Loading...
Agenda 01/08/2013 Item #16E 5 • 1/8/2013 Item 16.E.5. EXECUTIVE SUMMARY Recommendation to authorize the Chairperson to sign contract amendments to increase the estimated annual expenditures under Agreement #10-5373, "Energy Management Services," to $750,000,to allow for projected countywide expenditures. OBJECTIVE: To obtain the Collier County Board of Commissioners' (the"Board")approval to increase the estimated annual expenditures under Agreement#10-5373,"Energy Management Services." CONSIDERATIONS: The Department of Facilities Management is responsible for the maintenance, repair, capital replacement and construction of County owned facilities. On March 8, 2011, the Board awarded Agreement#10-5373 to Johnson Controls, Inc., as the primary vendor and Tampa Bay Systems Sales, Inc. d/b/a Tampa Bay Trane Energy Services as the secondary in the event that Johnson cannot provide appropriate resources, parts or other energy management services in a cost effective manner(see Agenda item 16E2). The Agreement addresses the provision of repair and maintenance services for the major functions of building management as more specifically described below. The Agreement allows the awarded contractors to install, repair or replace all HVAC equipment including but not limited to: building automation controls, chilled water systems, pumps, air handlers, VAV boxes, outside air units (dehumidification), fans, hood fans, heaters, ice machines, refrigeration equipment, thermal storage components, sensors, piping, valves, exhaust systems, compressors, condensers, direct exchange units, variable frequency drives, boilers, cooling towers, power consumption and lighting controls. The Contract is managed and maintained by the Department of Facilities Management. When awarded,the annual expenditure estimated by staff was based on historical information and expected needs for the foreseeable future and did not take into account unknown or unexpected variables. The Board's approved budget was intended as the spending control. Recently,the Finance Department began pre-auditing expenditures against staff's original estimates. Therefore,to ensure no interruption in payments, staff is updating its annual estimated expenditures for this contract. The total estimated annual expense at the time of award was $160,000. This annual estimated amount, at the time, only considered routine maintenance service agreements and mistakenly omitted major repairs, capital replacements, and unanticipated funding sources (Stimulus Package, non-General Fund monies). Service agreements typically average between $100,000 — 160,000 per year. A single major unanticipated repair can average anywhere from $10,000 - $70,000. A single major capital replacement can range anywhere from $50,000- $275,000. Unanticipated and anticipated expenditures are budgeted in Funds (001)and (301)respectively. Annual expenditures for all County Division/Departments utilizing the current Agreement has far exceeded the original estimated amount of $160,000; and staff is recommending an update to the estimated annual expenditures under the Agreement from $160,000 to $750,000, which is more realistic based on historical countywide usage. FISCAL IMPACT: The annual expenses for Agreement# 10-5373 "Energy Management Services" are estimated at $750,000. Funds are budgeted under the Fund (001)and (301) are within the Department of Facilities Management operating and capital budgets as well as other County Divisions/Departments. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval—SRT. Packet Page -1605- 1/8/2013 Item 16.E.5. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. RECOMMENDATION: That the Board of County Commissioners increase the estimated annual expenditures under Agreement #10-5373, "Energy Management Services" for countywide usage to $750,000 and authorize the Chairperson to execute the Contract Amendment to remove the amount of $160,000 from the Contract sum. Prepared By: Kelly R. Campbell, CFM, SFP Dennis Linguidi,Manager,Facilities Management Adam Northrup,Procurement Strategist,Purchasing Attachments: • Agreement# 10-5373 Energy Management—Johnson Controls,Inc. and Tampa Trane Energy Management Contract Packet Page -1606- 1/8/2013 Item 16.E.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.E.5. Item Summary: Recommendation to authorize the Chairperson to sign contract amendments to increase the estimated annual expenditures under Agreement#10-5373, "Energy Management Services," to $750,000, to allow for projected countywide expenditures. Meeting Date: 1/8/2013 Prepared By Name: LinguidiDennis Title: Manager-Facilities,Facilities Management 11/20/2012 9:06:49 AM Approved By Name: CampSkip Title: Director-Facilities Management,Facilities Manage Date: 11/20/2012 3:45:44 PM Name:NorthrupAdam Title:Procurement Strategist, Purchasing Date: 11/21/2012 10:52:38 AM Name: MarkiewiczJoanne Title:Manager-Purchasing Acquisition,Purchasing&Gene Date: 11/26/2012 7:25:55 AM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 11/26/2012 4:05:54 PM Name: pochopinpat Title:Administrative Assistant,Facilities Management Date: 11/27/2012 10:18:07 AM Name: PriceLen Title: Administrator, Administrative Services Date: 11/29/2012 9:02:12 AM Packet Page-1607- 1/8/2013 Item 16.E.5. Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 11/29/2012 10:20:13 AM Name: KlatzkowJeff Title: County Attorney Date: 11/29/2012 3:00:29 PM Name: PryorCheryl Title: Management/Budget Analyst, Senior,Office of Manag Date: 1/2/2013 2:51:24 PM Name: KlatzkowJeff Title: County Attorney Date: 1/2/2013 3:24:59 PM Name: OchsLeo Title: County Manager Date: 1/2/2013 4:42:12 PM Packet Page-1608- 1/8/2013 Item 16.E.5. AGREEMENT10-5373 for Energy Management Services THIS AGREEMENT, made and entered into on this day of Marctl 2011,by and between Johnson Controls, Inc., authorized to do business in the State of Florida, whose business address is 2430 Vanderbilt Beach Road, Suite 108, Naples, Florida 34109, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida,Collier County,Naples,hereinafter called the "County": WITNESSETH: 1. COMMENCEMENT. The contract shall be for a three (3) year period, commencing on March 1,2011, and terminating on February 28,2014. 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 three (3) year periods.The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide HVAC and/or energy management services for construction, retrofit, and/or maintenance services on any County facility involving any of the systems, services or products in accordance with RFP 10-5373 and the terms and conditions of this Agreement. The Contractor will be responsible for engineering, design knowledge, and compliance with all relevant local, State and Federal codes and regulations. The pricing schedule in Exhibit "A," attached hereto and incorporated herein by reference, as well as additional services as required and mutually negotiated and agreed upon in writing by the County and the Contractor, will be considered part of this Agreement. 2.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 2.2 Ownership to and title in any and all equipment, materials, items or devices installed by the Contractor in a County facility shall pass to the County upon the Page 1 of 8 Packet Page-1609- 1/8/2013 Item 16.E.5. acceptance by the County of said equipment,materials,items or devices in the County facility. 2.3 The Contractor shall provide to the County all record drawings, operating instructions,and maintenance procedures for all equipment and control systems installed under this Agreement. 2.4 For projects performed by the Contractor directly or indirectly for the County, the performance of the work shall be subject to and governed by the terms and conditions of this Agreement. 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Agreement an estimated annual amount of one hundred sixty thousand dollars ($160,000.00), based on the unit prices set forth in Exhibit "A," subject to Change Orders as approved in advance by the County. Payment will be made upon receipt of a proper invoice and upon approval by the Facilities Manager or his designee, and in compliance with Chapter 218, Fla. Stats.,otherwise known as the"Local Government Prompt Payment Act". 3.1 The County shall pay the Contractor for the performance of this Agreement in accordance with any of the following three(3) payment methods: A. Emergency work will be performed on a time and material basis. B. For construction (new work), retrofit projects and routine maintenance services, the Contractor may submit a proposal, either on a lump sum basis or a time and material basis with a "Not to Exceed" total, at the discretion of the County. All pricing shall be based on the rates indicated in Exhibit "A." Each proposal shall be supported by a completed spreadsheet, the template for which shall be as shown in Exhibit "B," attached hereto and incorporated by reference. For lump sum proposals, the spreadsheet is for identifying resource allocation only and not required for payment processing. The County shall pay the Contractor for the performance of work outlined in each proposal as accepted and approved by the Director of Facilities Management or his designee in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. Departmental requests for services shall be paid upon completion or partial completion of the work tasks as accepted and approved by the appropriate Department Director or his designee pursuant to the Contractor's proposal and schedule for that department. C. Payment for maintenance service contracts shall be paid according to the terms of each maintenance contract in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3.2 All prices in Exhibit "A" may be adjusted by the County on the anniversary date of the Agreement,based on the annual change to the Consumer Price Index-Southern States,under Page 2 of 8 Packet Page-1610- 1/8/2013 Item 16.E.5. "All Urban Consumers, All Items", using the latest release available preceding the notice of the adjustment. The County shall determine the value, if any, of this annual adjustment. The Contractor must request an adjustment in writing,no more than thirty (30)calendar days after the anniversary date of this Agreement. 3.3 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 contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4. 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. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Shawn M.Simpson,Account Executive Johnson Controls,Inc. 2430 Vanderbilt Beach Road Suite 108,#343 Naples,Florida 34109 Telephone: 239-455-2930 Facsimile: 239-455-2985 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department-Purchasing Building 3327 Tamiami Trail,East Naples,Florida 34112 Attention: Steve Carnell, Purchasing/GS Director Telephone: 239-252-8371 Facsimile: 239-252-6584 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. Page 3 of 8 Packet Page-1611- 1/8/2013 Item 16.E.5. 6. 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. 7. 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. 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. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever,County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the.Contractor. or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. 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 non-performance. 10. NO DISCRIMINATION.The Contractor agrees that there shall be no discrimination as to race,sex,color, creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of$1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. Page 4 of 8 Packet Page-1612- 1/8/2013 Item 16.E.5. B. Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$500,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subContractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Department. 14. 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. Page 5 of 8 Packet Page-1613- 1/8/2013 Item 16.E.5. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, RFP #10-5373 Specifi- cations/Scope of Services and Exhibits "A" and"B." 16. 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. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. 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. 21. ADDITIONAL ITEMSJSERVICES. Additional items and/or services may be added to this contract upon satisfactory negotiation of price by the Contract Manager and Contractor, subject to approval by the County. 22. 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 Page 6 of 8 Packet Page-1614- 1/8/2013 Item 16.E.5. 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. 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. 23. KEY PERSONNEWPROTECT STAFFING: The proposer'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 insure that competent persons will be utilized in the performance of the contract. Selected firm shall assign as many people as necessary to complete the projects on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm 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. Firm 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. Page 7 of 8 Packet Page-1615- 1/8/2013 Item 16.E.5. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent,hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST A ,�;P �; COLLIER COUNTY,FLORIDA j G f Courts 71-4- C.7"6.4., Dwight E � :CI`�rlt' By By Dated Te +` - ti Fred W.Coyle, Chairman Johnson Controls,Inc. Contractor / ersi/. By: )000 First TTy /print witness namet LAM dosart - 8 r 4C.11 in#'W' GFt. and Witness Typed signature and title sy fv,A Ge 3 TType/print witness namet Approved as to form and leg - •'ciency: .sir _ ��....� eputy County Attorney SCOTT R. TEACH Print Name Pa Packet Page-1616- 1/8/2013 Item 16.E.5. Exhibit "A" to the Energy Management Contract Prices Effective ***Terms of Contract*** Energy Management RFP#10-5373 Johnson Controls Inc. Services Category Hourly/Rate/Markup Construction Personal Site Supervisor $90.00 System Engineer $102.00 Clerical $55.00 System Design $90.00 Material Handling $55.00 Mileage $1.00 Project Manager $129.00 Lead System Specialist $102.00 System Technician $65.00 Overtime 1.5 Standard Rate HVAC Service Personal Clerical $55.00 Material Handling $55.00 Mileage $1.00 Chiller Mechanic $100.00 Project Manager $129.00 Service/HVAC Technician $86.00 Service/Controls Technician $115.00 Overtime 1.5 Standard Rate Fire&Security Services Clerical $55.00 Material Handling $55.00 Mileage $1.00 Fire Inspector $65.00 Project Manager $129.00 System Technician $102.00 System Engineer $102.00 Service Representative $102.00 Overtime 1.5 Standard Rate Subcontractor Subcontracted Services(includes communications Systems and other services provided through subcontractors) JCI+ 10% Non -Johnson Controls Inc. Catalogued Products Vendor Quote+ 10% Overhead Included Profit 10% Parts In House Materials List+Tax+ Freight Discounts List X.5 Outside Vendor Materials Cost+25% Freight Cost of freight delivery, from the factory to its final destination, will be calculated on a Job by job basis. Packet Page -1617- 1/8/2013 Item 16.E.5. EXHIBIT B Job Name: Collier County Government 661-2000 Collier POD: Section A Ust Price Quantity Discount Adjusted Price Johnson Controls Material(Ust less.5 Discount) 0.5 $0.00 i $0.00 • $0.00 ,,,t+ 4E $0.00 moo _ _ $0.00 Freight L Total JCI Material cost $0.00 Rate Hours/Miles Adjusted Price Section B-Construction Personal „ '7- , ':u7 $0.00 Site Supervisor 90.00 „-„= 4 $0.00 System Engineer 102.00 ,;' 4,,_,. $0.00 Clerical 55.00 ' orekir° $0.00 Material Handling 55.00 4+ `` $0.00 Mileage 1.00 rw� 1. � $0.00 Project Manager 129.00 :-.'...1_,..,..- ..' $0.00 System Technician 65.00 $0.00 Lead System Specialist 102.00 •a%,., $0.00 Total Labor $0.00 Rate HoursIMiles Adjusted Price Section C-Fire&Security&Security Services ,xru7.r $0.00 Clerical 55.00 - $0.00 Material Handling 55.00 i� `� $0.00 Mileage 1.00 -" $0.00 Fire Inspector 65.00 *x�r.. - $0.00 . Project Manager 129.00 .1',°'n r. . $0.00 System Technician 102.00 60 cr y $0.00 System Engineer 102.00 o-' $0.00 Total Labor _ $0.00 Section D Cost 1.1 Subcontractor 3 s "' $0.00 . 1 $0.00 . 0447_ $0.00 $0.00 fi =Fm=, $0.00 Total Subcontractor ,. $0.00 Section E Cost 1.25 Outside Vendor Material i , ti a'"4 e.ft $0.00 i $0.00*s� " , wJ $0.00 r= $0.00 4-,,„,'-' &ie a 1 $0.00 j e r rz?,, a r,k- $0.00 Freight $0.00 Total Outside Vendor Material $0:00 Total Profit Cost(.10 x Total) 01 --11e aa► " $0.00 Subtotal $0.00 Subtotal w/o JCI Material . JCI Material From Above Collier County Permit 0.00 0 TOTAL JOB #REFI Packet Page -1618- 1/8/2013 Item 16.E.5. ACC) I'J` DATE(IMM/DDIYYYY) telo ww"''' CERTIFICATE OF LIABILITY INSURANCE 3/1W2011 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION sh USA Inc.,Attn:CPU, Fax(414)290 as53 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE i East Wisconsin Avenue CPU_Mliwaukee(�marsh.com HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Suite 1600 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Milwaukee,WI 53202-4419 "SEE REVERSE FOR AM BEST RATING NAIC# INSURERS AFFORDING COVERAGE IseeMERGE) INSURED Johnson Controls,Inc. Attn:Corp Risk Mgnt X-92 INSURER A: SEE REVERSE SIDE FOR INFORMATION Johnson Controls Battery Group,Inc. P.O.Box 591 Johnson Controls Interiors,L.L.C. Milwaukee,WI 53201 INSURER B: SEE REVERSE SIDE FOR INFORMATION JCIM US LLC Cal-Air,Inc. INSURER C: SEE REVERSE SIDE FOR INFORMATION GES America,L.LC. Metro Mechanical Inc INSURER D: SEE REVERSE SIDE FOR INFORMATION Optima Batteries,Inc USI Real Estate Brokerage Services Inc. INSURER E: York International Corporation COVERAGES 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY POLICY NSR ADD'L EFFECTIVE EXPIRATION LIMITS LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE DATE (MIWDDtYY) (MMIDOIYY) A GENERAL LIABILITY(1)(3)(4) HDOG25521390 10/1/2010 10!1!2011 EACH OCCURENCE $5,000,000 ®COMMERICAL GENERAL LIABILITY DAMAGE TO RENTED $5,000,000 PREMISES(Ea occurrence) ❑❑CLAIMS MADE Z OCCUR MED EXP(Any one person) $50,000 Contractual PERSONAL&ADV INJURY $5,000,000 X C,U GENERAL AGGREGATE $5,000,000 • GEML AGGREGATE LIMIT APPLIES PER PRODUCTS•COMP/OP AGG $5,000,000 POLICY❑PROJECT❑LOC ... B AUTOMOBILE LIABILITY(2)(3)(4) •-- 90-04606-01 10/1/2010 10/112011 COMBINED SINGLE $5,000,000 ®ANY AUTO (Ea Accident) ❑ALL OWNED AUTOS BODILY INJURY ❑SCHEDULED AUTOS (Per person) BODILY INJURY $ ®HIRED AUTOS (Per accident) ®NON-OWNED AUTOS PROPERTY DAMAGE $ (Per widentl GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ❑ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ D EXCESSIUMBRELLA LIABILITY XOO G25827855 10/1/2010 10!112011 EACH OCCURRENCE $5,000,000 ®OCCUR ❑CLAIMS MADE AGGREGATE $5,000,000 ❑DEDUCTIBLE $ ❑RETENTION $ $ WORKERS COMPENSATION AND WLRC4614014A-AOS -i LIMITS ANY PROPRIETOLLPARTNER/ExECUTIVE SCFC46140151-WI E.L.EACH ACCIDENT $1,000,000 • OFFICER/MEMBER EXCLUDED? Y/N WCUC46140175-EX WC E.L DISEASE-EA EMPLOYEE $1,000,000 (Mandatory in NH) WCUC46140163-EX WC FL N yes,describe under E.L.DISEASE-POLICY LIMIT $1,000,000 SPECIAL PROVISIONS below - - OTHER (1)ADDITIONAL INSURED:I required by contract,includes coverage for Additional Insureds per attached endorsement. (2)ADDITIONAL INSURED:If required by contract,includes coverage for Additional Insureds and Loss Payees as required by contract (3)PRIMARY COVERAGE:Where required by lease or contract,ths coverage Is primary and not excess of or contributing with other insurance or self-Insurance (4)WAIVER OF SUBROGATION:Insured waives subrogation to the extent required by contract. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS JCI Contract No.:10-5373 JCI Project Name: Customer PO Number. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE Collier County EXPIRATION DATE THEREOF,THE INSURER AFFORDING COVERAGE WILL EfUSAVCR-TO 3329 tamiami Trail East 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, • Ste 303 " - _. ._ -Naples,FL.34112 AUTHORIZED REPRESENTATIVE Of MARSH USA INC. ACORD 25(2009/01) ®ACORD CORPORATION 1988 Packet Page -1619- 1/8/2013 Item 16.E.5. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). • DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2009/01) AM Best Rating COMPANIES AFFORDING COVERAGE (as of 9/1/10) NAIC# "SEE BELOW INSURER k ACE AMERICAN INSURANCE COMPANY A+XV 22667 PO Box 41484,Philadelphia,PA 19101 INSURER B:SENTRY INSURANCE A MUTUAL CO. A+XV 24986 1800 North Point Dr.,Stevens Point,WI 54481 INSURER C:ACE AMERICAN INSURANCE COMPANY FOR A+XV 43575 CA,FL,WI AND EX WC;INDEMNITY INS. CO OF NORTH AMERICA FOR ALL OTHERS PO Box 41484,PhlladetphlaipA 19101 INSURER D:ACE PROPERTY&CASUALTY INSURANCE A+XV 20699 COMPANY 436 Walnut Street,Philadelphia,PA 19106 *A.M. Best ratings of insurers are provided for information purposes only and are based upon information with respect to such ratings available to Marsh USA Inc. on the date set forth herein with respect to such ratings. Marsh USA Inc. will have no responsibility or obligation to, inform the certificate holder or any person relying upon this certificate of any changes in such A.M. Best ratings occurring after such date. Marsh USA Inc. will have no liability with respect to the solvency or future ability to pay claims of any of the insurance companies which have issued the insurance policies referenced herein. **The Auto Liability placement was made by Risk Management Resources, inc., 121 W.Wacker Dr., Suite 2325, Chicago, IL. Marsh USA Inc.acts in the role of consultant to the Insured with respect to this placement,which is indicated for your convenience. Packet Page-1620- 1/8/2013 Item 16.E.5. POLICY NUMBER: HDOG25521390 COMMERICAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)Or Organization(s): If required by contract, Collier County Location(s)Of Covered Operations As required by contract, Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Endorsement#A2 ADDITIONAL,INSURED OWNERS,LESSEES OR CONTRACTORS NAMED INSURED'S ACTS u k Y ' .. �: OR OMISSIONS ONLY r .[ A. Section Il—Who is An insured is amended to B. With respect to the insurance afforded to these additional include as an additional insured the person(s)or insureds,the following additional exclusions apply: organization(s)shown in the Schedule,but only with respect to liability for'bodily injury",'property damage'or This insurance does not apply to"bodily injury'or `personal and advertising Injury'caused solely by: 'property damage"occurring after. 1. Your acts or omissions;or 1. All work,including materials,parts or equipment furnished in connection with such work,on the 2. The acts or omissions of those acting on your behalf; project(other than service,maintenance or repairs) to be performed by or on behalf of the additional 1 in the performance of your ongoing operations for the insured(s)at the location of the covered operations additional insured(s)at the location(s)designated above. has been completed;or 2. That portion of'your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project Endorsement#A2A ADDITIONAL INSURED ..OWNERS,LESSEES,;OR GONTRACTORS-COMPLETED OPERATIONS NAMED!,INSURED'S ACTS OR OMISSIONS ONLY Section it—Who is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule,but only with respect to liability for"bodily injury'or"property damage"caused solely by"your work"at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the"products- completed operations hazard.' Packet Page -1621- 1/8/2013 Item 16.E.5. AGREEMENT10-5373 for Energy Management Services THIS AGREEMENT, made and entered into on this day of J1, 2011,by and between Tampa Bay Systems Sales,Inc. d/b/a Tampa Bay Trane., authorized to do business in the State of Florida, whose business address is 902 N. Himes Avenue, Tampa, Florida 33609, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida,Collier County,Naples,hereinafter called the "County": WITNESSETH: • 1. COMMENCEMENT. The contract shall be for a three (3) year period,commencing on March 1,2011, and terminating on February 28,2014. 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 three (3) year periods. The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten(10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide HVAC and/or energy management services for construction, retrofit, and/or maintenance services on any County facility involving any of the systems, services or products in accordance with RFP 10-5373 and the terms and conditions of Agreement. The Contractor will be responsible for engineering, design knowledge, and compliance with all relevant local, State and Federal codes and regulations. The pricing schedule in Exhibit "A," attached hereto and incorporated herein by reference, as well as additional services as required and mutually negotiated and agreed upon in writing by the County and the Contractor, will be considered part of this Agreement. 2.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 2.2 Ownership to and title in any and all equipment, materials, items or devices installed by the Contractor in a County facility shall pass to the County upon the Page 1 of 8 Packet Page-1622- • 1/8/2013 Item 16.E.5. acceptance by the County of said equipment, materials, items or devices in the County facility. 2.3 The Contractor shall provide to the County all record drawings, operating instructions, and maintenance procedures for all equipment and control systems installed under this Agreement 2.4 For projects performed by the Contractor directly or indirectly for the County, the performance of the work shall be subject to and governed by the terms and conditions of this Agreement. 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Agreement an estimated annual amount of one hundred sixty thousand dollars ($160,000.00),based on the unit prices set forth in Exhibit"A," subject to Change Orders as approved in advance by the County. Payment will be made upon receipt of a proper invoice and upon approval by the Facilities Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." 3.1 The County shall pay the Contractor for the performance of this Agreement in accordance with any of the following three (3)payment methods: A. Emergency work will be performed on a time and material basis. B. For construction (new work), retrofit projects and routine maintenance services, the Contractor may submit a proposal,either on a lump sum basis or a time and material basis with a "Not to Exceed" total,at the discretion of the County. All pricing shall be based on the rates indicated in Exhibit"A." Each proposal shall be supported by a completed spreadsheet, the template for which shall be as shown in Exhibit"B," attached hereto and incorporated by reference. For lump sum proposals, the spreadsheet is for identifying resource allocation only and not required for payment processing. The County shall pay the Contractor for the performance of work outlined in each proposal as accepted and approved by the Director of Facilities Management or his designee in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. Departmental requests for services shall be paid upon completion or partial completion of the work tasks as accepted and approved by the appropriate Department Director or his designee pursuant to the Contractor's proposal and schedule for that department. C. Payment for maintenance service contracts shall be paid according to the terms of each maintenance contract in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. Page 2 of 8 Packet Page -1623- • • 1/8/2013 Item 16.E.5. 3.2 All prices in Exhibit "A" may be adjusted by the County on the anniversary date of the Agreement, based on the annual change to the Consumer Price Index-Southern States, under "All Urban Consumers, All Items," using the latest release available preceding the notice of the adjustment. The County shall determine the value, if any, of this annual adjustment. The Contractor must request an adjustment in writing,no more than thirty (30)calendar days after the anniversary date of this Agreement. 3.3 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 contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "lathes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4. 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. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Jay Allison,President Tampa Bay Systems Sales, Inc. d/b/a Tampa Bay Trane 902 N. Mimes Avenue Tampa,Florida 33609 Telephone: 813-877-8251 Facsimile: 813-877-5162 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department-Purchasing Building 3327 Tamiami Trail,East Naples,Florida 34112 Attention: Steve Carnell,Purchasing/GS Director Telephone: 239-252-8371 Facsimile: 239-252-6584 Page 3 of 8 Packet Page-1624- • • 1/8/2013 Item 16.E.5. 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. 6. 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. 7. 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. 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. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever,County facilities for any improper,immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. 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 non-performance. 10. NO DISCRIMINATION.The Contractor agrees that there shall be no discrimination as to race,sex,color, creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Page 4 of 8 Packet Page-1625- • • 1/8/2013 Item 16.E.5. Damage Liability. This shall include Premises and Operations; Independent Contractors;Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$500,000 for each accident. Special Requirements; Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subContractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to,.reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utili zed 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. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Department. 14. 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 Page 5 of 8 Packet Page -1626- • • 1/8/2013 Item 16.E.5. with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, RFP #10-5373 Specifi- cations/Scope of Services and Exhibits "A" and"B." 16. SUBTECT 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. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. 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. 21. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract upon satisfactory negotiation of price by the Contract Manager and Contractor,subject to approval by the County. 22. 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 Page 6 of 8 Packet Page-1627- 41 • 1/8/2013 Item 16.E.S. 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 art 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. 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. 23. KEY PERSONNEL/PROTECT STAFFING: The proposer'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 insure that competent persons will be utilized in the performance of the contract. Selected firm shall assign as many people as necessary to complete the projects on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm 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. Firm 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. • OW, Page 7 of 8 Packet Page-1628- . • 1/8/2013 Item 16.E.5. IN WITNESS WHEREOF, the Contractor and the County, have each,respectively,by an authorized person or agent,hereunder set their hands and seals on the date and year first above written. • BOARD OF COUNTY COMMISSIONERS st 'e Qc COLLIER COUNTY,FLORIDA Dwight Esro :C1er1�o ,Cou ' + 3At.k rd. ile to By: Lf C�v �! By: Dated: iria /, ;arr#" Fred W. Coyle,Chairman (SEAL, i i as ill_ . Approved as to form and legal sufficiency: 5-r-- L7 /1?e-sadvx-4 Deputy County Attorney SCOTT R. TEACH Print Name Tampa Bay Systems Sales,Inc. d/b/a Tampa Bay Trane •jçactor B • First Witness Signature C\aMD? 1'Ty.e/p ' t witness namet • ��I_ _Alit j Jay B. Allison,President Second Witn- Typed signature and title E zobb-h Salazar TType/print witness namet i Page 8 of 8 Packet Page -1629- • • 1/8/2013 Rem 16.E.5. EXHIBIT A Agreement#10-5373 Energy Management Services Tampa Bay Systems Sales,Inc. Personnel Category Regular Time Overtime Holiday Time General Mechanical Work $90.00/hr. $135.00/hr. $135.00/hr. Light Commercial Units <20 Tons $80.00/hr. $120.00/hr. $120.00/hr. Commercial DX=/>than 20 Tons $90.00/hr. $135.00/hr. $135.00/hr. Chiller Mechanic $105.00/hr. $160.00/hr. $160.00/hr. Controls Technician $105.00/hr. $160.00/hr. $160.00/hr. Parts Markup 25% Materials Markup 25% Packet Page-1630- • • 1/8/2013 Item 16.E.5. EXHIBIT B Job Name: Collier County Government 661-2000 Collier PO5: List Price Qua Discount Adjusted Price Markup Material and Parts arkup of 25%) 0.25 $0.00 $0.00 $0.00 $0.00 $0.00 Total Material and Parts Cost $0.00 Rate Hours/Mlles Adjusted Price Personnel Categories $0.00 General Mechanical Work 90.00 $0.00 Light Commer al units<20 tons 80.00 $0.00 Commercial DX-!•than 20 tons 90.00 _ $0.00 Chiller Mechanic 105.00 $0.00 Controls Technician 105.00 $0.00 $0.00 $0.00 $0.00 Total Labor $0.00 Cogler County Permit 0.00 0 TOTAL JOB fREFI Packet Page -1631- 1/8/2013 Item 16.E.5. A�° °` CERTIFICATE OF LIABILITY INSURANCE DATE 9/2'x"'011 ' 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 POUCIES ,, ,; BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER coNrrA Giselle Srhriis ci- Commercial Lines-(813)639-3000 Welts Fargo Insurance Services USA,Inc. WC .Ea) 813.639.3035 FAX INC.Not 813.639.7180 2502 N.Rocky Point Drive,Suite 400 P 9 eile•sCh17251 RODUCER lisfergo.com CUSTOMER ID 1k 17251 Tampa,FL 33607 INSURER(S)AFFORDING COVERAGE HNC r INSURED N/SIIRERA: Westfield insurance Company 24112 Tampa Bay Systems Sales,Inc.dba Tampa Bay Trane rNSIatER e: Continental Casualty Company 20443 PO Box 18547 INSURER C: FFVA Mutual Insurance Company 10385 INSURER D: Tampa,FL 33679 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 2454042 REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED 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. NOR i TYPE OF INSURANCE i ss vo POLICY NUMBEt JMNIDOIYYYY) IMWDDIYYYY1 LIMITS A GENERAL LIABILITY CMM1946402 12131/2010 12/31/2011 ,EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PRREMISEE6 Es( ss tccu ranee) $ 160.000 CLAIMS-MADE El OCCUR MED EXP(Any one person) $ 10,000 X Blanket Al PERSONAL 3ADV INJURY $ 1,000,000 X Blanket Waiver GENERAL AGGREGATE S 2000,000 GEN'L AGGREGATE IT APPLIES PER PRODUCTS-COMP/OP AGG $ 2.000.000 7 POLICY I ^ 1 JFS.T DTI LOC S A AuromerLE LuumurY CMM1946402 12/31/2010 12/3112011 COMBINED SINGLE UMIT $ 1,000,000 (Ea accident) x ANY AUTO BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Par accident} S SCHEDULED AUTOS PROPERTY DAMAGE HIRED AUTOS aodden (Per °) $ X _ X NON-OWNED AUTOS $ $ B X UMBRELLA UAB x Opera 2090856223 12/31/2010 12/31/2011 EACH OCCURRENCE $ 7,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S 7,000.000 DEDUCTIBLE _ $ RETENTION S S WORKERS COMPENSATION I WC STATU• I IOTH- 500,000 C AND EMPLOYERS•LIABILnY Y/N WC8400019477 1/01/2011 1/01/2012 TORYLIMITSL ER ANY PROPRIETOR/PARTNER/EXECUTIVE ! NIA E.L EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) EL DISEASE-EA EMPLOYEE$ 500,000 If yes.describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Addltloted Remarks Schedule,If more apace Is required) RFP#10-5373 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS IS INCLUDED AS AN ADDITIONAL INSURED WITH REGARD TO GENERAL LIABILITY COVERAGE ONLY. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE COLLIER COUNTY BOARD OF COUNTY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. COMMISSIONERS 3301 EAST TAMIAMI TRAIL AUTHORIZED REPRESENTATIVE NAPLES FL 34112 9td4ii_. I I (TMs calcate replaces ceNfcatee 2376769 Issued on 2/21/2011) 01988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD Packet Page-1632- 1/8/2013 Item 16.E.5. EXHIBIT A-1 Contract Amendment#2 to Contract 10-5373 "Energy Management" This amendment, dated January 8,2013,to the referenced agreement shall be by and between the parties to the original Agreement, Johnson Controls, Inc. (to be referred to as "Contractor") and Collier County,Florida,(to be referred to as"Owner"). Statement of Understanding RE: Contract# 10-5373 "Energy Management Services" Section 3.0 Shall be modified to read: THE CONTRACT SUM. The County shall pay the Contractor for the performance eis based on the unit prices set forth in Exhibit "A," subject to Change Orders as approved in advance by the County. Payment will be made upon receipt of a proper invoice and upon approval by the Facilities Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the"Local Government Prompt Payment Act." All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent,hereunder set their hands and seals on the date indicated above. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, Clerk COLLIER COUNTY, FLORIDA By: By: Deputy Clerk Georgia A. Hiller,Esq., Chairwoman Approved as to form and Legal sufficiency: SJ�7 Scott R. Teach Deputy County Attorney 1 Packet Page -1633- 1/8/2013 Item 16.E.5. CONTRACTOR: OP 44° Johnson Controls,Inc. OF By: First Witness tune DeAkE i iee19/ iekt-tY geo.efif •J CM A4 . Type/Print Witness Name Typed Signature/Title JOB, Second Witness Type/Print Witness Nam: • 2 Packet Page-1634- 1/8/2013 Item 16.E.5. EXHIBIT A-1 Contract Amendment#2 to Contract 10-5373 "Energy Management" This amendment,dated January 8,2013,to the referenced agreement shall be by and between the parties to the original Agreement, Tampa Bay Systems Sales, Inc. d/b/a Tampa Bay Trane, (to be referred to as"Contractor")and Collier County, Florida, (to be referred to as"Owner"). Statement of Understanding RE: Contract# 10-5373 "Energy Management Services" Section 3.0 Shall be modified to read: THE CONTRACT SUM. The County shall pay the Contractor for the performance of is . :co !e t■ based on the unit prices set forth in Exhibit "A," subject to Change Orders as approved in advance by the County. Payment will be made upon receipt of a proper invoice and upon approval by the Facilities Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the"Local Government Prompt Payment Act." All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Contractor and the County have each respectively, by an authorized person or agent, hereunder set their hands and seals on the date indicated above. A1-1'EST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, Clerk COLLIER COUNTY, FLORIDA By: By: Deputy Clerk Georgia A. Hiller,Esq. Chairwoman Approved as to form and Legal sufficiency: ^ Sled Scott R. Teach Deputy County Attorney 1 Packet Page -1635- 1/8/2013 Item 16.E.5. CONTRACTOR: Tampa Bay Systems Sales,Inc. d/b/a Tampa Bay Trane \Jbkf'f,".Crv\44106 B� First Witness Signature rmeliar ( 0I',' (K Dc.e„,c.3 / InA..1OtV Type/Print Witness Name Typed Signature/Title U Second Witness �'>At\Le 13 r C Li S; Type/Print Witness Nannc Packet Page-1636-