. No time and material quotes will be accepted or required for quoting or payment. Actual invoices for materials, C° subcontractors, mark-ups, etc. will not be required for payment purposes, as the lump sum quote does not require a breakdown of the quote or supporting documentation. Timesheets and/or timecards will not be accepted or required for quoting or payment purposes to support labor hours, as they are not required for a lump sum quote. For lump sum quotes all three awardees (primary, secondary, and tertiary) must provide a lump sum quote or explanation for a no quote. 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 Page 2 of 22 Agreement#16-6640R"Uninterruptible Power Systems' Fakouri Electrical Engineering,Inc. CAO Packet Pg. 1725 16.E.2.e 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. 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely o submission of invoices under this Agreement. U U) a. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No mark-up shall be applied to these taxes or fees. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the M payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, co Certificate of Exemption # 85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if c mailed or faxed to the Contractor at the following Address: , Fakouri Electrical Engineering, Inc. 3001 Comercio Rancho Santa Margarita, CA 92688 Telephone: (949) 888-2400 w Facsimile: (949) 888-2414 0 Attention: Maryam Ewalt, President ce All Notices from the Contractor to the County shall be deemed duly served if mailed or CO faxed to the County to: C° Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: (239) 252-8407 Facsimile: (239) 252-6480 a.. 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. Page 3 of 22 Agreement#16-6640R"Uninterruptible Power Systems" J Fakouri Electrical Engineering,Inc. <CAO) Packet Pg. 1726 16.E.2.e 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the 3 County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible L' for payment of any and all taxes levied on the Contractor. In addition, the Contractor 3 shall comply with all rules, regulations and laws of Collier County, the State of Florida, or a the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in CD effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during c the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. With respect to this agreement, should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. With respect to a particular Project, termination shall be governed by the terms of the Purchase Order. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. Page 4 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. Packet Pg. 1727 16.E.2.e 12. 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 3 Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. U C. Workers' Compensation: Insurance covering all employees meeting Statutory a Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $100,000 for each accident. M co D. Pollution: Coverage shall have minimum limits of $1,000,000 Per Occurrence and shall be maintained by the Contractor. Special Requirements: Collier County Government shall be listed as the Certificate , Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. o Renewal certificates shall be sent to the County ten (10) days prior to any expiration co date. Coverage afforded under the policies will not be canceled or allowed to expire until tr the greater of: ten (10) days prior written notice, or in accordance with policy provisions. CD Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. L Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. E 13. 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the : Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or Page 5 of 22 Agreement#16-664OR"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. Ho) Packet Pg. 1728 16.E.2.e reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately y upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by o final judgment that an action against the County or an indemnified party for the matter a indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of a the County by the Facilities Management Division. M 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner withr. the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. w 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the 7-4 following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Insurance Certificate(s), Exhibit A— Scope of Services, Exhibit B — Fee Schedule, Contractor's bid proposal, Exhibit C —Facilities Management Division UPS List, Exhibit D — Public Utilities Department UPS List, Exhibit E — Information Technologies Division UPS List, and ITB #16-6640R. ce 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between 0 the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. C° 18. 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 E 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. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, Page 6 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. Packet Pg. 1729 16.E.2.e ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119), including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE L CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS a. AT: L 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 w service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. Y 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized o 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. th 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws Page 7 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Ir Packet Pg. 1730 16.E.2.e referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 20. 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. 21. 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. 0 U 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this a Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures and Section 4.1 of this Agreement. 12 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by tO this Agreement to resolve disputes between the parties, the parties shall make a good co 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 cu 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 W County's board for approval. Should either party fail to submit to mediation as required o hereunder, the other party may obtain a court order requiring mediation under section 44,102, Fla. Stat. cc 0 24. VENUE. Any suit or action brought by either party to this Agreement against the other CD 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. a) 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the required services on a timely a basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 26. 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, this Agreement shall take precedence. Page 8 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc.• Packet Pg. 1731 16.E.2.e 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be , responsible for all associated costs. If required, Contractor shall be responsible for the 12 costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this ci Agreement. This may include, but not be limited to, checking federal, state and local lawa. 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. 03 All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and �' properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. Tts U The Contractor shall immediately notify the Collier County Facilities Management .> Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the o continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. E 0) REMAINDER OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE TO FOLLOW 0) E U yR� Page 9 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. Packet Pg. 1732 16.E.2.e 1 I IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Donna Fiala, Chairman Dated: (SEAL) U U) a. Fakouri Electrical Engineering, Inc. Contractor By: co First Witness Signature TType/print witness name TType/print signature and titleT Second Witness Tcs TType/print witness name L 0 tL Approve.; a , and legality: '4111111i Jeffrey A. ` la kow, County Attorney v dd ) rts Page 10 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. y 9„ Packet Pg. 1733 Aff 1 6.E.2.e Exhibit A— Scope of Services PREVENTATIVE MAINTENANCE The preventative maintenance covered by this scope of work includes (all checks or processes may not be applicable to all equipment types or models): 1. Visual Inspections: • Inspect all printed circuit board connections for cleanliness, swab contacts if necessary; • Inspect all power connections for signs of overheating; • Inspect all subassemblies, bridges, and legs for signs of component defects or stress; o • Inspect all DC capacitors for signs of leakage; U • Inspect all AC capacitors for signs of leakage; a • Inspect and inventory all customer-owned spare parts; • Inspect for and perform, as required, any open engineering changes; • Inspect insulation, overheating, and physical damage; and • Inspect battery monitoring system. 2. Internal Operating Parameters: o • Control calibrations—check/adjust, as necessary; • DC Ground Detection Offset, if applicable; a • Inverter leg current average phase balance, if applicable; • Output filter current average phase balance; • Rectified bridge current average leg balance; • AC Protection settings are checked; • DC Protection settings are checked; • Calibrate and record all electronics to system specifications; • Input and Output Frequency and Voltage Bandwidth settings are checked; • Verify DC filter capacitance; • Verify AC tank and trap filter capacitance including balancing of items; • Power Supply voltages and waveforms; u.. ce • Update firmware as necessary with customer approval (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If CD there is no service agreement, the parts may be billed at actual cost with applicable markups); and • Evaluate Field Service Bulletins (FSBs) for potential updates (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost with applicable markups). 3. External Operating Parameters: • System Input Voltages, all phases; • System Input Currents, all phases; • DC Charging Voltages (float and equalize), record settings, and adjust to nominal; • Rectifier phase on and walk-up; • Inverter phase on and walk-up; • Adjust all panel meters to measured values; • System Bypass Voltages, all phases; • Manual and UV Transfer Testing, verify uninterrupted transfer waveform, if applicable; • Outage Simulation, batter capability testing, and verify charger current limit; and • Generator operation and interface verification, if applicable. Page 11 of 22 Agreement#16-6640R"Uninterruptible Power Systems' `\ Fakouri Electrical Engineering,Inca 7n Packet Pg. 1734 16.E.2.e 4. Environmental Parameters: • UPS area ambient temperature and condition of ventilating equipment; • General Cleanliness of UPS Power Module; • General Cleanliness of UPS area; • Replace air filters as applicable and necessary (parts if required are included at no charge with full parts coverage if the equipment is under Service Agreement. If there is no service agreement, the parts may be billed at actual cost with applicable markups); • Clean outside of UPS including control panel/CRT screen; and • Flywheel only: Drain oil and change oil and filers. 5. Battery Cabinet Checks: • General appearance of battery systems (all types); • General cleanliness of batter system areas (all types); o • Verify the integrity of the battery rack/cabinet; • Inspect all DC connections for abnormalities; • Inspect cells for physical abnormalities; • Check batter for current limits, input limits, overload levels, and over temp circuits; • Check for corrosion on battery terminals and connectors; • Clean batteries as necessary; M • Verify proper torque on connections; • Verify the condition of the ventilation equipment, if applicable; a) • Check the appearance of the battery room, if applicable; • Battery system area ambient temperature and condition of ventilating equipment; and • For internal batters only—measure and record: i. Overall battery float voltage; ii. Charger output current and voltage; iii. Negative terminal temperature of one cell/battery per battery cabinet shelf or L rack tier; and iv. Momentary load testing of cells < 100 watts (e.g. 9E, 9x55, not 9330). 6. Monitoring System Parameters: • Alarm archive review and printing; • Alarm lamp test-local and remote, if applicable; u • Replace all open monitor bulbs; o • Inspect battery monitoring system; and • Review battery test in history, if applicable. 7. Circuit Breakers/Isolators: • Check capacitors for swelling or leaks; • Verify free travel; and • Check magnetic/thermal settings. a) 8. Additional Items: • Synchronizing verification: 5 i. Utility Sync and Transfer to bypass; ii. Transfer from bypass to UPS; v iii. Verify voltage and phase lockout; and Q iv. Verify static bypass operation. • Fuses need verified for type, value, and condition; • Power Measurements (on-line): i. Output RMS current (Phase and Neutral); and ii. Output Peak current (Phase and Neutral). • Cleaning/Air Flow—check fans, doors, and compartment seals i. Replace filters; and ii. Clean Module. Page 12 of 22 Agreement#16-664OR"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc.r. -‘ Packet Pg. 1735 16.E.2.e • Clean normal cell dirt/dust accumulation, when possible. • Battery recycling as required, is included. • Check nuts, bolts, screws, and connections for tightness and heat discoloration. • Operational testing of the system including unit transfer and battery discharge. 9. General: • Customer consultation; • Verbal recommendations; and • General observations. Following the preventative maintenance inspection, a written report I check list will be provided to the 3 Division detailing the results of the inspection, services completed, and making specific recommendations for future remedial action, upgrades, etc. o U Preventative maintenance on each unit / system / battery is required to be completed in accordance a CI- with the manufacturer's recommendations. Preventative maintenance will be billed by item serviced. Actual records must be provided for payment. These records will include but not be limited to: a summary spreadsheet for each unit services with the date of service and an attestation signed by the Contractor. •• co coTypically, preventative maintenance will be completed during normal business hours; however, the County may request preventative maintenance during off-hours, as deemed necessary by the County a� representative or designee. A surcharge will be allowed for off-hours preventative maintenance, if necessary and first approved in writing by the County representative or designee. Equipment Manufacturer Services Plans may be added as a separate "turnkey" item for specific units, w as needed by County Divisions. When these services occur, a quote following the pricing methodology of the solicitation will be requested from the Contractor. 0 Q) ON-CALL SERVICES (for regular and emergency equipment maintenance, repair, and replacement identified in the scope of work): 0 The two types of maintenance, repair, and replacement services required are: u. co • On-Call Repair Work: The County representative or designee will provide a scope of work to be performed to the Contractors and request that a "time and materials" or "lump sum" quote be provided. The County expects that for on-call repair work, the contractor provides a price quote within a reasonable time (one to two business days) from the point of initial contact. Once a purchase order is issued, the County representative or designee would E expect that the on-call service for regular maintenance, repair and replacement commence a within two (2) business days, unless otherwise directed by the County representative or designee. In the event that the Contractor does not fulfill these response requirements, the County reserves the right to contact other Contractor to perform the scope of work. • Emergency Repair Work: The County representative or designee will identify the needed maintenance, repair and replacement for the life, health, safety or equipment/facility �e emergency and request that work be completed as soon as reasonably practicable. The County representative or designee may direct the Contractor to commence work through a verbal direction; and a purchase order will be issued to the Contractor as soon as possible. All emergency repair work will be completed on a time and materials based on the contracted pricing schedule. If any repair is deemed an emergency, all parts must be shipped overnight and repairs are to start immediately upon the part being received. Page 13 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering, Inc.f\ Packet Pg. 1736 16.E.2.e In each scope of work the County representative or designee reserves the right to specify: the period of completion; collection of deductions /fines or actual costs in the event of late completion and/or non- compliant performance and/or vendor caused damages; and "lump sum" or"time and material" sums. • If"lump sum" quote is requested, the Contractor shall provide: ✓ A not-to-exceed total cost for the entire scope of work including a brief description of the work to be completed; ✓ Lump Sum (fixed price) is a firm fixed total price offering for a project; the risks are transferred from the County to the Contractor; and, as a business practice there are no hourly or material invoices presented, rather, the Contractor must perform to the satisfaction of the County's project manager or designee before payment for the i fixed price contract is authorized. c ✓ Only a single lump sum quote is required, no itemized breakdown for the lump sum c°� quote will be required for quoting or payment purposes. No time and material quotes n. will be accepted or required for quoting or payment. Actual invoices for materials, subcontractors, mark-ups, etc. will not be required for payment purposes, as the R lump sum quote does not require a breakdown of the quote or supporting a documentation. Timesheets and/or timecards will not be accepted or required for quoting or payment purposes to support labor hours, as they are not required for a lump sum quote. , • If"time and material" quote is requested, the Contractor shall provide: .0 ✓ The expected number of work hours by each position (and the hourly rate) and the extended total; _ ,.1 The breakdown of the cost for supplies, parts and equipment used for the scope of w work; the Contractor must provide itemized documentation of any supply, part or 73 piece of equipment with their invoice. .�' ✓ If applicable, a mark-up of subcontractor's labor, supplies / materials and equipment a may be included; the Contractor must provide itemized documentation (including the 'w subcontractor's invoice) of any subcontractor's labor, supplies / materials, and 0 equipment. Y ,r The County agrees to pay the Contractor for the amount of labor time spent by the u Contractor's employees, (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the Contractor's mark-up). to Subcontractors will be paid by the contractor according to their submitted invoice(s) then the contractor will be allowed to charge a markup accordingly. ✓ As a general business practice, the time and material invoices would include back- up documentation for costs for supplies/materials, equipment rental, subcontractors, d etc. Invoices would include number of hours worked and billing rate by position (and m not company (or subcontractor) timekeeping or payroll records), material or Q equipment invoices, and other reimbursable documentation for the project. ✓ Taxes, related fees, and ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed u on sales tax, consumer fees or taxes, use and other similar taxes, or fees r associated with any work under this Agreement. Q ✓ Freight and shipping charges will be allowed if included in the quote and only allowed to the amount support by back-up documentation. No mark-up will be allowed for freight or shipping charges. ✓ If applicable, a ten (10%) percent mark-up of subcontractor's labor, subcontractor's supplies / materials, subcontractor's equipment, rental equipment, contactor's equipment, Contractor supplies / materials, etc. will be allowed. Page 14 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering, Ii \ Packet Pg. 1737 16.E.2.e Contractors Responsibilities The Contractor awarded for preventative maintenance inspection services, repair services, emergency and for on-call services will provide: 1. All necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the preventative maintenance inspection services, repairs, and on-call services for the County's systems. Except as noted herein, travel, fees and surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. A contractor will not be allowed to bill for administrative hours for invoicing, 3 providing back-up and supporting documentation, etc. All work shall be a "turnkey" operation to include all repairs, site clean-up and restoring the 0 work area to its original condition. The resultant contract provides for any services deemed n necessary to complete the job, through means of Contractor in-house expertise or sub- contracted work as needed (back-up documentation will be required for sub-contracted work). -E The Contractor shall ensure that all areas and equipment (i.e. UPS units and systems, batteries, etc.) be kept clean and free from dirt, dust and debris. Where necessary, work shall include proper permitting, as required, and the Contractor shall be co responsible for permit submissions, unless otherwise instructed by the County. Permit fees may be included as a line item on invoices/quotes with no markup. The Contractor will maintain sufficient personnel to accomplish County's work schedule. a) 2. The Contractor will use technicians who are trained and experienced with brands serviced. 76 The Contractor's technicians will be available for response twenty-four (24) hours a day, seven (7) days a week, 365 days per year for any emergency repairs. The Contractor shall provide cu the County with an on-call telephone number for emergency service. The Contractor shall employ an adequate staff of approved technicians to provide service taking into account vacation and other leaves. Y 3. Response time: Emergency response shall be provided in no more than four (4) hours from the time of the call. Non-emergency response within eight (8) hours is acceptable. For on-call repairs, the Contractor must be on-site and repairs begun within twenty-four (24) hours of the initial call being placed for all areas unless the County Representative approves a different amount of time for response. E 4. A qualified engineer (with all related licenses and certifications being current and in full force and effect) with the experience and ability to "pull" all permits required for any and all system renovations, when necessary and applicable. _ There is a multitude and variety of different systems currently in place. All brands must be able to be serviced by the vendor or the vendor use a subcontractor to service the equipment. cc cc 5. Call Schedule: Contractor will provide an on-call schedule twenty-four (24) hours a day, seven (7) days per week, 365 days per year. The Contractor shall provide the County with an on-call telephone number(s)for standard, technical, and emergency services. 6. Replacement / Repair Parts: All replacement / repair parts must be approved and be of genuine and original manufacturer's parts. The Contractor will be required to provide proof of the Original Manufacturer's parts through providing invoices or photographs at the time of invoice submission. Page 15 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. e--\ Packet Pg. 1738 16.E.2.e The Contractor shall be required to expressly warrant that all replacement are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/ or installed, the Contractor shall immediately replace the equipment at no cost to the County. 7. Warranties: All new equipment warranty work shall be provided by the original warranty supplier. All warranty responsibility for previously purchased, but still under warranty, equipment will continue to be provided by the original warranty supplier until expiration of the warranty period. Upon expiration of the warranty period, responsibility for maintenance shall automatically transfer to the Contractor, unless otherwise directed by the County representative or designee. U, All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty S- item, the Contractor shall notify the County representative or designee, who will then have the -a responsibility of placing and tracking the warranty trouble call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble call to the a County representative or designee shall be provided by the Contractor at no additional cost to the County. co Parts, replacement parts, and fixtures shall be new and warranted for a minimum of one (1) year, or the maximum allowed by the manufacturer. All labor for repairs shall have a minimum ninety (90) day warranty. 8. Additions and Deletions of Equipment: The County retains the right to add or to delete any w equipment from service provided under this Contract as described herein, upon written notification by the County designee to the Contractor. Any additions or deletions shall be .i handled by letter from the County representative or designee and approved by the Procurement Strategist. w The County, or designee, shall attempt to provide advanced notice to the Contractor of all o additional and/or new equipment; however, should Contractor's personnel receive a cts maintenance or repair call and records show that the individual piece of equipment is not inventoried or covered by this Agreement, the Contractor personnel will perform repairs as if 0 equipment was covered by this Agreement and shall notify the County designee. The County, or designee, will provide notice of additional equipment in writing to the c Contractor, whenever possible. The Contractor may then charge for that piece of equipment, as described below, respectively, effective the date the Contractor was called for service on that piece of equipment. cs., If removing equipment from coverage, the County Representative or designee shall provide written or electronic notice to the Contractor. Equipment removed shall not be billed for the E month of removal. Any prepaid coverage fees will be refunded at a pro-rata amount to the County in the form of a credit on the subsequent billing. 9. Records and Documentation: The Contractor is responsible to maintain and update records for each type of equipment serviced. The documentation will include, and not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor will maintain a service log at the site of each piece of equipment maintained. The Contractor will not charge for any call back work. All recovery reports shall be sent to the County contract manager, or their designee, noting date, type, quantity, location, and disposal information. Page 16 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering, Inca n Packet Pg. 1739 16.E.2.e 10. Inspections: The County and the Contractor may conduct an inspection of the completed services provided in response to any resulting purchase order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification, at the Contractor's expense, or the County may follow the provisions in Section 11c (below). Deductions may be imposed at the time of initial notification for lack of performance. If the Contractor fails to correct the defects within this time frame, the County shall be entitled to have the work remedied, charge a deduction / fine (see Section 11 Performance Measures and Section 12 Contract Deductions), and the Contractor shall be fully liable for all costs and 3 expenses reasonably incurred by the County. 11. Performance Measures: The Contractor shall maintain compliance with the following v performance measures: a a. The Contractor will provide 100% of all required reports and records within the time frame specified to the County, or their designee. b. The Contractor will advise the County, in writing, of any extenuating circumstances that will Co prohibit the Contractor from meeting the above-outlined performance measures. c. The Contractor will furnish all necessary labor, tools, equipment and services to perform a) contracted services specified in the contract. The term contract officer or project manager as used herein, shall mean the County Representative or designee. The Division Management and/or County Representative shall be the final authority on any issues that , may arise as to the quality and acceptability of any work performed under this contract. If, in the opinion of the County Representative or designee, any part of the Contractor's performance becomes unsatisfactory; the County will immediately levy a deduction on the Contractor's invoice for lack of service. This deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct the violation. There will be no D cost to the County for re-works or for the vendor to resolve performance issues. 0 cts The County shall have the immediate right to complete the work to its satisfaction, through the use of County employees or outside contractors as deemed necessary, the total sum of the County employee's hours and materials cost(s) and/or outside vendor invoices shall be immediately deducted from the Contractor's invoice. c° 13. Contract Deductions: It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the designated County representative or designee shall be found to be a non-performance area and a deduction shall be levied. _ The deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost, including County employees labor, materials cost, outside vendor cost and any other costs for the correction of the violation. Deductions shall be administered through the County Representative or designee. Should the Contractor wish to appeal these charges, they may do so in writing to the County representative's Manager within three (3) days of receiving the fine / deduction notification. The appeal should state dates, times and other associated facts, along with a clear description of their argument or disagreement with the fine. The appeal should also reference this bid Page 17 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. __ Packet Pg. 1740 16.E.2.e document and / or other supporting documentation. Should the appeal be rejected by the County's Representative's Manager within three (3) days, the next appeal may then be made to the County Representative's Director within three (3) days. Each of these appeals should be made within three (3) days of the incident or notification (for the appeal to the Division). If a resolution cannot be obtained through the Division Management Appeal process, the Contractor will have the right to appeal within three (3) days to the Procurement Services Division. 14. Clean-up: The Contractor shall be responsible for removing all debris from the site and cleaning affected areas. The 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 L representative, shall remove such debris and materials from the property. The Contractor shall leave all affected areas as they were prior to beginning work. There will be no cost to the U County for clean-up. If the Contractor does not follow this provision, there will be a deduction of n. one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct the violation. Any deduction may be assessed after a minimum of one written warning. 15. Equipment Inventory: The Contractor shall, under no circumstances, remove any equipmentco containing a County asset sticker. The Contractor shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 16. Survivability Clause: The Contractor agrees, will honor, and finish work for any purchase order that extends beyond the expiration date of the original solicitation and/or contract. These 73 purchase orders will survive and remain subject to the terms and conditions of the agreement until the completion or termination of the purchase order. d w 0 U. ce 0 tt 9 CD 4- C _ E 4- Y Page 18 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. Packet Pg. 1741 16.E.2.e Exhibit B - Fee Schedule On-Call Mechanical Services: Category Unit of Measure Unit Price. After Hours and Holidays Unit Supervisor Per Hour $125.00 $150.00 Licensed Journeyman Per Hour $95.00 $125.00 Apprentice Per Hour $80.00 $100.00 L Engineering/Design Per Hour $135.00 $175.00 Material Markup over Percentage cost 8% a Markup over Sub- Percentage Contractor cost 10% The hourly rates only apply to time and materials quotes. These rates will not be used or required for lump sum quotes. For lump sum quotes all three awardees (primary, secondary, and tertiary) must provide a lump sum quote or explanation for a no quote. Preventative Maintenance Inspection Services: System Description Price Per Unit 0 - 20 KVA $ 350.00 21 - 40 KVA $ 400.00 41 - 80 KVA $ 475.00 Greater than 81 KVA $ 575.00 Off-hours surcharge $ 150.00 03 LL d c ar Page 19 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Inc. Packet Pg. 1742 16.E.2.e Exhibit C —Facilities Management Division UPS List Brand Model Tag Description Location Liebert 37SA030A0C6D250 1327221 Npower 30-50 CCSO Naples Jail Liebert 37BP030XFJ1BAL 1327224 Sealed Battery CCSO Naples Jail Liebert 38SA015COCFJ 1345743 NX 10-15 INTBAT CCSO Naples Jail Liebert 38BP120XPX1BNS 1734204 Sealed Battery CCSO Naples Jail U T. Liebert 38SA120A0A01 1734205 NX 80-120/NX 480V CCSO Naples Jail E. Liebert MBP3225A0053812 1738691 MBC/SLIM LN CAB CCSO Naples Jail o U Brand Model serial number Description Location u) a Eaton 9315-50-80 ET372ZBA09 VRLA Sealed Building Cl '3 Eaton 9355-10-15_32Batt BE301KBA12 VRLA Sealed, internal Building B only et Eaton 9315-5080 EV473ZBA03 VRLA Sealed Building F co Eaton 9330-25-40 EU506AXX01 VRLA Sealed, internal Property Appraiser co, only a) c Eaton 9330-25-40 EU506AXX18 VRLA Sealed, internal MV Tax Collector , only c a) Eaton 9330-10-20 EX062AXX14 VRLA Sealed, internal Eagle Creek Tax c Lu only Collector Ta Eaton 9355-20-30 EY464KXX44 VRLA Sealed, internal Green Tree Tax w only Collector a Eaton 9330-10-20 EU384AXX02 VRLA Sealed, internal Immokalee Jail w T_. only o Eaton 9355-20-30 EY155KXX14 VRLA Sealed, internal Development Services ,as only w o Eaton 9355-20-30 EY354KXX24 VRLA Sealed, internal Immokalee Jail co only CO Eaton Uknown-30-50 B250074 VRLA Sealed Orange Blossom Tax m Collector E N Eaton 9390-40-80 EC232CBA03 VRLA Sealed Bldg W T. rn FB255FBB10 Wilson Blvd. < Brand Model Serial number Site a) APC Symmetra PX P10741170123, CCSO Special SY40K40F WF0749110601, Operations w PD0744160045 q Page 20 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering,Iris Packet Pg. 1743 16.E.2.e Exhibit D — Public Utilities Department UPS List UPS modes and quantities are based approximates for each location. Units may be on a scheduled maintenance to be replaced or battery replacement only. North County Water Reclamation Facility South County Water Reclamation Facility Brand Model VA Quantity Where used 3 APC BK350 350 15 Filters o Office a APC BE550G 550 15 Computers U Smart UPS- PLC,s/DEV APC SMT1500 1500 33 Machine -a Smart UPS- APC SMT3000 3000 3 Plant Servers cfl M WATER °r° Brand Model VA Quantity Where used a> UPS Pro- Plants/Well c a) APC BR1500G 1500 200 Sites CD c Plants/Well ._ Duracell Battery SLA12-7F 7AH 200 Sites w Batteries are used to replace bad batteries in 73 APC 1500's 6 a> El IQ .L Brand Model VA Quantity Where used'' CD IQ Pump u_ APCBK350 350 44 Stations o Smart UPS- IQ Pump to APC SMT750 750 2 Stations co Smart UPS- IQ Pump c APC SMT1500 1500 3 Stations c) Smart UPS- IQ Pump a) APC SMT2200 2200 1 Stations a) Q Y PUMP STATIONS E Brand Model VA Quantity Where used CO UPS Pro APC BR1000G 1000 2 Pump Stations Q Smart UPS- APC SMT1500 1500 4 Pump Stations Smart UPS- APC SMT2200 2200 1 Pump Stations SOLA SDU500 500 2 Pump Stations FERR FE500VA 500 1 Pump Stations Page 21 of 22 Agreement#16-6640R"Uninterruptible Power Systems" ( Fakouri Electrical Engineering,Inc. \O) Packet Pg. 1744 16.E.2.e Exhibit E — Information Technologies Division UPS List Site Name Address City-Zip Make/Model Size ` Serial Number Note 1899 Trade Naples- 18 North Naples Center Way 34109 Best Ferrups KVA EY425FN024 Naples- 18 WAVV 1515 Benton Rd 34117 Best Ferrups KVA FE18K01243 Tn- 13240 Powerware- 18 Corkscrew Immokalee Rd Naples 9170 KVA C6601N018KK022078 2901 County Naples- Powerware- 18 c.) County Barn Barn Rd 34112 9170 KVA C6601N018KE050968 d 15669 Tamiami Naples- Powerware- 18 Krehling Trail E 34114 9170 KVA C6601N018KK022077 Chalet- 520 South Marco Island 18 Marco Island Collier Blvd -34145 Best Ferrups KVA FE18K01240 op 8075 Lely Naples- 80 ESC Cultural Pkwy 34113 Powerware 9390 KVA EB333CAA08 3 phase a) T. ca u_ CD -F+ a> L •Y •U Page 22 of 22 Agreement#16-6640R"Uninterruptible Power Systems" Fakouri Electrical Engineering, Inc. Packet Pg. 1745