Loading...
Backup Documents 01/27/2009 Item #16C 5 16CJ5 MEMORANDUM Date: March 26, 2009 To: Dianna Perryman, Contract Specialist Purchasing Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract: #08-5097: "Annual Agreement for Chlorinator Equipment Maintenance" Contractor: Water Treatment & Controls Company Attached please find one (1) original document of each amendment, as referenced above, (Agenda Item #16C5), approved by the Board of County Commissioners on Tuesday, January 27, 2009. An original has been retained in the Minutes and Records Department and for the Board's official records. If you should have any questions, please contact me at 252-7240. Thank you. Attachments 16C 5 MEMORANDUM TO: Ray Carter Risk Management Department FROM: Dianna Perryman, Contract Specialist \..t17 Purchasing Department ';J)() DATE: March 23, 2009 RE: Review of Insurance for Contract: #08-5097 "Annual Agreement for Chlorinator Equipment Maintenance" Contractor: Water Treatment & Controls Company This Contract was approved by the BCC on January 27, 2009; Agenda Item 16.C.5 Please review the Insurance Certificates for the above-referenced contract. If everything is acceptable, please forward to the County Attorney for further review and approval. Also, please advise me when it has been forwarded. Thank you. If you have any questions, please contact me at extension 4270. dod/DP C: Pam Libby, Water DAlE RECEl\JEO Mf>,R 2 ~ 2009 '. uE.tn RiSK II\?NAGEr. ~1t~",l/ ,~ (i Lt./J ,iL"1 { 111//1 (1 I6C 5 A G R E E MEN T 08-5097 for "Annual AQreement for Chlorinator EQuipment Maintenance" 1. THIS AGREEMENT is made and entered into this 27th day of January, 2009, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County") and Water Treatment & Controls Company, authorized to do business in the State of Florida, whose business address is 9900A N. Palafox Street, Pensacola, Florida 32534-1227 (hereinafter referred to as the "Vendor"). WIT N E SSE T H: 2. COMMENCEMENT: The Agreement shall be for a one (1) year period, commencing on the issuance of a Purchase Order. This Agreement shall have four (4) one (1) year renewals, renewable annually. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Vendor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK: The Vendor shall furnish and provide Chlorinator Equipment Maintenance, in accordance with the terms and conditions of Bid # 08-5097 and the Bid Response form, which is incorporated by reference and made an integral part of this Agreement. The execution of the Agreement shall not be a commitment to the Vendor that any work will be awarded to the Vendor. Rather, this Agreement governs their rights and obligation of the procedures outlined in the next paragraph. Non EmerQencv Work: The County shall provide a summary of Work to be performed which will afford the Vendor the opportunity to submit a proposal for the work; the Vendor shall respond with the information sought within seven (7) working days. The County shall review the proposal and upon acceptance authorize the work via purchase order. Vendor will be required to provide a phone number for routine call-out services. Routine calls-outs must be confirmed with the plant manager or his designee forty-eight (48) hours prior to service being performed. The Vendor will be required to notify the plant manager or his designee upon arrival and departure and comply with all safety and security requirements. EmerQencv Work: The Vendor will be required to respond to emergency call-outs within twenty-four (24) hours of initial call. Emergency service must be available three hundred sixty- five (365) days of the contract year. The Vendor will be required to provide a cell phone number along with a home number, to the County so that the County will be able to contact the Vendor when needed. The Vendor will be required to notify the plant manager or his designee upon arrival and departure and comply with all safety and security requirements. 4. COMPENSATON: The County shall pay the Vendor for the performance of this Agreement pursuant to the bid schedule Exhibit B attached, as offered by the Vendor in his response to Bid# 08-5097, together with the cost of any other charges/fees submitted in the bid response form. In such instances, the Vendor shall submit a copy of the appropriate pages from said price list with the invoice. Payment will be made upon receipt of a proper invoice and upon approval Page -1- 16e 5 by the Plant Manager or his designee, and in compliance with Section 218.70, Fla. Stats., otherwise known as the "Florida Prompt Payment Act" 5, NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Vendor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Vendor's address of record: Water Treatment & Controls Company 9900A Palafox Street Pensacola, Florida 32534-1227 Attention: Anthony Boehk, V;ce rlc~ieleFlt 7ri"A:T,vi"i"r' ~ Phone: 805-474-7699 Fax: 850-474-1776 All notices required or made pursuant to this Agreement to be given by the Vendor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3301 East Tamiami Trail Purchasing Building G Naples, Florida 34112 Attention: Stephen Y. Carnell Purchasing/General Services Director Phone: 239-252-8371 Fax: 239-732-0844 The Vendor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Service 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 Vendor or to constitute the Vendor as an agent of the County. 7. PERMITS: LICENSES: TAXES: In compliance with Section 218,80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Vendor. Payment for all such permits issued by the County shall be processed internally by the County. Vendor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. County may require the Vendor to deliver internal budget transfer documents to applicable Collier County agencies when the Vendor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Vendor. Vendor 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. 8, NO IMPROPER USE: The Vendor 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 Page -2- 16C 5 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 Vendor or if the County or its authorized representative shall deem any conduct on the part of the Vendor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Vendor. Should the Vendor 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 Vendor 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 Vendor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non- performance. 10. NO DISCRIMINATION: The Vendor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE: The Vendor shall provide insurance as follows: ,/' 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 Vendors; Products and Completed Operations and Agreementual Liability. / .; 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. 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 Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Vendor during the duration of this Agreement. Renewal certificates shall be sent to the County thirty (30) 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. Vendor shall insure that all subVendors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Vendor 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 Page -3- I6C5 paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Vendor or anyone employed or utilized by the Vendor 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. PAYMENTS WITHHELD. County may decline to approve any invoice for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and County may withhold any payments otherwise due Vendor under this Agreement or any other agreement between County and Vendor, 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 filing of such claims; (c) failure of Vendor to make payment properly to subcontractors for labor, materials or equipment; or (d) any other material breach of the Agreement Documents. If any conditions described above are not remedied or removed, County may, after three (3) days written notice, rectify the same at Vendor's expense. County also may offset against any sums due Vendor the amount arising out of this Agreement or any other agreement between Vendor and County. 14. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by County in advance. 15, CHANGES IN THE WORK. 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, Vendor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of County, and County shall not be liable to the Vendor for any increased compensation without such written order. No officer, employee or agent of County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. A purchase order modification shall be issued and executed promptly after an agreement is reached between Vendor and County concerning the requested changes. The Agreement amount and Agreement time shall be adjusted in the purchase order modification in the manner as County and Vendor shall mutually agree. 16. COMPLIANCE WITH LAWS. Vendor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Vendor observes that the Agreement Documents are at variance therewith, it shall promptly notify County in writing. 17. CLEAN UP. Vendor 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, Vendor shall remove all Page -4- 16C 5 debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by County. 18. ASSIGNMENT. Vendor shall not assign this Agreement or any part thereof, without the prior consent in writing of County. If Vendor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Vendor all of the obligations and responsibilities that Vendor has assumed toward County. 19. WARRANTY. Vendor shall obtain and assign to County all express warranties given to Vendor or any subVendors by any materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Vendor warrants to County that any materials and equipment furnished under the Agreement Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Agreement Documents. Vendor further warrants to County that all materials and equipment furnished under the Agreement 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 Agreement Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Agreement Documents, Vendor shall correct it promptly after receipt of written notice from County. Vendor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which County is entitled as a matter of law. 20. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 21. TESTS AND INSPECTIONS. If the Agreement 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, Vendor 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. 22. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Vendor, without special instruction or authorization from County is obligated to act to prevent threatened damage, injury or loss. Vendor shall give the County written notice within forty-eight (48) hours after the occurrence of the emergency, if Vendor believes that any significant changes in the Work or variations from the Agreement Documents have been caused thereby. Page -5- 16C 5 If the County determines that a change in the Agreement Documents is required because of the action taken in response to an emergency, a purchase order modification shall be issued to document the consequences of the changes or variations. If Vendor fails to provide the forty-eight (48) hour written notice noted above, the Vendor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Agreement Amount or an extension to the Agreement Time. 23. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Water Department. 24. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Vendor's Proposal, Insurance Certificate, Bid #08-5097, any addenda, any Quotation/Purchase order made or issued pursuant to this Agreement, and any related plans or specifications for any such Quotations or Purchase orders. 25. 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 Agreement held by the individual and/or firm for cause. 26. 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. 27 SALES TAX. Vendor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. 28. IMMIGRATION LAW COMPLIANCE: By executing and entering into this agreement, the Vendor 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 Vendor 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. 29 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. 30. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. Page -6- 16C 5 31. 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. IN WITNESS WHEREOF, the Vendor 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. ATTEST: ,', i" . J" Dwight ~'>B~o.ck, ClerK'pf Courts ~" ... I' ", . -, ' By: By: BOARD OF COUNTY COMMISSIONERS COLLIER CO NTY, FLORIDA /,1 I >I h?-n..<,...; ~ Donna Fiala, Chairman Dated: Attest. ~:'I/W~~~.. , .1onature on I' :;;:: J. L~ First Witness Water Treatment & Controls Company By: 7~~~ Signature Anthony A. Boehk Typed Signature ;;r;,..- A.r.u... <'" /' Title k..v fi-"..J /JI,Q/'r~ / I Type/Print Witness Name Approved as to form and legal st:!1? J~ Assistant County Attorney Page -7- EXHIBIT B BID SCHEDULE PRICES 16C 5 Water Treatment & Controls Company Description Qty Unit Unit Price Micro 2000 3 ea $ 3,180,00 Residual Analyzer for Chlorine Pelican Bay Wastewater Treatment Facility Wallace and Tiernan: V-75V2 Chlorinators 2 ea $ 2,680.00 Vacuum Regulators 3 ea $ 2,520.00 Chlorine Gas Leak 2 ea $ 1,244.00 Detectors 50-125 Micro 2000 1 ea $ 1,060.00 Residual Analvzer Chlorine Gas Leak 1 ea $ 460,00 Detector Awtec 35 South Regional Water Treatment Plant Wallace and Tiernan: V-800 Remote 2 ea $ 4,080.00 Vacuum Chlorinator Svstern V-2000 V Notch 1 ea $ 1,520.00 Chlorinator Svstern 60-215 Ammoniator 1 ea $ 2,950.00 System A TI Chlorine Gas 1 ea $ 460.00 Detection Svstem Series 50-185 4 ea $ 4,624.00 Pressure Reducing Valves Chlorine Injectors 2 3 ea $ 2,742.00 Inch Automatic 2 ea $ 4,312.00 Switch over (1 chlorine, 1 ammonia) Wallace & Tiernan Acutec 35 Gas Detection System - NH3 1 ea $ 460.00 C282 Chlorine 2 ea $ 1,160.00 Specialties Gas Filter Page-1- North Regional Water Treatment Plant Chlorine System: Wallace and Tiernan: Chlorinator 1000#, 2 ea $ 3,040.00 Model V-2020 Chlorine Leak 2 ea $ 1,244.00 Detector, Model 50- 125 Chloine Injector, 2" 2 ea $ 1,828.00 Adi. Throat Vacuum Regulator 9 ea $ 7,560.00 500# Unitede: Chlorine Vacuum 2 ea $ 1,340,00 Switch, Model H- 105 Ammonia System: Wallace and Tiernan: Ammoniator 190#, 2 ea $ 2,168.00 Model V-2000 Ammonia Injector, 2 ea $ 1,344.00 Model 120.35 Ammonia Vacuum 1 ea $ 1,236,00 Reaulator Sensidyne: Ammonia Leak 2 ea $ 1,340.00 Indicator, Model NH3 Manatee Re-Pump Station Prominent Metering 2 ea $ 2.968.00 Pumps Model #G4B0806TTI Prominent Metering 2 ea $ 1,472,00 Pumps Model #VAMB12017PVT Micro 2000 Chlorine 2 ea $ 2,120.00 Analyzers Acutec 35 Leak 2 ea $ 920.00 Detector Good/and Re- Pump Station Wallace and Tiernan: Micro/2000 2 ea $ 2,120,00 Analvzer V10K Gas Feed 1 ea $ 610.00 System Acutec 35 Gas 1 ea $ 460.00 Detection System 200 PPD Vacuum 2 ea $ 1,920.00 16C 5 Page -2- 1 Regulator .. 3/4" Injector NH3 1 ea $ 552.00 Carica Re-Pump Station" (50-125) C12 Gas 2 ea $ 622.00 Detector 500# VAC 1 ea $ 420.00 Regulator With T.C. Kit V-2005 Chlorinator 2 ea $ 1,520,00 U-2747 1 Inch 1 ea $ 456.00 Iniector 60-200 Ammoniator 1 ea $ 1,453.00 50-185 Ammonia 1 ea $ 578.00 Pressure Reducing Valve 5185 EIT TOX 1 ea $ 335,00 Alarm "County Water Department prefers a once a year preventative maintenance check for the Carica Re-Pump Station. Total $ 73,078.00 Discount for parts shall be % off $ - discounted from the Current Published Price List Additional Service and Emergency Reoairs Service Technicians $ 80.00 Hourlv Rate Service Technicians $ 120.00 Overtime Hourly Rate Mileage Cost for $ 200,00 North County Regional Wasterwater Facilitv Additional Services for Emergency Round Trip Mileaae Mileage Cost for $ 240.00 South Regional Water Treatment Facilitv Mileage Cost for $ 200,00 North Regional Water Treatment Facilitv Mileage Cost for $ 220,00 Pelican Bav 6C 5 Page -3- . Wastewater Treatment Facility Mileage Cost for $ 260.00 Manatee Re-Pump Station Mileage Cost for $ 280,00 Goodland Re-Pumo Station Mileage Cost for $ 210,00 Carica Re-Pump Station Overnight Expenses $ 200,00 (per day) Page -4- 6C 5 I6r 5 ACORO,. CERTIFICATE OF LIABILITY INSURANCE j DATE {MMIDDIYYYY) I Oil 4/2008 10:35 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Riggs, Counselman. Michaels & Downes ONLY AND CONFERS NO RIGHTS UPON THECERTIFrCA TE 555 Fairmount Avenue HDLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Towson, MD 21286-5497 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4]0-339-7263 INSURERS AFFORDING COVERAGE NArC # / INSURED INSURER A Travelers Property Casualty Company of America 25674 ,~ ~ Water Treatment & Controls Co. Travelers Indemnity Company of Conn ecti cuI 25682 V clo Peoples Water Svc Co of MD INSURER B: 409 Washington Ave., Suite 310 INSURER C: T OW5011,:MD 21204 , INSURER D I I INSURER E: 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, l~~~ AD~::;r POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS , A L GENERAL LIABILITY P6303656C736TIL08 5/1/2008 5/1/2009 EACH OCCURRENCE $1,000,000 ~, IX:l COMMERCIAL GENERAL LIABILITY ~~~~~~S Ea occ~rencel $ 100,000 I CLAIMS MADE 0 OCCUR MED EXP (Any One parson) $ 5,000 X PERSONAL & ADV INJURY $ 1,000.,000 f-- I-- I GENERAL AGGREGATE $ 2,000,000 n'L AGG~nEt'MIT APnSjPER i PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY j~2T LOC A P8103656C736TIL08 5/1/2008 5/1/2009 , / ~OMOBILELlABILITY COMBINED SINGLE LIMIT $ 1,000,000 ~ ANY AUTO i , (Eaaccident) I- ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) I-- cE. HIRED AUTOS BODILY INJURY I, cE. NON-OWNED AUTOS (Per accident) i r- I-- I PROPERTY DAMAGE $ {PeraccidenlJ R~GEllABlllTY AUTO ONLY" EA ACCIDENT , , ANY AUTO laTHER THAN EA ACC $ AUTO ONLY: AGG $ ~~SSfUMBRELLA LIABilITY I EACH OCCURRENCE $ OCCUR D CLAIMS MADE I AGGREGATE $ $ ~ ~EDUCT[BLE $ , RETENTION $ , D WORKERS COMPENSATION ANO PEUB3656C736()8 5/1/2008 511/2009 X I.WCSTATH~ I IOJbl-1 , EMPLOYERS' LIABILITY $ 500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT OFFICERfMEMBER EXCLUDED? E.l. DISEASE - EA EMPLOYEE $ 500,000 If yes, describe under $ 500,000 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMiT OTHER I DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES f EXCLUSIONS ADDED BY ENDORSEMENT f SPECIAL PROVISIONS Bid #08-5097 - Annual Contract for Chlorinator Equipment Maintenance Collier County is listed as Additional Insured under Gener:;1 Liability as respects work performed by the Insured under the above contract / CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3301 E. Tamiami Trail Naples, FL 34112 SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION OATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAll ~ DAYS WRmEN NonCE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABilITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE @ACORD CORPORATION 1988 ACORD 25 (2001/08) Client # 16377 Mst ~ OR-09 ALL WTC Cert"# 161673 I6C 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 endors~'nent. 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. IMP-DISC (7/00) (F3F)