Loading...
Backup Documents 03/13/2018 Item #16C1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 c 1 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. *NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management —C-F 3/i3I1g 2. County Attorney Office County Attorney Office `sa21 3 / ,) 1 4. BCC Office Board of County AS by Commissioners fti5 ' 3-)5-1g 4. Minutes and Records Clerk of Court's Office AS 7 io-,.iS,82,m, r 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Barbara Lance for Evelyn Colon Contact Information 239-252-8998 Contact/ Department Agenda Date Item was March 13,2018 / Agenda Item Number 16C 1 _ /' Approved by the BCC ✓ V Type of Document Contract Number of Original p Attached Documents Attached PO number or account N/A 17-7217 Fire Alarm, Cintas Corporation No number if document is Sprinklers& 2 to be recorded Extinguishers Inspections&Repairs INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK BL 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be BL signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the BL document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 03/13/2018 and all changes made during the meeting have been incorporated in the attached document. The County ! : Attorney's Office has reviewed the changes,if applicable. _ 9. Initials of attorney verifying that the attached document is the version a ..„; ro -',rm.-Ai—N., ` BCC,all changes directed by the BCC have been made, a ,_:� ..r• i t i,,,,,,,,-.,,,,_ ,►\ 1� , l ;. Chairman's signature. r`1 l� MAR 1S 2018 ‘V, Risk Management 16 c1 MEMORANDUM Date: March 16, 2018 To: Barbara Lance, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #17-7217, "Fire Alarm, Sprinklers and Extinguishers Inspections and Repairs" Cintas Corporation No. 2 Attached, is an original copy of the contract referenced above, (Item #16C1) approved by the Board of County Commissioners on Tuesday, March 13, 2018. The second original contract has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16C1 FIXED TERM SERVICE AGREEMENT #17-7217 for Fire Alarm, Sprinklers and Extinguishers Inspections and Repairs THIS AGREEMENT, made and entered into on this I day of MC),x c,1N 20 ' , by and between Cintas Corporation No. 2 , authorized to do business in the State of Florida, whose business address is 12771 Westlinks, Suite 1, Ft. Myers, FL 33913 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing E upon the date of Board approval ❑ on and terminating on (_) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of E Request for Proposal (RFP) 111 Invitation to Bid (ITB) ❑ Other ( ) # 17-7217 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. • The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16 01 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ❑ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. ❑■ Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 11 Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Page 2 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16 01 4.4 ❑ (check if applicable) Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Reimbursements shall be at the following rates: Mileage $0.44.5 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard-size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long-distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Cintas Corporation No. 2 Address: 12771 Westlinks, Suite 1 Fort Myers, FL 33913 Authorized Agent: Corporation Service Company Attention Name & Title: Jeff Playter, General Manager Telephone: (239) 693-8792 E-Mail(s): playterj@cintas.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Page 3 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16 01 Board of County Commissioners for Collier County, Florida Division Director: Dennis Linguidi Division Name: Facilities Management Address: 3335 Tamiami Trail East, Suite 101 Naples, FL 34112 Administrative Agent/PM: Miguel Carballo, Facilities Manager Telephone: 239 252 2222 E-Mail(s): Miguel.Carballo@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. Page 4 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 16 C . 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. 0 Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000.00 Per Occurrence, $2,000,000.00 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. 0 Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. ❑■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1,000,000.00 for each accident. D. ❑ Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ each claim and aggregate. E. D Cyber Liability: Coverage shall have minimum limits of$ per claim. F. ❑ : Coverage shall have minimum limits of $ per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Page 5 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16 01 Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division Page 6 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16 C 1 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), II Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFP/ ❑■ ITB/El Other #17-7217 , including Exhibits, Attachments and Addenda/Addendum, [' subsequent quotes, and ❑ Other Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as 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 CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 7 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16 01 Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The Contractor may nullify the whole or any part of any approval for payment previously issued and the Contractor may withhold Page 8 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16C1 any payments otherwise due Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. 0 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. [ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay Page 9 of 17 Fixed Term Service Agreement#2017-002(Ver 1) 16 C ? for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑� TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. 0 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials form specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. Page 10 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16 01 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. ❑ KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project 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 services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. ❑■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. Page 11 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 1 c 35. Q■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. n ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@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 $500 per incident. 38. 0■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for Page 12 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16C1 the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 17 Fixed Term Service Agreement#2017-002(Ver1) 16 C 1 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST; BOARD OF C.0 TY COMMIS altNERS COLLIER 'iUNT ., FLOM", - Dwight E. Brock, Olerl$,of Courts p / (k.,", By: ' tAA.4, - ' , t ,O.C, . By: A ,...,, a`r dy Solis, Esq , Chairman Dated: .---v"_'-e -, CU) • (SE/) Signature only., Contractor's Witnesses: ' Cintas Corporation No 2 Contractor ,2— By: Contycto s first Witness Signatu --TO n4 toretwer ji-sS l' r,)„v7--secremoirr ta-piccr GA6LICC.1) i ypeiprint witness namels TV/ TTypeiprint signature and Welt Contractors Second Witness TTypeiprint witness nameT A .pro -(1 ./wato Fil a • Legality: ow. It it...........-.AI_ C.un Ai ttorney 31..Q.Cd Print Name Agenda 3311 Date Date 3.11,it Recd iA....,,iiat Deputy 1:46 tn.-- Pae 14 air i LA r ted Tenn'.'-el rice Agreement (n7;i2002 kvci 1601 Exhibit A Scope of Services n following this page (pages 1 through 16 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Agreement#2017-002(Ver.l) 16C1 EXHIBIT A—SCOPE OF SERVICES TO AGREEMENT#17-7217 (Contractor is also referred to as "Vendor"or "Bidder") Cater County Administrative Services Department Procurement Ser ces Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Fire Alarm, Sprinklers and Extinguishers Inspections and Repairs SOLICITATION NO.: 17-7217 ATTACHMENT A -- SCOPE OF :[ VICE BRENDA BRILHART,PROCUREMENT S I'RATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST,BLDG C-2 NAPLES,FLORIDA 34112 TELEPHONE:(239)252-8446 brendabrilhart@colliergov.net(Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal,cancellation of any subsequent award,or any other legal remedies available to the Collier County Government. 1601 Attachment A:Scope of Work,Specifications and Response Format As requested by the Collier County Facilities Management Division (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 proposals from interested and qualified firms in accordance with the terms, conditions, and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments or divisions once awarded according to the Board of County Commissioners Procurement Ordinance. Brief Description of Purchase The County is responsible for maintaining fire systems that include alarms,sprinklers,extinguishers,and suppression in various County owned and leased facilities,vehicles,and equipment throughout Collier County.In order to maintain the integrity and continuous operation of these systems, the County intends to award a contract to perform inspections, certifications,testing,maintenance,radio frequency fire monitoring and repair services including,but not limited to: 1. Fire Alarm systems 5. Vehicle Mounted Systems 2. Fire Sprinklers 6. Exit Signs 3. Fire Suppression systems 7. Emergency Lights 4. Extinguishers 8. Radio Frequency Monitoring These services shall be performed in concert with the manufacturer's recommendations, in accordance with State of Florida State Fire Marshall, Uniform Fire Safety Rules and Standards, Chapter 4A —48 Fire Alarm Systems, NFPA National Fire Alarm Code and NFPA Water-Based Fire Protection Systems,Current Edition.NFPA Codes shall be considered an integral part of this contract and shall serve as the basis for the Scope of Work. Detailed Scope of Work The intent of this solicitation is to obtain inspections,certifications,testing,maintenance,radio frequency fire monitoring, repair services, software upgrades,parts,training and written documentation for fire alarm systems,fire sprinkler systems, fire extinguishers and fire suppression systems,and emergency lights and exit signs on County owned and leased facilities, vehicles, and equipment in order to protect County employees, assets, patrons, minimize the down time and keep the equipment in top operating condition. There are approximately 106 fire alarms where monitoring is to be completed on 24 hours a day,7 days a week for the term of the contract.The scope includes the programming and maintenance of the radio frequency transmitting equipment,as well as radio frequency monitoring. A qualified bidder must be able to achieve the requirements of the Specifications or Scope of Work stated. The awarded Contractor(s)will be required to perform the services on all existing County fire systems and abide by ALL applicable NFPA Codes,federal,state and local laws,rules and regulations,and meet or exceed the accepted standards of the industry. The systems covered by this scope of work include,but are not limited to: 1. Fire Alarms f =^.`t Y}; 2 16C1 a. Fire Alarm Panel(s)and Dialer(s) b. Alarm Initiating Devices i. Pull Stations ii. Ionization iii. Photoelectric(Smoke Detector) iv. Heat Sensors v. Duct Sensors c. Switches i. Water Flow ii. Supervisory iii. Pressure,Low Temp,Low Air Switches,Other d. Alarm Indicating Appliances i. Strobes ii. Horns iii. Bells iv. Speakers v. Chimes vi. Mini-Horns vii. Horn/Strobe Combinations e. System Power Supplies f. Batteries i. Sealed Acid Batteries ii. Shall be dated and numbers and noted on report g. Remote Enunciators h. Addressable Analog Heat Detectors i. Air Handling Systems Shutdown Controls j. Elevator Shutdowns k. Strobes on the outside of the building at the main entrances and/or other requested exits 1. Wireless systems and/or new technologies available that have not been described above m. Any and all other related fire equipment or services required to provide a safe and reliable fire system 2. Fire Sprinkler(s) a. Pumps b. Switches i. Flow ii. Back flow c. Controllers d. Valves e. Fire Department Connections f. Tampers g. Any and all related equipment or services required in providing a safe and reliable fire system 3. Fire Suppression a. Control Panels b. Automatic Detectors i. Smoke ii. Heat iii. Other related detectors c. Valves d. Tanks e. Kitchen suppression system f. Any and all related equipment or services required in providing a safe and reliable fire system 4. Extinguishers 3 16 ' . a. All maintenance,testing,certification,repair,purchase,and replacement of extinguishers b. Replacements will include disposal of obsolete extinguishers by the vendor. c. Any and all related equipment or services required in providing a safe and reliable fire system 5. Vehicle Suppression Systems a. All maintenance,testing,certification,repair,purchase,and replacement of vehicle suppression systems or related items b. Replacements will include disposal of obsolete extinguishers by the vendor. c. Any and all related equipment or services required in providing a safe and reliable fire system 6. Exit Signs and Emergency Lights a. All maintenance,testing,certification,repair,purchase,and replacement of exit signs and emergency lights b. Any and all related equipment or services required in providing a safe and reliable fire system or emergency lights and exit signs 7. Parts and Equipment a. The contractor(s)may purchase parts,at the County's request,required for any additional and/or spare parts for any existing fire systems or related system component 8. Monitoring a. Necessary Materials include,but are not limited to the following; i. Key pads ii. Horns iii. Alarm Panels iv. Dialers v. Wiring vi. Etc. Following the maintenance and repairs,the Contractor will provide a written report/check list to the Division detailing the results of the inspection, services completed, and making specific recommendations for future remedial action, upgrades, etc. Bidder(s) will be required to use the County's Work Management procedures, such as utilizing internal work request forms or future online work request 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 requests under this Agreement. The Contractor will be required to update,complete and close work requests and attach before and after pictures,as necessary. All bidders must provide requested certifications and licenses necessary to perform the services outlined in the bid specifications,if applicable. These credentials must be provided prior to the award of a contract. The awarded Contractor(s) shall use qualified technicians to complete all work in accordance with the requirements specified in the bid.Technician credentials may be requested by the County. The technicians shall be experienced in all facets of servicing a variety of different types of fire protection equipment and related systems. The Contractor's personnel assigned to the County under the Contract shall comply with the list presented in the bid documentation. Any change or substitution to the Contractor's personnel assigned to the County must be approved by the County representative or designee prior to becoming effective. Typically, inspections, testing, maintenance and repair services will be completed during normal business hours; however, the County may request services during After Hours, as deemed necessary by the County Representative or designee. Normal business hours are considered Monday through Friday 7:00 AM and 5:00 PM. After hours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County Observed Holiday.An after-hours rate will be allowed for After Hours maintenance and repair. Radio frequency monitoring is to be completed 24 hours a day,7 days a week for the term of the contract. 4 16q Emergency/Natural Disaster work The County shall be considered a"prime contract"and all necessary resources shall be directed to this contract enabling the County to continue to function during any urgent need or natural disaster. On a twenty-four(24) hours basis, the Contractor may be required to travel to the site immediately to meet with the Project Manager, law enforcement, or emergency personnel to resolve an emergency. The Contractor shall respond to a telephone or emergency call within one(1)hour.There shall be no additional charge for these responses. Post- storm response time shall be as soon as it is safe to go out to the job site. If given direction to do disaster/post storm work, the response must be within the timeframe as set by Project Manager on pre- disaster/storm communication. Any exceptions will be through the approval of the Project Manager. If a contractor's designated point of contact does not answer an emergency call, the contractor will be written up for each missed emergency call. If the contractor does not respond to three calls, they will be deemed as non- responsive and terminated from the contract. Testing,Inspection,Certification and Maintenance Services Testing,inspections,certifications and maintenance shall be performed per NFPA standards in accordance with the local authorities having jurisdiction,as well as the current Florida Statutes, Ordinance and/or code requirements. Contractor shall perform the testing, inspection,certification and maintenance of fire alarm systems,fire sprinkler systems, fire pumps, fire hydrants, backflow, fire suppression systems, kitchen suppression systems, extinguishers, vehicle suppression systems,exit signs and emergency lights in Collier County facilities and buildings.A list of these systems and estimated device counts per location is found under Attachment D—Fire Locations. This list is given for bidding purposes only and does not limit or obligate the County to these numbers.Contractor can expect variations in actual numbers. Examination of the Sites Each vendor is encouraged to visit each site to become fully acquainted with the facilities,scope of the project,service and difficulties of providing this service or completing this project. Neither additional compensation nor relief from any obligations will be granted because of a lack of knowledge of the site(s) or the conditions under which the work will be accomplished. Site visits can be scheduled by calling the Operations Center Supervisor,Facilities Management(239)252-8380. Inspection services shall be billed at a unit price provided on the bid.The rate shall include all necessary qualified labor, materials,equipment,tools,consumables,transportation,skills,and incidentals for the proper execution and completion of the inspection, certification and testing services. All pricing will be firm regardless of site location,time and day of service. 1. Fire alarm systems inspections a. Fire Alarm Testing/Certification—Services requested include the certification,inspection and testing of fire alarm panels and all peripherals.Contractor shall certify,inspect and test the overall system for proper operation per specifications. Contractor shall load test and check expiration dates for all battery back-up systems. The Contractor shall label each fire alarm panel and sub panel. Contractor shall perform one(1)annual inspection and tests per the NFPA Standards Inspections are to include but not limited to the following: • Refer to NFPA-72 Table 10.4.3-Testing Frequencies • Verify proper operation of all control panel functions (ground fault, supervisory circuit operation, auxiliary control functions such as door release and fan shutdown). If installed,conduct same tests from remote annunciators. 5 l6Ci • Inspect and clean interior of control and annunciator panel and exterior of all panel cabinets. Remove dust and dirt from all circuit boards and power supplies,amplifiers,chargers and relays.Visually inspect all circuit boards for signs of excessive heat buildup or fatigue. Check power supply, amplifier and annunciator output voltages.Adjust all voltage outputs to factory specifications. • Check all control panel and annunciator indicator lights or LEDs.Replace as needed.Document results on inspection report. • Remove all fuses and verify proper rating. Replace as necessary. • Verify operation of audible and visible trouble signals. Verify operation of panel trouble signals and panel ring back feature for systems using a trouble-silencing switch that requires resetting. • On systems equipped with zone disconnect or isolating switches, verify that each switch performs its intended function and a trouble signal is received when a zone is disconnected. • On systems equipped with a ground detection feature, verify that ground fault indication is given whenever any installation conductor is grounded. • On systems equipped with a digital alarm communicator transmitter or other means of transmitting alarm and trouble signals off-site, actuate and appropriate initiating device or trouble circuit and verify that the appropriate signal is received off-site.Conduct this test during each semi-annual inspection. • On systems equipped with sealed lead acid standby batteries, the following tasks shall be performed semi-annually. Disconnect A.C. power and check open circuit voltage. Measure standby current. Measure battery voltage under full load(annual test only)including operating all signaling devices for five(5)minutes with battery charger disconnect.Verify that all signaling devices operate properly under battery power. Clean all connections. Check battery charger for proper operation. Inform the County's authorized representative in writing if batteries fail the test.Batteries that fail the test or exceed four(4) years from the date of manufacturer's stamp/imprint must be replaced. As these batteries are replaced, they must be marked with the date of replacement. Replacement batteries shall be of same size and rating and shall not be older than three months. • Verify that all signaling devices (horns, speakers, bells and visual/strobe units) are operating properly by touring all corridors, classrooms, assembly areas and offices semi-annually. Record test results of each individual device on test report with exact location information. Document any devices which fail to operate properly with exact location information.Clean and adjust as necessary. • Operate all manual pull stations and break glass stations per manufacturer's instructions during each semi-annual inspection. Verify proper alarm response at the control panel and annunciator panel. Document each device tested with exact location information. Replace break glass and break rods as necessary. • Test all heat detectors using a manufacturer approved heat-testing device. Preferred heat testing device would be comprised of a shielded heat lamp where a controlled and measurable amount of heat would be used so as not to damage the non-restorable fixed temperature elements. All test results for each individual device would be recorded on the test report with exact location information. • Function test all duct smoke detectors to ensure that the detector will sample the air stream. This test shall be made in accordance with the manufacturer's specifications (for example, for devices using sampling tubes,it is acceptable to measure the pressure drop of the airflow).Duct detector housings and sampling tubes shall be cleaned annually. Document all test results of each individual device on the inspection report with exact location information. • Function test all smoke detectors with manufacturer's approved methods. Preferred method is canned, dry, aerosol smoke which creates no residue or fallout. Other methods such as smoke generators, "red canned smoke",test probes and or magnets would need to be approved by manufacturer in order to be used in testing of smoke detectors. It should be noted, however, that different types of detectors do require different testing methods and only these methods are to be used. Document all test results of each and every device with exact location information on the test report. • Half(50%) of the smoke detectors shall also be removed from their bases for cleaning and sensitivity testing(on non-addressable systems).The remaining half(50%)shall be included in a subsequent year's inspection to ensure that all detectors are cleaned and sensitivity tested every two years. Removal of a detector from the circuit shall cause a trouble signal at the panel. This condition shall be verified for each individual device and indicated on inspection report. Cleaning of the detectors shall be done only after consulting manufacturer's instructions. Use only manufacturer approved cleaning methods so as 6 1605. not to damage or alter the integrity of the smoke detector. Such instructions may detail methods involving the disassembly of the detector to properly access the detection chamber for proper cleaning, ultrasonic washing of the detector, blowing the detector clean with compressed air and/or vacuuming the detector. Cleaning methods vary depending on the type and manufacture of the detector and the Contractor shall abide by those prescribed methods. In such cases where the fire alarm system is an "intelligent" system (addressable), cleaning may only be required on an as-needed basis, wherein the Contractor would be required to operate the control panel to gain access to information regarding cleanliness of the detectors. • All smoke detectors that have been subject to cleaning shall be tested using a method recommended by the manufacturer of the detector and with UL approved sensitivity testing equipment. Equipment may include either a calibrated test method or a manufacturer's calibrated sensitivity test instrument. Each detector's test results shall be documented on an inspection report showing either the detectors serial number, exact location or both;nominal sensitivity setting and maximum range, actual test results and whether the detector passed. Canned smoke or any other sensitivity testing device that does not use a measured and controlled amount of smoke is not an acceptable means for testing the sensitivity of smoke as there is no way to measure how sensitive they are by using this method. In such cases where the fire alarm system is an "intelligent" system, sensitivity testing may be performed directly from the control panel, wherein the Contractor would be required to operate the control panel to gain access to information regarding sensitivity of the detectors, and have the ability to print a sensitivity report from the information on the control panel. (Detectors listed as field adjustable may be adjusted within the listed and marked sensitivity range, cleaned and recalibrated or replaced, if approved by the County representative. Replacement of detectors will be the Contractor's responsibility). 2. Fire Sprinkler systems,fire pumps,fire hydrants and backflow inspections a. Fire sprinkler systems inspections-Contractor shall perform three(3)quarterly and one(1)annual inspections and tests per the edition of the applicable NFPA Standards,as required by the current edition of the Florida Fire Prevention Code Inspections are to include but not limited to the following: • Sealing and/or locking of sectional valves in their proper position. • Insure each valve is open and sealed and is fully serviceable and accessible.Operate valves. Oil and grease valve stems as necessary. • Check roadway supply boxes. • Check outside valve pits. • Check gauges for proper condition and operation. • Perform water flow test. • Check for alterations to the basic system design which may impair sprinkler coverage. • Check for changes in building use or occupancy. • Check sprinlder heads for proper temperature rating,condition,age,and any mechanical damage. • Check for exposure from other buildings. • Check extra sprinlders and head wrench. • Check piping for improper use,damage,internal and external condition. • Check condition of hangers and proper placement. • Check water flow alarm equipment internal and external condition and test ring. b. Fire pumps—Contractor shall perform eight(8)monthly,three(3)quarterly and one(1)annual inspections per the NFPA Standards. Inspections are to include but not limited to the following: • Check pump room general condition. • Check pump usage. • Check pump for proper cooling. • Check pressure switch settings and operation. 16 01 • Check bearing(grease)strutting box,suction pipe. • Check Fire Department connection for condition and operation. • Perform annual fire pump flow test once per year. c. Fire hydrants—Contractor shall perform one(1)annual inspection per the NFPA Standards. Inspections are to include but not limited to the following: • Check clearance — no obstructions preventing easy coupling of hoses or turning of spanners. Minor corrections such as pruning and minor digging shall be performed. • Check,lubricate and replace,as needed,caps and chains • Open and close valves and test for leakages.Leaky packings on older hydrants should be tightened.Valves that are difficult to operate,have bent stems or don't open and close fully should be reported. • Check and touch up paint • Verify the appropriate color code • Check blue reflector visibility and report if damaged or missing • The gate pot for the street shutoff valve should be accessible and readily discernible from water main zone valves.All hydrant gate pots should be painted white in order to be easily spotted under water if a hydrant gets knocked off.Any gate pots which cannot be located should be reported. • Curb paint involves two issues. One is a "red zone" painted on the curb where appropriate. The other indicates the distance from the curb to the street valve which is painted in contrasting roman numerals. Missing red zones or numerals should be reported. • Markings are indicators on the hydrant bodies of special conditions such as a hydrant on a regulator zone or a dead-end main.Markings shown on the checklist that do not appear on the hydrant should be reported. d. Backflow preventer system inspections—Contractor shall perform one(1)annual inspection per the NFPA Standards. Inspections are to include but not limited to the following: • Full forward flow test • Full backflow test • Testing of an irrigation backflow • Testing of a backflow assembly • Testing of a backflow assembly on a recycled water service 3. Fire Suppression and kitchen suppression -Contractor shall perform two(2)semi-annual inspection per the NFPA Standards. The following check list must be performed on all kitchen/fire suppression systems: • The Hood System is within NFPA Standards. • Identify potentially detrimental site conditions that could compromise the performance of mechanical and/or electronic components of the system. • Test remote pulls for condition and operation. • Perform an automatic trip test of the system and verify interface functionality with Main Fire Alarm System. • Test manual release of the system. • Verify mechanical operation of the system. • Verify the gas shutoff function for all appliances under the Hood System. • Verify the electrical shutoff function for all appliances under the Hood System. Including Shunt Trip Breakers are functioning correctly. • Replace Fusible Links. • Check System Components for Cleanliness. • Restore System to normal operation • Reset Hood System and Fire Alarm System. • Install New Tamper Seals. 8 16C1 • Inspect suppression agent Cylinder. • Verify the cylinder/cartridge pressure,agent weight and condition. • Check that the last Hydro-test date is within code requirements. • Inspect and verify piping/bracing to manufacture's specifications. • Inspect all nozzles and verify that they are properly aimed, free of blockage and have proper"blow-off' caps in place. • Verify the"Owner's Manual"is available on site. • Verify that a proper portable fire extinguisher is available in an easily seen,accessible location. Inspect for any improvements needed and or changes within the Hazard area to coverage,reliability,performance that should be made to the fire suppression system. • Tag devices in a location easily seen by Health and Safety Inspectors and perform required record keeping. • Verify inspections have been performed on the hood system. Inspections shall be completed every six(6) months. • Refer to NFPA 25 for all applicable requirements 4. Fire Extinguishers inspections Annual inspection to include but not limited to • Check shell condition,the content weight,the pressure reading and a thorough cleaning • Extinguishers are to be removed from placement location and returned after servicing.If an extinguisher is removed from the facility,a"loaner"extinguisher of the same rating and size shall be placed at the location until the original extinguisher is returned. • Tag accordingly • An extinguisher that has been used, must be disassembled, repaired(if necessary), refilled, reassembled, cleaned thoroughly and retagged. • Remove and dispose of old fire extinguishers at all sites at no charge in accordance with all NFPA,EPA, DEP and state rules, regulations and laws. The Contractor shall also install new extinguishers at no cost. All new extinguishers will be furnished by the Contractor as needed. • Test and maintenance will be performed as specified by the National Fire Protection Association(NFPA) 10 Standard for Portable Fire Extinguishers, OSHA Standard 1910.157, manufacturers' maintenance guidelines,and any other applicable standards. Six(6)year maintenance procedures: • Extinguisher is emptied. • Internal examination. • Reassemble and recharge,replace safety pin and tag • Six year"tear-down"inspection. 5. Vehicle Suppression systems inspections-Contractor shall perform two(2)semi-annual inspection per the NFPA Standards. Approximately, 85%of the equipment is Amerex. The rest of the systems are Jo-Mar and Fogmaker. The Inspections shall be performed at a County facility. Inspections/maintenance are to include but not limited to the following: • Check that the hazards have not changed.Look for changes in vehicle operation or cleaning procedures that may have increased the hazard.Compare with the original vehicle hazard analysis. • Examine all thermostats, agent cylinders, valves, piping/hose assemblies, nozzles, alarms, and auxiliary equipment. • Verify that the discharge network hoses are not obstructed. • Additional requirements for the semi-annual inspection/maintenance can be found in the Amerex semi- annual maintenance instructions-http://all-saf.com/Amerex_Maintenance.html 6. Exit Signs and Emergency Lights Inspections and testing Testing of required emergency lighting systems shall be conducted as follows: 9 16 01 Monthly inspection: Functional testing shall be conducted monthly with a minimum of 3 weeks and a maximum of 5 weeks between tests,for not less than 30 seconds.Monthly"push-button"test should be conducted,typically by pressing the"test"button on the unit,and holding it for 30 seconds.If the device does not light,or the lamps are dim, or if it fails to light at full brilliance for 30 seconds, the unit should be serviced, repaired, or replaced. The replacement of light batteries shall be included in the monthly inspection at no additional charge. Annual Test: Functional testing shall be conducted annually for a minimum of one (1) hour if the emergency lighting system is battery powered. The annual test requires that the power actually be interrupted to the emergency lighting unit,by unplugging it,throwing a circuit breaker,or other safe means,so no line power reaches it.The unit must provide light of normal brilliance for one and a half hours,or it should be serviced or replaced. Reports - Contractor shall submit completed copies of the required NFPA reports/documentation for annual certification,inspection and testing of systems as follows: • One electronic copy given/emailed to the Facilities Management Division representative or designee • One electronic copy to the Authority Having Jurisdiction Reports/documentation shall include, but not be limited to, the following information: building and room location of the system/item,product type,date of inspection/service,condition,performance/failure and any other work such as sensitivity tests or adjustments performed for each piece of equipment and device tested. Contractor shall also list any recommendations of repairs,service or replacement of the system/item on the report along with an estimate for repair/service cost to bring the system back into compliance. All completed inspection reports and deficiency reports shall be submitted within five (5) business days of each inspection. The County will not accept any omissions. All devices must be certified, inspected and functionally tested. Contractor will field verify all information and report all deviations. The Contractor shall immediately notify the County representative or designee upon discovery of any new or problematic issues. The Contractor shall not proceed with repairs without written authorization by the County authorized representative. Monthly Monitoring Reports/Records A written "Monthly Report" shall be delivered to the Project Manager or designee no later than the seventh (7th) calendar day of each calendar month. The report shall contain copies of all records and incidents of alarms or troubles,but not limited to inspection and testing results,all maintenance items performed,and any additional work performed under the contract. The report shall be neat, legible and in a typed format. Failure to do so will result in a deduction,as described below in the Contract Deductions section. Repair Services This section includes,but not limited to,routine repair services,after hours repair services,emergency after-hours repair services, and replacement services for fire alarms, fire sprinklers, fire suppression,extinguishers, and any other related mechanical equipment and/or related work associated with fire systems,such as,exit signs,batteries,and lights. • Repair projects: Once a purchase order is issued,the County representative or designee would expect that the work commence within two (2) business days, unless otherwise directed by the County representative or designee. • Routine Repair Work:The County will issue a written work request for repair work.The County representative or designee would expect that the on-call service for routine repair commence within one(1)business day from the authorization notification,unless otherwise directed by the County representative or designee.Urgent repair work shall commence within two(2)hours from the initial work request. to 16 C I • After Hours Services: The County representative or designee will identify the needed maintenance and repair 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 written communication. • Repair Expectations: Collier County considers all fire system issues to be emergencies. The Contractor shall be available on a twenty-four(24)hour basis,three hundred sixty-five(365)days per year for such emergency work. The Contractor shall provide the County with an on-call telephone number for emergency service. The Contractor shall employ an adequate staff of approved technicians to provide service, considering vacation and other leaves. For on-call repairs, the Contractor shall be on-site and begin repairs within two (2) hours of the initial call being placed for sites located in Collier County area and four(4)hours for rural sites(Immokalee, Marco Island,Everglades City etc.). In the event when the Contractor does not fulfill these response requirements, the County reserves the right to request quotes or bids from other vendors following the Board's Procurement Ordinance. Contractor's Responsibilities 1. Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, parts, consumables, transportation,skills,and incidentals required for the maintenance services,radio frequency fire monitoring, repair, and miscellaneous services for the County's fire protection systems. 2. Response time: Urgent response:For maintenance and repairs needed for the health,safety and well-being of the County staff and/or public,the urgent response shall be provided in no more than two(2)hours from the time of the initial contact. Non-urgent response: a response(at a minimum a telephone call)within twenty-four(24)hours is acceptable. For non-urgent repairs,the Contractor must be on-site and repairs begun within two(2)days of the purchase order being issued and/or work authorization for all areas unless the County Representative and/or designee,approves a different amount of time for response. 3. On-Call Schedule:The awarded Contractor(s)will provide an on-call schedule twenty-four(24)hours a day,seven (7)days per week.Successful bidder(s)shall provide the County with an on-call telephone number(s)for both routine and after-hours service. 4. Scheduling: Testing, inspection and certification services and repairs will be conducted during normal working hours, Monday through Friday, 7:00 am until 5:00 pm unless otherwise authorized by a County representative. To arrange for an appointment to perform service at a County facility,the Contractor may contact the County designee a minimum of 24 hours in advance of the work. 5. When required,the Contractor must use a qualified engineer or company representative(with all related licenses and certifications being current and in full force and effect)with the experience and ability to obtain all permits required for all repairs,when necessary and applicable. There is a multitude and variety of different systems currently in place. Attachment D is located at http://bid.colliergov.net/bid/and downloadable as a separate file so that interested bidders understand the County's current equipment and locations. This list is provided for bidding and evaluation purposes only. It is a constantly changing list as buildings are added/removed,and equipment is replaced. 6. The awarded Contractor(s)shall use qualified technicians to complete all work in accordance with the requirements specified in the bid. Technician credentials may be requested by the County. The technicians shall be experienced in all facets of servicing a variety of different types of fire protection equipment and related systems.The Contractor's service technicians shall hold at least certification in engineering technologies(NICET)Alarm and/or Sprinkler and a current Fire Alarm Systems Agent certification(FASA)and documentation shall be submitted upon request. 11 16C1 1 7. Replacement/Repair Parts: When requested,all replacement/repair parts must be as specified in the work request. If the work request is not specific and/or the Collier County Vertical Standards do not specify,then the parts must be approved by the County Representative or designee. The Contractor(s) will be required to provide proof of the materials/supplies supplied by providing invoices and/or photographs at the time of invoice submission. The Contractor shall be required to expressly warrant that all replacements 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 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. 8. Additions and Deletions of Equipment: The County retains the right to add or to delete any equipment and/or locations from service provided under this Contract as described herein, increase or decrease inspection frequencies, upon written notification by the County designee to the Contractor,without further Board approval. a. The County shall attempt to provide advanced notice to the Contractor of all additional and/or new equipment; however,should Contractor personnel receive a maintenance or repair call and records show that the individual piece of equipment is not inventoried or covered by this Contract,the Contractor personnel will perform repairs as if equipment was covered by this Contract and shall notify the County designee. b. The County 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 in accordance with the Board approved contract rates. c. 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(s) 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,maintenance and testing performed, and any system modifications, if applicable. The Contractor(s)will not charge for any call back work. All reports shall be sent to the County Representative, or their designee, noting date, type, quantity, location, and disposal information. Anytime the inventoried equipment changes through additions, deletions, relocation or transfer, the Contractor will modify its records to indicate such action and maintain an accurate equipment inventory. All changes to the inventory shall be communicated in writing to the County Representative or designee.The County has the ability to update the minimum inventory requirements as needed,with notice to the contractor. • When submitting a"unit price"invoice,the Contractor shall provide: ✓ A summary spreadsheet listing the equipment type, equipment location, date of testing, inspection and certification performed, unit price and total amount due. ✓ The invoice may be billed on a monthly,quarterly and annual basis for the services that have been performed. ✓ Testing, inspection, certification and maintenance services shall be billed at a unit price based on the rate identified in the contractor's bid. ✓ The limit of$50,000 per individual project does not apply for the"unit price"billing. ✓ Attestation signed by the Contractor that the work is completed in conformance with the requirements of the solicitation. • When submitting a "time and material" invoice for projects and repairs up to $50,000, the Contractor shall provide: ✓ A Purchase order number,work request number,date,location and description of the work performed. ✓ An itemized breakdown of labor time spent by the Contractor's employees (number of hours times hourly rate),and supplies,parts,and equipment used(cost plus percentage mark-up). ✓ The itemized breakdown will reflect rates provided in the bid schedule. ✓ The number of hours worked and billing rate by position(company(or subcontractor)timekeeping or payroll records will not be required).Hourly time will be paid only for actual time at the worksite. 12 1601 ✓ Backup documentation and receipts/invoices for any supply,material,parts,equipment rental,subcontractor charges and other documentation for the project. ✓ 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 not be allowed and should be included in the bid pricing. ✓ Travel hours,travel costs,and/or mileage for travel will not be allowed and should be incorporated into the bid pricing. ✓ Administrative hours for quoting, invoicing, providing back-up and supporting documentation will not be allowed and should be incorporated into the bid pricing. ✓ If applicable, a fifteen(15%)percent mark-up for subcontractor's labor, subcontractor's supplies/materials and subcontractor's equipment will be allowed. • At a minimum,the required information will include: ✓ Location ✓ Type of equipment ✓ Description ✓ Serial Number ✓ Model number ✓ Manufacturer ✓ Any existing warranties on equipment,if applicable ✓ Report on condition of equipment and related parts;to also include age of equipment and related part (if known/discernible),recommendation for repair or replacement(as needed)with estimate of cost for repair or replacement and identification of required equipment and parts to do so. ✓ Dialer passcodes The inventory list including the required documentation is required to be provided to the County by the vendor each month, including all changes for the prior month. All dialer passcodes must be provided at the time of installation and/or upon change,no exceptions. The contractor is responsible to maintain and update records for each type of equipment record and work completed. The documentation will include, and not be limited to, records of all fire protection, alarms and calls, repairs, installation,inspections,and work orders,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. Records are required to be maintained in compliance with Sunshine Law. It is the contractor's responsibility to understand and ensure proper retention of records.These records will be available to the County upon request within a reasonable time period(not to exceed three weeks for requests). No,additional charges will be allowed for maintaining the records and documentation required in this section including but not limited to maintaining the equipment inventory list,reports,etc. 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 follow the provisions in Performance Measures and Contract Deductions Section. 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 Performance Measures and Contract Deductions), and the Contractor(s)shall be fully liable for all costs and expenses reasonably incurred by the County. 11. Performance Measures and Contract Deductions: The Contractor(s) shall maintain compliance with the following performance measures: 13 16 C 1 ✓ The Contractor will provide 100%of all required reports and records within the time frame specified to the County,or their designee. ✓ The Contractor will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. ✓ The Contractor(s) will furnish all necessary labor, tools, equipment and services to perform contracted services specified in the contract.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 any tasks are omitted or not performed satisfactorily,fully,and completely and with the frequency designated by the Contract,the entire affected area as defined solely by the County Representative or designee shall be found to be a non-performance area and a deduction shall be levied. Final Acceptance by County: The County shall consider the work complete when the Contractor has completed in its entirety all of the work and the County has accepted all of the work and notified the Contractor in writing that the work is complete. Once the County has approved and accepted the work, Contractor shall be entitled to payment in accordance with the Contract requirements. Recovery of Damages Suffered by Third Parties: Contractor shall be liable to the County to the extent the County incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract. The recovery of any delay related damages under this Contract through the liquidated damages does not preclude the County from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Contract. The County shall retain ten percent(10%)of the gross amount of each monthly payment request or ten percent(10%) of the portion thereof approved by the Project Manager for payment, whichever is less. The Project Manager shall have the discretion to establish, in writing,a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Payments withheld: The Project Manager or designee may decline to approve any invoice submission, or portions thereof,because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract documentation. The Project Manager or designee may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to the Contractor under this Agreement or any other agreement between County and Contractor,to such extent as may be necessary in the County's opinion to protect it from loss because of: (a)defective work not remedied;(b)third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the work can be completed for the unpaid balance of the invoice amount; (e) reasonable indication that the work will not be completed within the required time; (f) unsatisfactory prosecution of the work by the Contractor; or(g)any other material breach of the Contract by Contractor. If any conditions described above are not remedied or removed,the County may, after three(3)days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency,the County shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense.The County also may offset against any sums due to the Contractor the amount of any liquidated or non-liquidated obligations of Contractor to County,whether relating to or arising out of this Agreement or any other agreement between Contractor and County. In instances where the successful Contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the Contractor has not satisfied nor made arrangement to satisfy these debts,the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed or for materials delivered in association with a contract. The Contractor shall maintain, in a safe place at the Project site, one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders,as well as all written interpretations and clarifications issued by the Design Professional, 14 16 01 in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions,changes resulting from Change Orders,Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items,both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. Interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color.The"As-Built"record documents,together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment,these "As-Built" record documents,samples and shop drawings shall be delivered to Project Manager by Contractor for County. 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 Project Manager or designee shall be found to be a non-performance area and a deduction shall be levied. Reference Performance Measures Section for deductions. Should the Contractor wish to appeal these charges,they may do so in writing to the Facilities Manager or designee. The appeal should state dates, times and other associated facts, along with a clear description of their argument or disagreement with the fine. The argument should also reference this bid document and / or other supporting documentation. Should the fine appeal be rejected by the Facilities Manager,the next and final appeal may then be made to the Director of Facilities Management. Each of these appeals should be made within one (1) day of the incident(for the appeal to the Facilities Manager). 12. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment,the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 13. Facility Safety and Security: The Contractor(s) employees are to comply with all legal and safety requirements, including, and without limitation, the requirements of the Occupational Safety and Health Act (OSHA) and the National Institute for Occupational safety and Health(NIOSH).Any practice deemed hazardous by qualified County staff will be immediately halted upon verbal or written notification to the Contractor by the Project Manager or designee. Work must be performed in accordance with industry standards and guidelines. The Contractor(s)will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein.Any fines levied due to inadequacies,or failure to comply with any requirements,will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws,statutes,rules or regulations will not be allowed on job sites.Violations by a Contractor may constitute cause for immediate termination of the Agreement.The Contractor(s)shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. The Contractor(s)must comply with Federal and State right-to-know laws if hazardous materials are used.Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative's direction.The Contractor is required to immediately report to the County Representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. All Contractor personnel will have on their shirts the Contractor's business name and County issued photo identification available at all times. Site access will be limited to required company vehicles and delivery vehicles only.Any parking at any of the County buildings or facilities is to be coordinated,in advance of starting a purchase order, with the County designee. Contractor parking shall not interfere with County personnel or general public parking or pedestrian traffic. Violator's will be towed at owner's expense. 15 1601 Proper behavior and language by all Contractor employees will be enforced at all times while working on County property. Contractor employees shall be prohibited from disturbing items in County offices, and from smoking in any County facility. The successful Contractor(s)will be asked to work in the Collier County Sheriff Office Correctional Facilities and other areas considered"high security",which require thorough background checks of personnel and tools taken into such Facilities. Fingerprinting and Background Checks: The vendor is required to comply with County Ordinance 2004-52,as amended. 14. Exclusion of County Permits in Bid Prices: To ensure compliance with Section 218.80,F.S.,otherwise known as "The Public Bid Disclosure Act", Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However,the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section.The County will not be obligated to pay for any permits obtained by Subcontractors. The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. The Contractor may include such permit fees as a line item on their invoice. 15. Warranty: All new equipment/ parts warranty work shall be provided by the original warranty supplier. All warranty responsibility for parts or equipment previously purchased, but still under warranty 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. 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 the County. Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer,whichever is greater.All labor for repairs shall have a minimum of ninety(90)day warranty.All call backs will be free of charge.No labor will be billed or allowable in the event defective parts were used. An extended warranty may be purchased through the Contractor from the manufacturer without any markup being charged to the County. Contractor shall obtain and assign to the County all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to the County that any materials and equipment furnished under the Contract shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract. Contractor further warrants to the County that all materials and equipment furnished under the Contract shall be applied, installed,connected, erected, used,cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators,suppliers or processors except as otherwise provided for in the Contract. If, within one(1)year after Substantial Completion,any Work is found to be defective or not in conformance with the Contract, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency,the County may commence to correct any defective Work,without prior notice to Contractor,at Contractor's expense.These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 16 16 01 Exhibit B Fee Schedule following this page (pages 1 through 1 ) Page 16 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 16 01 ITB 17-7217 EXHIBIT B-FEE SCHEDULE Category 1: Inspections/Maintenance Description Unit Price Panel Inspection $ 70.00 Initiating Device Inspection $ 9.00 Indicating Appliance Inspection $ 1.25 Fire sprinkler system inspection $ 350.00 Fire pump performance and flow test $ 1,400.00 Backflow inspection(Annual Only) $ 60.00 Fire hydrant inspection(Annual Only) $ 50.00 Inspection, Extinguisher(Annual) $ 3.50 Inspection Vehicle System $ 278.24 Inspection,Wheel Unit $ 32.50 Suppression System-Panel Inspection $ 200.00 Inergen Tanks Inspection $ 180.00 Clean Agent tanks Inspections $ 180.00 Devices Inspection $ 3.00 Kitchen system Inspection $ 90.00 Emergency Lights $ 25.00 Exit Signs $ 25.00 Fire Alarm Systems Inspections $ 70.00 Fire Suppression Systems Inspections $ 260.00 Hydrotest $ 12.00 6 year maintenance(SY) $ 10.00 6 year maintenance Ind System $ 10.00 Vehicles $ 3.50 Category 2: Technician Services-Labor Hours Afterhours including overtime,weekends. Description Unit Price and holidays Service technician(per hour) $ 75.00 $ 112.50 Helper/Apprentice(per hour) $ 50.00 $ 75.00 General Laborer(per hour) $ 50.00 $ 75.00 Other Position: $ - $ Other Position: $ - $ Percentage of Mark-Up for Actual Cost of Materials Not to Exceed 15% Page 1 1601 Other Exhibit/Attachment Description: ❑ following this page (pages through ) 0 this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement#2017-002(Ver.l) 16C1 4 �'...-.011 a DATE(MM/DD/YYYY) AtC0120 CERTIFICATE OF LIABILITY INSURANCE 10/04/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED v REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. i IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. m If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on _ this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). u 'a PRODUCER CONTACT NAME: Aon Risk Services Northeast, Inc. PHONE FAXG c/o Aon Client Services (A/C.No.Eat): (866) 283-7122 om.Na,); (800) 363-0105 a 4 overlook Point E-MAIL o = Lincolnshire IL 60069 USA ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC a INSURED INSURER A: The Travelers Indemnity Co of CT 25682 Cintas Corporation and its Subsidiaries INSURER B: Travelers Property Cas Co of America 25674 6800 Cintas Blvd Po Box 625737 INSURER C: Westchester Fire Insurance Company 10030 Cincinnati OH 45262 USA INSURER D: INSURER E: INSURER F: • COVERAGES CERTIFICATE NUMBER: 570068855913 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR ADDL SUER POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSO WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERALLIABIILITY V HC2EGLSA472M4731TCT17 07/01/2017 07/01/2018 EACH OCCURRENCE $2,000,000 DAMAGE TO CLAIMS-MADE I X 111 I OCCUR PREM SES Ea occurrence) __ $1,000,000,X Contractual Liability MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENII_AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $2,000,000 ro POLICY ECT I X I LOC PRODUCTS-COMP/OPAGG $1,000,000 0 1111 O OTHER: A AUTOMOBILE LIABILITY HC2E-CAP-472M4651-TCT-17 07/01/2017 07/01/2018 COMBINED SINGLE LIMIT $5,000,000 (Ea accident) AOS X ANY AUTO BODILY INJURY(Per person) o 1 OWNED AUTOS —SCHEDULED BODILY INJURY(Per accident) a, ONLY AUTOS PROPERTY DAMAGE m HIRED AUTOS NON-OWNED (Per accident) u ONLY _AUTOS ONLY E X Comp/Coll$0 dad. a U C X UMBRELLALIAB • X OCCUR G22035277012 07/01/2017 07/01/2018 EACH OCCURRENCE $5,000,000 SIR applies per policy terms & conditions AGGREGATE $5,000,000 EXCESS LIAR CLAIMS-MADE . DED X RETENTION , B WORKERS COMPENSATION AND HC2JUB472M470617 07/01/2017 07/01/2018X I STATUTE I (ETH- EMPLOYERS'LIABILITY Y/N WC-AOS ANY PROPRIETOR/PARTNER/EXECUTIVE I E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) - E.L.DISEASE-EA EMPLOYEE $1,000,000 Dy s,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may he attached if more space is required) Cintas Fire Protection d/b/a Building Systems Evaluations Inc. d/b/a Fire Sprinkler Systems Co., Inc. is included as a Named Insured. RE: For Any and All Work Performed in Collier County. Collier County Board of County Commissioners is included as Additional Insured on the General Liability policy, but only with respect to work performed under contract between the Certificate Holder and the Insured. The General Liability insurance afforded the Additional Insured is Primary and Non-Contributory where required by written contract. CERTIFICATE HOLDER CANCELLATION iimSHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. NI— collier `Collier County Board of AUTHORIZED REPRESENTATIVE County Commissioners s 3295 Tamiami Trail East Naples FL 34112 USA [&/J c��i �c �_ �Q 5 e�ass Grv1f/e u� v -_ 01988-2015 ACORD CORPORATION.All rights reserved ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD