Loading...
Backup Documents 11/13/2012 Item #16C 1ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16CI 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 #I 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. appropriate. (Initial Applicable) 2. November 13, 2012 Agenda Item Number 16.C.1 3. Emily R. Pepin, County Attorney Office County Attorney Office IN 113 4. BCC Office Board of County Comm ones bC `vV yea 2 5. Minutes and Records Clerk of Court's Office Documents Attached 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 Nicole Parker, Purchasing Dept. Phone Number 252 -4270 Contact / Department appropriate. (Initial Applicable) Agenda Date Item was November 13, 2012 Agenda Item Number 16.C.1 Approved by the BCC Does the document need to be sent to another agency for additional signatures? If yes, N /i� Type of Document Contract /Agreement Number of Original 2 Attached Grease Hauling #12 -5908 Documents Attached PO number or account by the Office of the County Attorney. number if document is All handwritten strike- through and revisions have been initialed by the County Attorney's NA to be recorded Office and all other parties except the BCC Chairman and the Clerk to the Board INSTRUCTIONS & CHECKLIST QN.M., 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? 2. Does the document need to be sent to another agency for additional signatures? If yes, N /i� provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. 3. Original document has been signed /initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed tr by the Office of the County Attorney. 4. All handwritten strike- through and revisions have been initialed by the County Attorney's NA 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 document or the final negotiated contract date whichever is applicable. pip 6. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases (some contracts are an exception), the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. Nll� 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 ontgjj renter date) and all changes made Vlpe during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. N�r r 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready for the Chairman's signature, ho QN.M., 16C1 MEMORANDUM Date: January 15, 2013 To: Nicole Parker, Contract Specialist Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #12 -5905 "Grease Hauling" Contractor: Carlos Rivero Plumbing & Septic Tank Contractor, Inc. Attached is a one (1) original of the document referenced above (Item #16C1), approved by the Board of County Commissioners Tuesday, November 13, 2012. The second original will be held on file in the Minutes and Records Department as part of the Board's Official Record. If you have any questions, please contact me at 252 -8411. Thank you Memorandum s Subject: Contract #12 -5908 Grease Hauling 12I2i Date: NcuembsF -2&, 2012 Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 Telephone: (239) 252 -4270 FAX: (239) 252 -6549 Email: NicoleParkercDcolliergov.net www. colliergov. neUpurchasing 16C1 From: Diana DeLeon for Nicole Parker, Procurement Strategist NOV I To: Ray Carter, Manager Risk Finance This Contract was approved by the Board of County Commissioners on November 13, 2012 agenda item 16.C.1. The County is in the process of executing this contract with Carlos Rivero Plumbing & Septic Tank Contractor, Inc. Please review the Insurance Certificate(s) for the referenced Contract. • If the insurance is not in order please contact the vendor /insurance company to obtain a proper certificate. Once you receive the proper certificate(s), please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. • If the insurance is in order please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. If you have any questions, please contact me at the above referenced information. Insurance Ap ed By: l 3 �agerRisk Finance Signature Date (Please route to County Attorney via attached Request for Legal Services) G /Acquisitions /AgentFormsa nd Letters /RiskMgmtReviewofl nsurance4 /15/2010/16/09 A G R E E M E N T #12-5908 16CI for Grease Hauling THIS AGREEMENT, made and entered into on this 13 t'` day of i J o v c%,b e_�,— 2012, by and between Carlos Rivero Plumbing & Septic Tank Contractor, Inc., authorized to do business in the State of Florida, whose business address is 10360 SW 34+" Street Miami FL. 33165, (the "Contractor ") and Collier County, a political subdivision of the State of Florida, (the "County "): WITNESSETH: 1. COMMENCEMENT. This Agreement shall commence on the date of the issuance of a Purchase Order. The contract shall be for an initial one (1) year period. 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 periods, for a total contract length not to exceed three (3) years. 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 Grease Hauling in accordance with the terms and conditions of Bid #12 -5908 and the Contractor's proposal referred to herein and made an integral part of this agreement. 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 or Contract Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Agreement pursuant to the unit price of One Thousand One Hundred Forty Nine Dollars ($1,149.00) per station offered by the Contractor in his bid, together with the cost of any other charges /fees submitted in the proposal. Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act ". 3.1 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 Page 1 of 7 16C1 "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: Carlos Rivero Plumbing & Septic Tank Contractor, Inc. 10360 SW 34th Street Miami, FL. 33165 Telephone: 305 -638 -5897 Facsimile: 305 - 220 -5125 Email: javierrivero2000 @vahoo.com 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 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Purchasing & General Services Director Telephone: 239 - 252 -8407 Facsimile: 239 - 252 -6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 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 Page 2 of 7 16C1 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Contract 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. 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, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non - Ownership. Page 3 of 7 16C1 C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. 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 ensure 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 Wastewater 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. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, Bid #12 -5908 Specifications/ Scope of Services shown in the Solicitation Document. Page 4 of 7 16C1 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 ITEMS /SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Policy. 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 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 Page 5 of 7 16C1 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. 23. 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. 24. PERSONNEL/STAFFING: 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 contract. The Contractor shall assign as many people as necessary to complete the requirements of the contract on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the timeframes established by the Collier County Collections Manager or his designee. 25. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Agreement shall take precedence over the terms of all other Contract Documents. 26. 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. Page 6 of 7 16C1 IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST':', ' COLLIER COUNTY, FLORIDA Dw t,E. Brock; Cie of Courts B By: l� y Dafed: ! Fred W. Coyle, Chairman 1- 40 First Witness C. �lqeo TTyp /print witness nameT Second Witness DAMP L ?tyEn v TType/ print witness nameT Approved as to form and legal sufficiency: &jqvo�� Assistant Aunty' Attorney Cimily P ,1-� Print Name CARLOS RIVERO PLUMBING & SEPTIC TANK CONTRACTOR, INC. Page 7 of 7 �wty-b oelvlrlj,� A'v i p-r Typed signature and title Item #� % Agenda Date l (3 / Date Re ' l r3 Deputy Clerk CERTIFICATE OF LIABILITY INSURANCE �'i1i�9/12 PRODUCER Bentley Insurance & Associates 11402 N.W. 41st Street, Ste #208 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Miami, FL 33178 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # Phone (305)463 -7775 Fax (305)463 -7772 INSURER A: NAUTILUS INSURANCE CO. INSURED Carlos Rivero Plumbing & Septic Tank Contractor, Inc. INSURER Be GRANADA INSURANCE CO. 01990 00334 10360 SW 34 Street INSURER C: ASSOCIATED INDUSTRIES INS CO. 11693 Miami, FL 33165 INSURER D: INSURER E: COVERAGES INSURER F: THE POLICIES OF INSURANCE LISTED 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 OF 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. INSR LTR ADD'L INSRD 1 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM /DDITY ! POLICY EXPIRATION DATE MMIDDIYY I LIMITS GENERAL LIABILITY EACH OCCURRENCE $3,000,000] E COMMERCIAL GENERAL LIABILITY NN210862 01/27/12 DAMAGE TO RENTED 01/27/13 PREMISES (Ea occurence) $100,0001 A CI i❑ CLAIMS MADE V! OCCUR Contractual Liability MED EXP (Any one person) PERSONAL & ADV INJURY $5,000 $3,000,000 ❑ $3,000,0001 GENERAL AGGREGATE PRODUCTS - COMP /OP AGG !DEDUCTIBLE BI /PD GEN'L AGGREGATE LIMIT APPLIES PER POLICY ❑ PROJECT ❑ LOC $3,000,0001 $500 AUTOMOBILE LIABILITY ANY AUTO I0110FL00001885 02/07/12 02/07/13 COMBINED SINGLE LIMIT (Ea accident) $1,000,0001 BODILY INJURY (Per person) !B ❑ ❑ ALL OWNED AUTOS SCHEDULED AUTOS C HIRED AUTOS C NON OWNED AUTOS BODILY INJURY (Per accident) ❑ PROPERTY DAMAGE n (Per accident) I GARAGE LIABILITY AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC i ❑ ❑ ANY AUTO ❑ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY ❑ OCCUR :71 CLAIMS MADE EACH OCCURRENCE AGGREGATE ❑ DEDUCTIBLE j ❑ RETENTION $ IAWC1011863 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 1 03/06/12 ! WC STATU- ❑ OTH- 03/06/13 TORY LIMITS ER $1,000,0001 C ANY PROPRIETOR / PARTNER / EXECUTIVE E.L. EACH ACCIDENT OFFICER /MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below ! E.L. DISEASE - EA EMPLOYEE 1 E.L. DISEASE - POLICY LIMIT $1,000,000 $1,000,000 B OTHER Physical Damage 0110FL00001885 02/07/12 02/07/13 Com /Coll Deductible $1,000, DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISION Septic Tank Services 14 2007 INTL 7400 Loss Payee: 1st Source Bank Chasi Vin:9322, 24 2003 STER TANK Vin: 9600, 3 42004 INTL 8500 0253, 44 2003 INTL Truck 4529. Contract 12- 5908 " Grease Hauling" I! CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Collier County Government Center Purchasing Department 3327 Tamiami Trail, Est Naples, Florida 34112 LAttention Purchasing & General Services Director 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) QF © ACORD CORPORATION 1988 16C1 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 (2001/08) QF