Loading...
Agenda 10/27/2020 Item #16D 7 (Expenditures)16.D.7 10/27/2020 EXECUTIVE SUMMARY Recommendation to authorize expenditures for the sole source purchase of Hoover irrigation pump systems and to approve the attached Agreement with Hoover Pumping Systems Corporation. OBJECTIVE: To effectively maintain irrigation pump systems equipment at County facilities through an approved sole source vendor, Hoover Pumping Systems Corporation ("Hoover"), for parts, supplies, and services. CONSIDERATIONS: The County currently has fourteen Hoover pump systems installed at various facilities. Parks and Recreation is responsible for eleven sites, Facilities Management oversees two sites, and the Library has one site. Hoover pumping systems' products are not available through any distribution network but only directly from its factory in Pompano Beach, Florida. Hoover provides the Hoover Flowguard® software that allows Parks and Recreation staff to run the irrigation system without being on -site, monitor water usage, and determine issues that need to be corrected. The Flowguard® system allows for remote access to complete pump control and protection features including sequencing and retirement controls, variable frequency drives operating, and setup parameters, status and set up controls for Thermal Protection, No Flow Protection, and Loss of Prime Protection. The Library is seeking to upgrade its existing Hoover centrifugal horizontal pump station installed in 2002 with a single centrifugal variable frequency drive Hoover -flow pump station. It is in the County's best interest to utilize Hoover products for cohesiveness, savings (with respect to parts replacement and staff training), and to maintain the current level of service for park patrons. Large investments in landscaping are jeopardized when irrigation pump system performance is not satisfactory. Pursuant to Section Eleven, sub -paragraph 10 of the Collier County Procurement Ordinance 2013-69, as amended, staff requests that the Board find that it is in the best interest of the County to purchase Hoover irrigation pump systems, warranty repair, design, installation, parts, service, and related materials from the Hoover Pumping System Corporation as a sole source vendor. The attached proposed agreement includes a three-year term, with two additional one-year renewal periods. Purchases under the agreement would be initiated by the issuance of a Collier County Purchase Order. FISCAL IMPACT: Annual expenditures will not exceed $175,000 per year. Funds are budgeted in the using Divisions operating and capital budgets. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the attached Agreement and authorize sole source purchases from the Hoover Pumping Systems Corporation for a period of five years (a three-year initial term, with two one-year renewals terms) for the purchase of Hoover irrigation pump systems and authorize the Chairman to sign the attached agreement. Packet Pg. 1193 16.D.7 10/27/2020 Prepared By: Matthew Catoe, Operations Analyst, Parks and Recreation Division ATTACHMENT(S) 1. FY20 - FY25 Waiver Request 091 - Hoover Pumping Systems (PDF) 2.20-025-NS HooverPumping_VendorSigned (PDF) 3.20-025-NS HooverPumping_Insurance 9-23-20 (PDF) 4. (linked) Parks -Irrigation -Pump -Evaluation -FINAL (PDF) Packet Pg. 1194 16.D.7 10/27/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.13.7 Doe ID: 13747 Item Summary: Recommendation to authorize expenditures for the sole source purchase of Hoover irrigation pump systems and to approve the attached Agreement with Hoover Pumping Systems Corporation. Meeting Date: 10/27/2020 Prepared by: Title: Operations Analyst — Parks & Recreation Name: Matthew Catoe 10/01/2020 10:42 AM Submitted by: Title: Division Director - Parks & Recreation — Parks & Recreation Name: Barry Williams 10/01/2020 10:42 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Parks & Recreation Ilonka Washburn Additional Reviewer Procurement Services Sara Schneeberger Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Parks & Recreation Barry Williams Additional Reviewer Procurement Services Catherine Bigelow Additional Reviewer Operations & Veteran Services Kimberley Grant Level 1 Reviewer Public Services Department Todd Henry Level 1 Division Reviewer Public Services Department Steve Carnell Level 2 Division Administrator Review County Attorney's Office Scott Teach Level 2 Attorney Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Budget and Management Office Ed Finn Additional Reviewer County Manager's Office Nick Casalanguida Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Completed 10/0 1 /2020 10:49 AM Completed 10/01/2020 12:21 PM Completed 10/01/2020 1:49 PM Completed 10/02/2020 1:52 PM Completed 10/05/2020 11:24 AM Completed 10/07/2020 8:18 AM Completed 10/08/2020 6:24 PM Completed 10/09/2020 11:07 AM Completed 10/13/2020 2:01 PM Completed 10/16/2020 10:29 AM Completed 10/16/2020 11:38 AM Completed 10/16/2020 12:59 PM Completed 10/16/2020 6:28 PM Completed 10/19/2020 2:59 PM 10/27/2020 9:00 AM Packet Pg. 1195 16.D.7.a CnJer County Collier County Administrative Services Department Pracuremen[ServicesDivision Instructions Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must b( submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver request. greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on havinc only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors even though other competitive sources may be available. Requester Name: Derrick Garby Division: Parks and Recreation Item/Service: Hoover irrigation pump systems design, install, service and repair Vendor Name: Hoover Pumping Systems Historical Is there an agreement associated with this yw 1 00 000 Requested NotFi Exceed � waiver to be reviewed b Countywide I q 7/2020 - 9/2025 per Fiscal Year: � �� OOO y Contracts? Spend: date range: ❑✓ Yes ❑ No ❑✓ Sole Source ❑ Single Source ❑ One Time Purchase ❑✓ Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Hoover irrigation pump systems design, install, service and repair. Library: Hoover irrigation replacement pump for station ID 3422, located at the Headquarters (North Regional) Library. Hoover Pumping Systems will furnish one Hoover model HCF-10PDV-230/3-HMR3L-E24-Z. 10 HP Single Centrifugal Variable Frequency Drive (VFD) Hoover -flow Pump Station specifically designed for this project. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. Hoover provides the Flowguard software that allows staff to run the irrigation system without being on site, monitor water usage and determine issues that need to be corrected. The Flowguard system allows for Remote access to complete pump control and protection features including sequencing and retirement controls, VFD operating and setup parameters, status and set up controls for Thermal Protection, No Flow Protection, and Loss of Prime Protection. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasin( Compliance Code (PCC) number or email approval documentation. ❑ Yes ❑✓ No If yes, provide the PCC number: U) E a� a� Q E M a L d 0 O ) 0 U) CD CD L CD 3.1 N LL O LL C N E t U 2 Q Packet Pg. 1196 16.D.7.a Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): ❑✓ Sole Source ❑✓ Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. ❑ No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? ❑✓ Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. ❑ Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. ElSingle Source d L 0 ❑ Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide Q the detailed information below. U L Date of BCC Standardization: BCC Agenda Item number: 3 0 Warrant Is this the only vendor able to complete facto authorized warrant services on Count owned equipment? If es, N ❑ Y� Y p factory -authorized Y YY m provide the documentation verifying the warranty. o ❑ Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. ❑ Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? m 0 Hoover Pumping Systems products are not available through any distribution network and only ;, available directly from their factory in Pompano Beach, Florida. Hoover Pumping Systems is dedicated to the development and manufacturing of quality pump station solutions for irrigation, water Q management and other applications. Hoover's experienced techs provide quality services from pump E station configuration to installation to ongoing maintenance. Hoover Pumping Systems is the only repair a facility authorized and qualified to service its Pumping Systems. Work performed by other technicians may void Hoover's warranties of the systems. 00 x Packet Pg. 1197 1 16.D.7.a How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. Parks and Recreation currently has 11 pump stations that are Hoover designed, built and operating to include schools sites which Parks also maintains. Hoover Pumping Systems is the only repair facility authorized and qualified to service its Pumping Systems. Work performed by other technicians may void Hoover's warranties of the systems. Library/Facilities - Hoover Pumping Systems was chosen during the design/engineering phase of a major renovation of the irrigation /chilled water system for the main government complex. DN Higgins Underground Utilities Contractor made the recommendation during the design/engineering/Bid #07-4072. In addition to the pump stations, Hoover provides the Flowguard software that allows Facilities to run the irrigation system without being on site, monitor water usage and determine issues that need corrected. Hoover provides Centrifugal Horizontal Pumping Station (Site #3422). Explain why it is in the County's best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The majority of the Parks' current infrastructure utilize Hoover systems. Hoover is a well-known, widely used and reputable pumping system manufacturer. The current updated infrastructure uses Hoovers Flowguard software for remote monitoring and control, the larger systems use timers either locally or remotely and require quarterly site visits for monitoring. The most efficient and lowest cost plan for Parks is to follow the recommended upgrades and replacements utilizing Hoover Pump Systems. Due to the convenience and cost benefits for a municipality to have uniformity on pump station design, equipment, and control and monitoring at its facilities, it is ideal to utilize a manufacturer which provides a level of instrumentation, controls, and operation in alignment with the customers' needs. If there is uniformity on the infrastructure throughout a municipality, it can provide cost benefits through spare parts stocking and convenience for a facility's operation and maintenance through standard operating procedures for the monitoring and controlling systems. Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. In analyzing Hoover's costs, Hoover offers competitive pricing compared with similar equipment, quality and pricing offered by other manufacturers within the current market. In addition, the upgrade/full replacement option from Hoover provides significant cost savings due to two pump stations' recent upgrades and a combined lower cost of the three additional recommended pump station upgrades, in comparison to replacement with a comparable product The majority of infrastructure at Parks is manufactured by Hoover. A comparison was performed with two alternative irrigation pump station suppliers, Irrigation Craft, Inc. and Naples Electric Motor Works, Inc. The prices provided were volunteered were not obtained through a formal request for quotes solicited by Parks. It is noted that the total amount quoted for replacement of all pump stations by Hoover, Irrigation Craft, Inc. and Naples Electric Motor Works, Inc. are within approximately six (6) percent of each other when compared on an equal basis. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. ❑✓ Yes ❑ No If yes, explain what types: The current updated infrastructure uses Hoovers Flowguard software for remote monitoring and control, the larger systems use timers either locally or remotely and require quarterly site visits for monitoring. U) E a� a� .Q E a `m 0 0 x rn 0 CD 0 a CD L CD LO N LL 0 u_ c a� E t U a Packet Pg. 1198 1 16.D.7.a Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexity, duration, and dollar amount of the purchase be a high ris/ to the County. See attached Irrigation Pumping System Evaluation completed by Jacobs. Staff to re-evaluate the market at the conclusion of this waiver. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Digitally signed by Requested by: Matthew CatOe Signature: CatoeMatthewDatoeMatthew Date: 2020.07.20 16:22:20 Date: -04'00' Division Director: Barr/ VVIIIIarnS Digitally signed by WilliamsBarry Signature: WilliamsBarryDate. 2020.07.2814:21:14 04'00' Date: p Department Head: Steve Carvell Required if over $50,000 Digita2020.08.03 GrantKimberley signature: GrantKimberleyDatD:zozooaos,ersao_oaoo Date: Procurement Strategist: Sara d by SchneebergerS Digitally rgeSar Signature: S4'00' er erSara Signature: Date: 2020.08.0408:46:56 Date: ara -oa�oo� Procurement Director: Catherine Bigelow 1l R Digitally signed by Cal Bigelow Signature: Cat Bi eloW G.- rbalBlg Pro rCollierCowry eoa mant.o-P,o ,amwtBa las. Date: Or designee 9 oae'zozo:daos'eo:as�s°046o.. For Procurement Use Only: I] Approved ❑ Requesting Additional Information ❑ Requires RFI/Intent to Sole Source ❑ Rejected Procurement Comments: ElCurrent FY _ Approval ❑✓ Multi -Year Approval Start Date: 09/08/2020 End Date: 09/30/2025 rn E m rn a� c .Q E a L d 0 0 CD 0 a� is a� L i LO N LL O 04 LL C N E t V fC Q Packet Pg. 1199 16.D.7.a 00"PUMPING SYSTEMS WWW.HOOVERPUMPING.COM 12/23/2019 Re: Sole Source Irrigation Pump System Manufacturer/Service Provider Collier County Parks and Recreation 15000 Livingston Road Naples, FL 34109 To Whom It May Concern: 1.800.548.1548 info@hooverpumpiiig.com 2801 NORTH POWERLINE ROAD PO PANG BEACH, FL 33069 Hoover Pumping Systems offers specialized products and services which provide single source, comprehensive pump system solutions. Hoover Pumping Systems' products are not available through any distribution network; but only directly from our factory in Pompano Beach, Florida. The quote provided for this irrigation pump system is factory direct pricing. Since 1984, the company has provided design assistance, single source factory direct manufacturing, field installation and repair service to the landscape irrigation industry. Hoover Pumping System's singular field capabilities and pump system features establish M the Hoover solution as a one of a kind, sole source product. E Hoover Pumping Systems sole source features and capabilities are listed below: +; 1) Pump system design, manufacturing, installation and service are performed in-house co a� with company personnel and equipment, offering sole source responsibility for performance. Q- E 2) Hoover pump systems are available for sole source direct factory purchase. a m 3) Standardized system features are configured to meet specific project requirements. 00 These features are recognized and understood by personnel throughout the = landscape industry. 4) The Flowguard water management tool was developed and designed solely by Hoover No other manufacturer offers a comparable product for real time and historical data along with integrated logic controls for optimal pump station functionality and efficiency. 5) Materials and components are rated for exposure to Florida's harsh environmental conditions such as driving rain, excess heat, high humidity, water quality, dust, insects, reptiles and electric service. 6) Filtration systems for Florida's biologically rich lake sources can be integrated into pump system controls including self-cleaning intake screens and pump discharge filtration. 7) Factory trained Hoover employees provide field installation and repair services utilizing a fleet of company equipped trucks, tools, machines and on -board Factory Packet Pg. 1200 16.D.7.a Parts inventory. Increasing water usage regulations, the demand for energy and water efficiency, and the use of alternative water supplies adds significant complexity to irrigation pump system configuration. Large investments in landscaping are jeopardized when irrigation pump system performance is not satisfactory. Please contact me if you have any questions or need additional information. Thank you. Sincerely, i Nathan Dreher HOOVER PUMPING SYSTEMS U) E m a� c .Q E M a L d 0 0 Packet Pg. 1201 GENERAL SERVICE AGREEMENT (NON -SOLICITATION) # 20-025-NS for Hoover Irrigation Pump Systems Design, Install, Service and Repair THIS AGREEMENT, made and entered into on this day of 20 20 , by and between Hoover Pumping Systems Corporation , authorized to do business in the State of Florida, whose business address is 2801 N. Powerline Road, Pompano Beach, Florida 33069 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing 0 upon the date of Board approval o ❑ on. and terminating on three() year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a 0 Purchase Order ❑ Nc::cc_ to Pr-c-eu. 3. STATEMENT OF WORK. The Contractor shall provide services/products in accordance with the terms and conditions of this Agreement, 0 Exhibit A — Scope of Services, attached to this Agreement ❑■ Exhibit B — Fee Schedule, attached to this Agreement and made an integral part of this Agreement. Services/products acquired through this Agreement have been authorized through the approval of a ❑ Single Souroe- ailver, ■❑ Sole Source Waiver, frcim the ('nmr+e++i+ivn Dr^^^-c ❑ (1+h am V V1111.J t.1IVV 1 IVVVVV, �/II Page 1 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1202 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 4. THE AGREEMENT SUM. ❑ The--G®I lnty--s II Noy _ Cnn�ractor fe �hne nerformnnn calla "..`^YI u VIILIUVL - I.JVIIVIIIIuII VJtll IIU LV luI\I NI IIVuI TP 1 nerdln fjsn�_year based on units/serlicees furnished per Exhibit NVI cal t�11JV year, VUVVu VII NIIILJ/VVI V furnished I.IVI L.n/a111M , tattached hereto --and the -price rnethoUningy ausV defined in Section 4.1. Payment �/IlilLho made upon receipt of—a_rroper invoice and upon approval by th 1 rt 111NVV ud./V11 IVVVII./L ��^ ll.�i1 VIJV1 IIIrVIVt. uI1tA ulIV11 approval ►i� al ll� �tY awet AdminAdministrative gent/R�` ct Manager, and in compliance with Grab +�2�8 ..�IIa. Sta s , istrative IIIIIIVaIUNV /la,. Vllt// I�VL Ir1uI1Ma,. V1, ullu 111 VVI111./IIu11VV "..�.�'. , otherwic�e_l�nn�/ nos the Kocal Government Prompt Paalw� V all 1 V VV 1\IIaJ VI J a11V VVuI Government VI I IIIIVI IL Prompt VIIII.JL 1 uyll ❑■ The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". �,, (^�',, Unta aa/_ in Anroemon, ❑ ��T�--�iulla�'puy- •11�+ vv.• IJ , ty1`V V111V 11 e stim ate�aviml m,-amolle �_ ($ _ VVtllllu tV llu/all llulll IVV � 1 per County fiscal vo�_hasod Inito/senrices�rnishcdkpursua� gll pricH I./VI County IIJV yV , L/uVV IItV/VVI VIVVJ 7111JIIV u1Vuu a�u IIVVu offered by t ntractov L.pyw n specif -Request for Quotation -and pursuant to VIIVIVu aJ al IILIUVL `"'MM J VVII 1\V VV IVI �aL LAV LNLIVI \.a lV PricPrice It Aethnrdnlogy in eot7VR 44. Payment t M! he made upon receipt of a proper invoice e IYIV LIIVMVIVyr 111 Payment rr111 VV IIIuuV NrIV11 IVVV11,/L VI H proper IIIYVIVa+ anIlpnn annrotial {I+e (anllnit//n i'nntrZct Mimi iotra pie Anent/Project Manager, and a nd up on app royal ..J �rw County V Contrava`T dministrative � \\gent,f IV�VVL Irlw luy Vl, ullu in compliance sari -pter 214 Cla Ctats__.��e> � Ire 11_I ncal Government 1( compliance rr d./tV1 L I V, 1 Ica• 41LH LV •, - �IY�♦T�i4��rla �•-t-V VLAI Government V111111V 11L Prompt Payrar e-nIAW: 4.1 Price Methodology (as selected below): 0 Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. ❑Time and Materials• T�oI Inty agrees to pay the contractor he arnol lnt of labor Time V LAIIM YIM aVIIMIV. 1 uI1Ly uar,IVVV LV l./tAy LIIV VVIIaIUVtV1 'V aAIIIVuIII VI labor time spent by the contracto0s-ef"I IF+loycess and subcontractors to perform the work (nuiiibe+r of l s times hourly rate\ aa�aterials and equipment used in the project (cost of VI J 11111VV IlVully IULV/, ulV11u1V ullu Va.dulr/IIIVIIt uVVu 111 t11V project VL \VVJt VI Page 2 of 17 General Service Agreement Non -Solicitation 92017-004 (Ver.2) "CA O Packet Pg. 1203 16.D.7.b ) materials plus the contractor's marl up). This method o 1, ogy is generally/•aAsed-in1-"pr®}ep[its-in which It 1y 11ot poacasible tV a ...'rately estimate the slLe of the project, or when is -expected W,thatthe project requirements would most likely -change,. -As g "�T7�i�G—VVIIGIZf�JCV-IIIVIMMV R/MVI♦ M�.I MV Vw...v..aw a.v.• v• vrrar, .... r.r��-.--•-- ... �.__�_ _-_------ -- I � documentation for the -prime ❑ :Unit Price: The County agrees tea -pay -a irm--total-fixed-price (inclusive of -all costs, _.�+_p�_. "„ M". , invefse—rust =identlfy-the F I Ir���n� cam' ii}vefl#ar�r-el=cost Verification): 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4:4`�a� p❑ T W` �e�p1-a Reiaa bursaw!e �}s: rTravel. and Reimbursable Expenses ,must "F7ii� r-lived n--ad��G/lce ..Ill. �T�rlt tf-Ie Voknt��i T/{'dYel \�nhpV nVa�.rV JII(n.111 be rei 'an 11'r2.661 Flu. Stats ., - s WIMM, n.- . _ - . MP ;, .1 • ... - -F-AIM FM M 01- -- . a- ... �1111.�!� l•I•��I��a_��i.�ii �°�=i3n i-i �-Tagil \3IY� . A wrl. C • .. • tom\ la�l•i�_le�a lei ��li�Yl�leti!/.a `��!II�:i�J11ti�1•I![�Jli�� Page 3 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) 1 Packet Pg. 1204 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Hoover Pumping Systems Corporation Address: 2801 N. Powerline Road Pompano Beach, Florida 33069 Authorized Agent: Brent Hoover, VP Attention Name & Title: Nathan Dreher, Director of Customer Service Telephone: (954) 971-7350, ext 207 E-Mail(s): Nathand@hooverpumping.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Barry Williams Division Name: Parks and Recreation Division Address: 15000 Livingston Road Naples, Florida 34119 Administrative Agent/PM: Matt Catoe, Operations Analyst Telephone: (239) 252-4059 E-Mail(s): Matt.Catoe@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Page 4 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1205 Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the 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 Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑ 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 Page 5 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1206 Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. 0 Wovkers' 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 $100,000 for each accident. D. ❑ Professional Liability: Shall be maintained by the Contractor to ensure its legal li chili}�i_ f^r ^Inimn nrioinn n11} }ho nnrfnrmnnnn of nrnfnc.c�inn nonlint �1�nr c f4hin IIN,JIIIti NIIIIJ NI IJIIIy VNG LIIV 1.lVI IVIIIINIIVV VI 1.l1 VIVVVIVII VVI YIVV G/7GV IIV Anr pf� n}rnn}/��� Illnivon h} of rnnnl, nnninc•} ('mink, as to any-clai-n—m und.-, , \yleGrI1 IIU 34%04,-YYUIVV igI It VI I=%AW tj A11IVL VVUI IIr Nllr Iu 111I VI }hinnllrnn,t�___CIIn/�nllrnnnll h�a"n limiPn} Ions }hnn @ nnnh LI IIJ JUINIIV UVI IJUI NII N11 IINVV 111111 IVl IVVV ­N11 jI VNVII nl•'f lr�,_•f nri nnnrnnf}�., VIN11"f i, NI IU Nyy1 VyNIV. C ❑ i`vhnr 1 i�hilit►r (`nvoronc oholl hwc r"iniml lm lin-%i}a of IIIIII�@ p�rinim `. V�VV■ I.n1YV111L)• VVYVINyV VIIN11 IINVV 11111 IIIIIU111 V VI •y pe "IN1111. F. ❑ (`nvorono ch �11 hovo rY+iniml lm limi}n of @ nor VVYVINyV VIINII IINVV IIIII IIIIINIII IIIII\V VI rr 1.lVI �Inirv+ 1N1111. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, Page 6 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1207 property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Parks and Recreation Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out ('nr�+rnn+nrlo Dr~%^no l !n\ vlrnn\ - 0^rCC^n +n/c.\ ■ Exhibit A Scope of verbatim: ❑ VVIIII GAVIVI V I 1„N„Vul, ❑ IIIVMIIAIIVV VVI 1111V VIlV `V�( p Services, ❑■ Exhibit B Fee Schedule, W subsequent quotes, a^d ❑ nt"er Cvhihi+/A++nnhw\or\+• L /\I 111lIV/ \IIN VIIIIIVIII: 17. APPLICABILITY. Sections corresponding to any checked box (W expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the Page 7 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) c lyil Packet Pg. 1208 individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: APPLICATIONIF THE CONTRACTOR HAS QUESTIONS REGARDING ME OF -FLORIDA CONTRACTOWS TO PROVIDE PUBLIC RECORDSA • THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-6746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, Page 8 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1209 the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any Application for Payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it Page 9 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1210 deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. ❑ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ❑ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall Page 10 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1211 immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials form specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ❑ 1[GV DGDC(lAlA1Cl Tho (`nnfronf 7 t�rennrlol onA morl�ncmonf Ili�orl fnr 34. 1 I.nOCMI1 ken, VVII�I IAVI VIVVIlI1V1 NIIV IIINIIUy V111VIIG lV be M•111LVV IVI Thin nri+ienf nhnll ho Lnnuderinonhlo in ar^-+ of evnerfino _J i` nnonio( fho 1111 V��1./}I,V,�V V4 JIIN11 IJV I�IIV YVIVVy VG]VIV'�1111 �rl�VAIl �YA1 V(AV VI 4AI.IVIII1VrV. 111V �+VV V(J�VI VVV 1p11V iiyl -N� vriii IIIVI'V �1yNlIVIIV--G IIIV� VV V�+VII�VV „VVVkssLfl ��v tcom�iGent Page 11 of 17 General Service Agreement Non -Solicitation 92017-004 (Ver.2) Packet Pg. 1212 n r�rnnnn ILIi11 hn of than,. i �e r - -Th--t�i i'frYa. i for shall assign i 1.IVIJVIIJ YY111 IG11 NV� nn wanny VnVV �escanra ry W eemplet�e-thc cerlvibasis, nd ee� Nanirsvi i GV II nnni /y��Q cc a�oi nhln f In} of }iron_�'L� 1}. / �p� p rnrallir non/ine 4.IVVILg.,ned--sh�e�VGi'lablV for an�-arnou IL VI L11IN%. Gdeaq.NaAte-to-IIeet-the required Vel-Vic.i d"4.0&.. To1w, CalY I11 aAVaW. VlI"ll IIVa VI IG Zjy I\V' I V JVIIIIVI GIIIVVV li1V IWI1V-Y1111aJ. VV11G Ia1V 11J Glanw n}•_ _/� \ Drnnnnor) ��JJ''�p,nlnnomnn}n h-,I/o-y+I lho}nn}inlll/ }hn nnmq„,�in}}nr nllnlifinn}inns rIIL.L. l / 1 I Vl./VJL.arT4r/IGVL+I I IV114J I IG V V — VGNVaGI R1GIlr 411V V"I l la.. LiaaVl a.'Ga.lIlllVGalaJ11V nnr:/nr nvnorinnno \ }hn} }hn (an11n}II is n}ifinr) in aa/ri}inn ns i dYGIIVV NJJIN ILJ. alnnnn nnnihln aAIIV/VI Vnl./VIIVIIVV. a11Ga LIIV VVGll%y 1 VLII ILIV 111 YYI ILII IL� G �n}rnn}nr nhnll mnLn nnmmnrni.�llr, �nnnhln ofFnrF 'a inr i WMI Iia/ I Wi}hin 11a1GVaVl J11G11 IIIGIaLi VVII IIIIVI VIGII VIIGNIai lillVla,,,.,`,,,' 'a Iwo VVGIIar YY IL11111 JVV yV Vf LIIV VII%AJO a . TIIV VVGIlay IVaaA111J f111u1 aappfevalan+f NrvNvnian..��.a nnrnnnnn.l, I./VIJVIIIIV 0 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. 0 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ❑ .on=0 �C DDECEDE%10E (G ant Funded)�the wven1t Vf G11r VVIIIIIVL vanit'v"ia�anii Vr mm�n ,1�1�1p1p__gg-�}nrmn nna/ of }hc L^ n}r�/� } (1nnllmnn}n nniJ/nr }hn i`nl lnfi/ln QnnrA nnnrnl/o11 NI I IVI Ia.-illy-L41111V 11y VI 411V e11L1 aAaIL VVVIaI I IVI ILV GI IG/VI LIIV VVGI ILY •7 VVGIG WAVVIV VVG Cvnnl l}ili �-,S 1lmm Ia]n }nrme. eaf -L IaV VGL1Vai—�JU1111 a,ath nllor }hn }ormo of rnnman} "coil +-u^ }nAy1VVllaLLAIaVoVYVI LIIV LVIIIIV VI nil n}hor n}r nnl Imnnt& a ne, } ♦�+n }orrncr-of-nn� CI IN�Imm�n}nl 0^nA4inns n{hI }nLn G11 VLIIar, G� t Vcut II -I IL "efA hC aV1111V VI All VG IVII IVI IaG1 VVIIVILIVI 1,0 VY��r1�LGI\ In/I Inr VLnidellVa�+ VYYr''46 V i �yran+a�il�Vlli.�tiiV a�+AtV114 �N}1�1'AIV IIfI1Vl lii LhV 1V 1111J Vf 4hV VVT141GVL VVVLAII,VMI VGn11VL VV IVJVIYVG by- a', I./IIVULIVIImn I VI LI11+ SUVVIV1 I Ja..iitui Vwl IM LIWII , • , VI }hn Anrnn p�nfli nh c.nlllnr! nnnir= }hoanre�}rinno}III a11V I \y1VV111 , +�WIIIIIVL VIIVV1Y VaXI./V V11'� 411V IVIV LI IVa v� a�V VLI� nhlinn}inn I lwrin �n}raI a ,linnllmon}n I lnrin }hn-GO .} ntyj&_,l;c oWinn VN11 LJi uaIV11 ISIIIMV Ill VVVGI/IVIILJ Gt./VII LIIV IILIGVL IILII VIV LIVI1. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to Page 12 of 17 General Service Agreement Non -Solicitation 42017-004 (Ver.2) Packet Pg. 1213 maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. Al SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1214 IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal Kinzel, Clerk of Courts & Comptroller By: Dated: (SEAL) Contractor's Witnesses: 416- TType/print witness nameT Contractor's Second Witness f }n n� Nt • S�Y'[��L TType/print witness nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Burt L. Saunders , Chairman Hoover Pumping Systems Corporation Contractor By: signature and titleT Page 14 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) `A Packet Pg. 1215 16.D.7.b Exhibit A Scope of Services ❑ following this page (pages 1 through ❑ this exhibit is not applicable Page 15 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1216 HoollEA .0� PUMPING SYSTEMS MA# 3932 Page 1 of 3 Phone: (239) 254-4000 Subject: Hoover Maintenance Agreement, MA#3932 Site Os: #2678, #2704, #3316, #3682, #4251, #4933, #4935, #6144, #6145, #6171, #6440, #6720, #8786 The Hoover Maintenance Program includes 2 preventative maintenance site visits per year by a Hoover Certified Pump Technician for sites 2704, 4933, 4935, 6144, 6145, 6171, 6440, 6720, 8786 and 3 visits for sites 2678, 3316, 3682, 4251. The following preventative maintenance will be furnished for each pump system as required: • Priority Scheduling - When repair service is required. No $289.00 Evaluation fee for service requests. • Pump Control Panel - Test control logic, torque electrical connections to specification, treat components with anti -oxidant protective spray, test and replace surge protection components. • Variable Frequency Drive(s) (if applicable) - Test and confirm proper operation. Change parameters if required. • Pump motor(s) - Service bearings, check operation and current draw against specification. • Pump(s) - Check condition of seal. Confirm flow and pressure performance. • Air Conditioner (if applicable) - Check and confirm proper operation. Clean filter. • Control Valve (if applicable) -Check pilots and service. Clean filter. Calibrate valve and replace worn diaphragm if required. • Flow Meter (if applicable) -Test flow meter and pressure transducer for proper operation. Calibrate flow meter as required by Florida Water Management District upon client request. • Pressure Tank (if applicable) - Check and adjust tank precharge pressure as required. • Suction Intake (if applicable) - Evaluate intake performance and recommend screen cleaning as required. • Fiberglass Enclosure (if applicable) - Check lockable handle, hinges and opening mechanism. • Discounted Pricing - Discount off list price for numerous replacement components. • Report - To be submitted upon completion of service call with findings and recommendations. The following items are excluded from the Hoover Maintenance Program: • Suction intake cleaning or adjustments due to changing water levels • Repairs due to failure of any electrical or mechanical components due to mistreatment of the system and other causes not covered by Hoover Pumping Systems warranty • Repairs due to failures or recurring problems caused by poor water quality including chemical or biological fouling or field irrigation system problems • Repairs due to vandalism, accidents, negligence or natural events including wind, flood, power surge and lightning • Repairs due to operating the irrigation system in a manner that exceeds the limits of pump system design performance, or due to repeated rapid cycling of pump system due to irrigation system leaks. • Disc -Filter cleaning not included 2801 N. Powerline Rd. • Pompano Beach, Florida 33069 • (954) 971-7350 • Fax (954) 975-0791 Packet Pg. 1217 MA# 3932 Page 2 of 3 00'0 PUMPING SYSTEMS Phone: (239) 254-4000 Subject: Hoover Maintenance Agreement, MA#3932 Site IDs: #2678, #2704, #3316, #3682, #4251, #4933, #4935, #6144, #6145, #6171, #6440, #6720, #8786 For Hoover Flowguard pump systems the Hoover Maintenance Program includes: • 24/7 Control and remote automatic monitoring of the irrigation and pump system • Automated system alerts and warnings via e-mail, proactive system support, and up to 8 hours assistance from the Hoover Help Desk. • Broadband Internet Service Connection. • Graphical web display of Water Management system status, alarm enunciators, controls, history, trends, data logs, maintenance alerts, service counters, and configuration. • Unlimited Free webinars to learn best practices for using Flowguard. • Water restriction controls to prevent over/under watering, save energy and water consumption, and rapid cycling due to field issues. • Remote system Shut -down and Reset features with shutoff valves. • Protection features to indicate low pressure, high flow rate including automatic, adjustable shut down. • Printable water management usage reports for graphing, events, usage, and configurations. 2801 N. Powerline Rd. • Pompano Beach, Florida 33069 • (954) 971-7350 • Fax (954) 975-0791 Packet Pg. 1218 The following are the Flowguard Sites on this agreement Site Id Site Name 2704 Collier County Vineyards Community Park 4933 Collier County No Naples Reg Park North Pump A 4935 Collier County No Naples Reg Park South Pump B 6144 Collier County Government Center IQ 07-188-6144 6145 Collier County Government Ctr Reclaimed Booster 6171 Collier County Golden Gate Community Pk 07-207 6440 Collier County Freedom Park fka Gordon River Quali 6720 Collier County East Naples Community Park Alt 8786 Collier Co Golden Gate Comm Ctr Annex Repl ID3948 The following are the sites without Flowguard on this agreement Site Id Site Name 2678 Collier County Eagle Lake Community Park 3316 Collier County Conner Park Booster #01-021-3316 3682 Collier County Osceola Elementary School Ballfield 4251 Collier County Sabal Palm Elem Sch Ath Flds MA# 3932 Page 3 of 3 Model # HC2F-20J5PD-460/3-AM R3L HC2F-30J 10PDV-460/3-DMSR3L-Z HC2F-30J 10PDV-208/3-DMSR3L H C2 F-15 J 5 P D-46 0/3 -A H M R2 L-Z HCBF-25PDV-460/3-AH MR3Q-Z HS-40PDV-460/3-M R3W-Z HCF-15J5PD-208/3-AMSR3L HC2F-30J5PD-460/3-AFMSR3L HSF-25PDV-208/3-MR3W E32-Z Model # HCF-20PDV-480/3-ASM L-E HCF-5PD-230/1-AMY HCF-7.5 P D-460/3-M L-E40 HCF-20J5PD-460/3-ADL-E24-Z 2801 N. Powerline Rd. - Pompano Beach, Florida 33069 - (954) 971-7350 - Fax (954) 975-0791 Packet Pg. 1219 16.D.7.b Exhibit B Fee Schedule ❑ following this page (pages 1 through ❑ this exhibit is not applicable Page 16 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Packet Pg. 1220 Collier County Annual Cost Per Site (cost includes 2 site visits per year billed equally after each site visit) Site ID Amount 2678 1,276.10 2704 2,276.10 3316 1,276.10 3682 1,276.10 4251 1,276.10 4933 2,276.10 4935 2,276.10 6144 2,276.10 6145 1,976.10 6171 1,976.10 6440 1,976.10 6720 2,276.10 8786 1,976.10 Total 24,389.27 Note* *As future stations installed they will be added to this contract. Repairs: Hoover will provide in advance a lump sum quote for repair non -maintenance related, system performance, or safety -critical component problems while on site for maintenance. Hourly Rates: $119/hr. tech labor $180/hr. tech/certified diver labor Packet Pg. 1221 16.D.7.b Other Exhibit/Attachment Description: ❑ following this page (pages through __) ❑ this exhibit is not applicable Page 17 of 17 General Service Agreement Non -Solicitation 92017-004 (Ver.2) A Packet Pg. 1222 I 16.D.7.c I ACC)R E CERTIFICATE OF LIABILITY INSURANCE I DATE III 09/23/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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 CONTACT Denise D'Abato NAME: Brown & Brown of Florida, Inc. AIc n o Ext : (386) 239-7281 (A,/xc, No): (386) 323-9121 P.O. Box 2412 E-MAIL e-MAIL ddabato@bbdaytona.com INSURER(S) AFFORDING COVERAGE NAIC # Daytona Beach FL 32115-2415 INSURERA: Valley Forge Insurance Company 20508 INSURED INSURER B : Travelers Property Casualty Company of America 25674 HOOVER PUMPING SYSTEMS, CORP. INSURER C : Continental Casualty Company 20443 2801 NORTH POWERLINE RD INSURER D : Transportation Insurance Company 20494 INSURER E : POMPANO BEACH FL 33069 INSURERF: COVERAGES CERTIFICATE NUMBER: 20-21 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MM/DDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE F OCCUR PREMISES DAMAGE O(Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 A Y 6043448395 04/01/2020 04/01/2021 LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO ❑ LOC JECT MOTHER PRODUCTS-COMP/OPAGG $ 2,000,000 $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO C OWNED SCHEDULED AUTOS ONLY AUTOS 6043411699 04/01/2020 04/01/2021 BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PIP $ 10,000 UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 5,000,000 X AGGREGATE $ 5,000,000 B EXCESS LAB CLAIMS -MADE ZUP61M6550620NF 04/01/2020 04/01/2021 DED I X RETENTION $ 10,000 PRODS/COMPLETED $ 5,000,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? N /A E.L. EACH ACCIDENT $ (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ INLAND MARINE D 6043411685 04/01/2020 04/01/2021 RENTED $25,000 INSTALLATION $200,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) SEE NOTES FOR POLICY COVERAGE FORMS RE: ANY AND ALL WORK PERFORMED IN COLLIER COUNTY COLLIER COUNTY BOARD OF COMMISSIONERS IS ADDITIONAL INSURED AND A WAIVER OF SUBROGATION APPLIES AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS ACCORDANCE WITH THE POLICY PROVISIONS. 3295 TAMIAMI TRAIL E NAPLES FL 34112 AUTHORIZED REPRESENTATIVE @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1223 AGENCY CUSTOMER ID: LOC #: 16.D.7.c ACCW?I) AGENCY Brown & Brown of Florida. Inc. POLICY NUMBER CARRIER ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE NAIC CODE NAMED INSURED HOOVER PUMPING SYSTEMS, CORP. EFFECTIVE DATE: ITHIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes ITHER NAMED INSUREDS: HOOVER IRRIGATION CORPORATION SEATON RENTALS, LLC CRIME - CARRIER: CONTINENTAL CASUALTY CO. POLICY NUMBER: 596721532 EFFECTIVES DATES: 04/01/2020-04/01/2022 LIMIT: 3RD PARTY-$100,000 BLANKET POLICY FORMS: GENERAL LIABILITY 1) CNA75079XX 1016 - BLANKET ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE ENDORSEMENT (INCLUDING ONGOING AND COMPLETED OPERATIONS, ADDITIONAL INSURED-ARCH/ENG /SURVEYORS EMPLOYED BY INSURED AND OTHERS, PRIMARY AND NOW CONTRIBUTORY) 2) CNA75101XX 0115 - MANUFACTURERS' GENERAL LIABILITY ENDORSEMENT EXTENSION ENDORSEMENT(ADDITIONAL INSURED - LESSOR OF EQUIPMENT, ADDITIONAL INSURED - MGR OR LESSOR OF PREMISES, ADDITIONAL INSURED -STATE OR POLITICAL, WAIVER OF SUBROGATION) AUTO LIABILITY: 1) SCA23500D09 1011 - EXTENDED COVERAGE ENDORSEMENT - BA PLUS - (ADDITIONAL INSURED) 2) CNA71527XX 1012 -ADDITIONAL INSURED - PRIMARYAND NON-CONTRIBUTORY (PRIMARY NON-CONTRIBUTORY) 3) CA0444 0310 - WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHER TO US (WAIVER OF SUBROGATION) UMBRELLA LIABILITY: 1) E0001 0716 - EXCESS FOLLOW -FORM AND UMBRELLA LIABILITY INSURANCE (FOLLOWS FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY AND EMPLOYERS LIABILITY, ADDITIONAL INSURED, PRIMARY AND NOW CONTRIBUTORY, WAIVER OF SUBROGATION) Page of ACORD 101 (2008/01) © 2008 ACORD CORPORATION The ACORD name and logo are registered marks of ACORD Packet Pg. 1224 HOOVPUM-02 16.D.7.c '4coRo CERTIFICATE OF LIABILITY INSURANCE FDATEMIDDNYYY)(M /23/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE7 BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement or this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). N PRODUCER CONTACT Dianthe Charron NAME: E PHONE FAX (A/C, No, Ext): (561) 459-3285 (A/C, No): a+ to >% Insurance Office of America 2056 Vista Parkway, Suite 350 ADDRESS: Dianthe.Charron@ioausa.com N West Palm Beach, FL 33411 INSURERS AFFORDING COVERAGE NAIC # a� INSURER A: Associated Industries Insurance Company, Inc 23140 Q- E INSURED INSURER B : 3 IL Hoover Pumping Systems Corporation INSURER C : INSURER D : 2801 N. Powerline Road > Pompano Beach, FL 33069 O INSURER E: O INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOI INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI! 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. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR W D POLICY NUMBER POLICY EFF MM DD YYYY POLICY EXP MM DD YYYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑ OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any oneperson) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICYEl PECOT- LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED L NON -OWNED AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY Perperson) $ BODILY INJURY Per accident $ PROPERTY DAMAGE Per accident $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A W KERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A AWC1147382 4/1/2020 4/1/2021 X PER OTH- STATUTE ER E.L. EACH ACCIDENT 1,000,1 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,1 E.L. DISEASE - POLICY LIMIT 1,000,1 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES ACORD 101, Additional Remarks Schedule, may be attached if more space is required) For any and all work performed on behalf of Collier County. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED It ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Collier County Board of County Commissioners n 3295 Tamiami Trail East NnnlPs FI AA119 ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION The ACORD name and logo are registered marks of ACORD Packet Pg. 1225 a • Table of Contents Table of Contents 1. Introduction....................................................................................................................................1 2. Current Irrigation Systems............................................................................................................2 3. Existing Irrigation Pump Station Field Observations.................................................................4 4. Budget Estimates - Pump Station Alternatives and Upgrades ................................................. 6 5. Irrigation Survey with Similar Municipalities.............................................................................. 8 5. Conclusions..................................................................................................................................10 6. Recommendations.......................................................................................................................11 List of Tables Table 1 Irrigation Pump Station Descriptions and Features Table 2 Irrigation Pump Stations Existing Conditions Table 3 Budget Estimates Table 4 Survey Results with Local Municipalities List of Figures Figure 1 Irrigation Pump Station Locations Appendices Appendix A Pump Stations - Summary and Photographs Appendix B Basis of Budget Estimates Irrigation Pumping Systems Evaluation Co e,r County 1. Introduction The Collier County Parks & Recreation Division (Parks), currently utilizes Hoover Pumping Systems, Inc. (Hoover) for their large irrigation systems at eleven (11) parks throughout Collier County. The pump systems utilize a variety of water sources including groundwater, reclaimed water, surface water, and potable water for irrigation. The existing pump stations (PS) are at various stages in their "life -cycle" and some have been functioning for 25+ years. Several stations (ex. Vineyards Community Park) have received partial upgrades over the years and one pump station (Golden Gate Community Center Annex) has recently undergone a full replacement. Based on the fact that the eleven systems were installed at various times (years), there is a wide variance among the pump stations regarding age, performed/required upgrades, operational efficiencies, and communication capabilities. Parks staff, along with Hoover Pump System Maintenance/Service staff, have done an efficient and economical job operating and maintaining the systems over the years. This report presents a status summary of the condition of each of the existing eleven (11) irrigation pump stations, budget cost estimates to replace the existing systems with contemporary systems, and recommendations regarding future replacement/operational/maintenance options. Figure 1. Irrigation Pump Station Locations C412/M A subsidiary of JACOBS Irrigation Pumping Systems Evaluation Co e,r County 2. Current Irrigation Systems Parks currently operates eleven (11) Hoover pumps stations to operate the parks irrigation systems. The existing pump station locations are illustrated in Figure 1. A summary of the existing pump station features is presented in Table 1. Currently, Hoover utilizes their proprietary software — Flowguard, to remotely monitor and control seven of the eleven irrigation systems. Hoover monitors these systems and notifies Parks when an alert/alarm is generated. The Flowguard systems provide alerts for events such as power failures, high flow rates, low or high water usage, and rain shut-off sensors - shutoff and restarts. Four of Parks pump stations are not currently monitored remotely and consequently require frequent site visits to monitor each of these four stations. Seven of the eleven pump stations are currently equipped with variable frequency drives (VFD) and five pump stations have jockey pumps. All pump stations operate on a pressure system, where each irrigation pump station starts and stops in response to pressure changes in the pump station discharge line. The pump stations are operated at constant discharge pressures of 50, 70, 75, 80, and 100 pounds per square inch gauge (psig), depending on the respective irrigation loop requirement. Conner Park, PS 3, is the sole pump station which is supplied from the potable water distribution system and is set to maintain at a pressure of 50 psig in the discharge line. The larger pump stations provide irrigation water to multiple irrigation loops. Flow to each irrigation loop is controlled by a Rain Bird timer/controller which transmits open/close command signals to the respective irrigation loop supply master valve. The Rain Bird timers are situated/located either locally controlled, near the pump station, or remotely controlled, near the irrigation loop. A timer/controller signal to "open" an irrigation loop master flow control valve results in a pressure decrease in the pump station discharge line, which then initiates the pump station to start. Closing the irrigation loop flow control valve results in a pressure increase in the respective irrigation pump station discharge line, which then initiates the pump to stop. Traditionally, large irrigation pump stations, 10 horsepower (HP) and larger, used constant speed pumps in conjunction with jockey pumps while contemporary pump systems utilize VFD's with or without a jockey pump. Jockey pumps are used in pressure systems to compensate for pipeline losses and to maintain pressure in the pump station discharge line. Jockey pumps are smaller pumps typically 10 HP or less. The use of a jockey pump extends the life of the larger pump motor by avoiding frequent start/stop cycles, since it can maintain the discharge line pressure between irrigation events. Jockey pumps are also used to supply flow rates less than the main pump's practical lowest flow level, for example, for smaller loops or drip loop systems. Jockey pumps can also be used to prime the irrigation loop in advance of the main pump's start to mitigate potential issues related to hydraulic shock. Hydraulic shock, commonly known as water hammer, occurs when pressure changes in the pipe and can result in increased wear and tear through vibration, line leaks, or breakage in the irrigation loop piping. Contemporary irrigation pump systems use VFD motor controllers for its unique benefits. The systems use VFD's for energy efficiency, to maintain constant discharge pressure over varying the flow rates, and for the ability slowly adjust flow rates higher and lower, which mitigates the potential for hydraulic shock. VFD's often allows for the elimination of the jockey pump. However, a jockey pump may be included in a contemporary pump station when flows lower than the main pump's normal low flow operating level are required. Jockey pumps may incorporate a VFD to facilitate system performance when desired. C412/ * A subsidiary of JACOBS 2 1 P a g e Irrigation Pumping Systems Evaluation Collier County Table 1. Existing Irrigation Pump Station Features 1# .. Name/ ID#2678 Yes/No Pump HP Pump 20HP, VFD Flow, GPM' Monitoring None, Internet Water Source Reclaimed 1 Eagle Lakes Community Yes No Jockey Pump 600/(300) Availability Water Reservoir ID#2704 Qty 1 Pump 20HP, VFD Reclaimed 2 Vineyards Community Yes2 No Jockey Pump 600/(300) Flowguard 33 Water Park Reservoir ID#3316 3 No Booster Pump 10HP 125/(80) None Potable Water Conner Park ID#3682 Pump 7HP 4 Osceola Elementary No 200/(115) None Pond School Ballfield No Jockey Pump ID#3948/8786 5 Golden Gate Yes Well Pump 20HP, VFD 300/(250) Flowguard 3 Groundwater Community Center No Jockey Pump Annex ID#4251 Pump 20HP, VFD 6 Sabal Palm Elementary Yes 320/(226) None Pond School Athletic Fields No Jockey Pump ID#4933 Qty 2 Pumps 30HP, VFD Reclaimed 7 North Collier Regional Yes 800/(850) Flowguard 3 Water Park Pump A Jockey Pump 10 HP Reservoir ID#4935 Qty 2 Pump 30HP, VFD Reclaimed 8 North Collier Regional Yes 500/(850) Flowguard 3 Water Park Pump B Jockey Pump 10 HP Reservoir ID#6171 Well Pump 40HP, VFD 9 Golden Gate Yes 600/(400) Flowguard 3 Groundwater Community Park No Jockey Pump ID#6440 Pump 15HP 10 No 270/(180) Flowguard 2 Lake Freedom Park Jockey Pump 5 HP ID#6720 Qty 2 Pumps 30HP 11 East Naples Community No 900/(450) Flowguard 2 Lake Park Jockey Pump SHIP Notes: 1. Maximum flow rate/(Hoover operating flow). 2. Upgraded September 26, 2019. 3. Flowguard 3 is an upgrade to Flowguard 2. C412/ * A subsidiary of JACOBS 31 P a g e Irrigation Pumping Systems Evaluation � Coilier County 3. Existing Irrigation Pump Station Field Observations Jacobs staff performed a site visit to each irrigation pump station on August 12, 2019, accompanied by a Parks' Irrigation Specialist. During that site visit, it was observed that generally, the existing pump stations were well maintained and operational. As mentioned above various systems have undergone partial upgrades and partial replacements. Upgrades and replacements included motor rebuilds or replacements, addition of VFD's, pump impeller replacements, instrument replacements, and piping replacements. Parks eleven pump stations are at various ages (life -cycle) and technical (efficiency) levels. Note: Refer to Table 1 for a summary of the existing pump stations. Pump station, PS 5, was recently replaced with a VFD upgrade; Pump station, PS 2, was recently upgraded Sept 26, 2019, subsequent to the August 12, 2019 site visit; three pump stations, PS 1, PS 6, and PS 9, were modified to add VFDs and eliminate the jockey pumps; two pump stations, PS 7 and 8, have added VFDs with jockey pumps; PS 3, has a 10 HP booster pump; two pump stations, PS 10 and 11, have constant speed pumps with jockey pumps, and one smaller pump station, PS 4, has one constant speed pump. Annual maintenance costs to replace parts or rebuild/upgrade, typically increase over time without improving dependability or efficiency. Although improvements resulting from the addition of VFD's and modern pump designs would result in increased energy efficiency and cost savings. Dependability of Parks irrigation pump stations is essential for the preservation of the park's lawns and landscaping, and reliability allows for maintenance staff to focus their attention on other essential activities. Currently, the irrigation water supply for the Parks' pump stations does not impose a significant demand on the potable water system (exception PS 3), due to other available water sources consisting of groundwater, surface water, and reclaimed water. During major maintenance events such as motor and pump replacement, beneficial upgrades to modern technology such as VFD conversion and/or communication/control improvements are typically incorporated. Over time, this has resulted in a significant variance in maintenance/monitoring needs between pump stations throughout the parks. For example, pump stations without remote communications require frequent operator site visits to monitor the pump station condition and operating status. Pump stations with the upgraded Flowguard 3 remote system have enhanced monitoring and control features, and pump stations with Flowguard 2 systems have limited features not equal to those included with the enhanced features provided with Flowguard 3. Currently, four pump stations do not have enhanced monitoring, two pump stations have Flowguard 2, and five have Flowguard 3 monitoring. The existing conditions and status of each pump stations is presented in Table 1 and Table 2. Generally, life expectancy for motors, pumps, and VFDs is dependent on maintenance and ambient conditions, such as the heat and humidity under normal operating conditions. Assuming the manufacturer's recommended maintenance is followed, typical life expectancies for VFDs range from 10 to 15 years, motors range from 15 to 20 years, and horizontal centrifuge pumps range from 15 to 20 years. Motors and pumps may be rebuilt multiple times to extend their service life, however, VFDs are subject to technical advances and parts availability after models are superseded by the manufacturer. Two park systems have recently been replaced/upgraded with new Hoover systems, PS 5 Golden Gate Community Center Annex has been replaced, and PS 2 Vineyards Community Park has received a major upgrade. Of the remaining systems, six are recommended for full replacement and three require major upgrades (if continuing with the existing Hoover systems) or will need replacement if another pump system is desired/recommended. C1124 * A subsidiary of JACOBS 4 1 P a g e Irrigation Pumping Systems Evaluation C-Ar Cousity Table 2. Irrigation Pump Stations Existing Conditions Reference Appendix A for Pump Station Photographs Condition Aged. Corroded piping and fittings. Upgrades Recent maintenance in Comments Pump station is well maintained. 1 Eagle Lakes Community Missing intake screen. 2016 (motor/pump), Replacement 2017 (butterfly valve). Recommended. No remote monitoring. 2 Vineyards Community Recent upgrade. Major upgrade completed Sept. 26, Pump station is well Park 2019. maintained. Aged. Miscellaneous Pump station is well 3 Conner Park No remote monitoring. components replaced. maintained. Replacement No recent upgrades. recommended. Pump station is well 4 Osceola Elementary Aged. No recent upgrades. maintained. School Ballfield No remote monitoring. Replacement recommended. 5 Golden Gate Community New — mid 20171. Above ground pump station replaced mid- Well pump status Center Annex 20171. not determined. Aged piping. Pump station is well 6 Sabal Palm Elementary No intake screen. Motor replaced and maintained. School Athletic Fields VFD installed 2017. Upgrade No remote monitoring. Recommended. North Collier Regional Approx. 20 years. Motor and VFD Pump station is well maintained. 7 & 8 Park PumpA and Pump B p Aged Piping. Maintenance 2017, 2018, 2019. Replacement p recommended. Upgrade to VFD. Pump station is well 9 Golden Gate Community Aged Well Pump. g p 2017/2018 maintained. Park Replacement maintenance. recommended. Pump station is well 10 Freedom Park Aged piping. New Jockey, No recent maintained. Pump motor dated 1990. upgrades. Upgrade recommended. Aged. One motor replaced Pump station is well 11 East Naples Community One Motor dated 2002. 2018. maintained. Park Upgrade Corroded piping. No apparent upgrades. Recommended. Notes: 1. Hoover reports replacement date in 2019. Replacement not reflected in Appendix B. 2. Field observations completed August 12, 2019. C412/ * A subsidiary of JACOBS 51 P a g e Irrigation Pumping Systems Evaluation � Coilier County 4. Budget Estimates - Pump Station Alternatives and Upgrades Currently, the majority of infrastructure at Parks is manufactured by Hoover. A comparison was performed with two alternative irrigation pump station suppliers, Irrigation Craft, Inc. and Naples Electric Motor Works, Inc. which, for purposes of this technical memorandum, provided budget estimates for their comparable stock systems. The basis of budget estimates is provided in Appendix B. Each estimate included remote monitoring and control capabilities in addition to installation costs. Detailed budget estimates were obtained from each vendor. However, the prices provided were volunteered were not obtained through a formal request for quotes solicited by Parks. It is noted that the total amount quoted for replacement of all pump stations by Hoover, Irrigation Craft, Inc. and Naples Electric Motor Works, Inc. are within approximately six (6) percent of each other when compared on an equal basis*. Costs for annual service contracts were requested, but results were not included in this report due to the wide variance in scope, terms, and conditions. However, none of the responses included costs or conditions which would be considered outside industry standards. *See Conclusion Section 6 for Cost Comparison discussion. C412/M A subsidiary of JACOB 6 1 P a g e Irrigation Pumping Systems Evaluation Coilier County Table 3. Budget Estimates Naples Irrigation Electric •.Hoover C ft ReplacementName •..•: Motor Works 1 Eagle Lake Community $45,065.00 $53,160.20 $38,211.08 Note 1 2 Vineyards Community Park $57,180.00 $53,160.20 Note 2 Note 2 3 Conner Park $26,570.00 $28,835.00 $28,600.00 Note 1 4 Osceola Elementary $26,336.00 $38,047.60 $33,000.00 Note 1 School Ballfield Golden Gate 5 Community Center $30,282.00 $26,075.00 Note 3 Note 3 Annex Sabal Palm 6 Elementary School $46,511.00 $37,482.60 $37,000.00 $14,065.88 Athletic Fields North Naples 7 Regional Park $56,436.00 $55,237.60 $63,600.00 Note 1 Pump A North Naples 8 Regional Park $56,436.00 $54,592.60 $75,500.00 Note 1 Pump B 9 Golden Gate Community Park $38,717.00 $30,465.00 $37,500.00 Note 1 Gordon River Water 10 Quality $41,665.00 $37,197.60 $42,700.00 $12,100.00 Park/Freedom Community Park 11 East Naples $62,616.00 $80,945.20 $70,000.00 $6,000.00 Community Park Total Replacement $487,814.00 $495,198.60 $426,111.08 $308,576.96 Cost Notes: 1. Hoover recommends "Full Replacement", Upgrade budget price not provided. 2. Upgrade completed Sept 26, 2019, Full replacement not required. 3. Hoover reports replacement date in 2019. 4. Total Replacement costs include the 3 upgrade costs plus the 6 full replacement costs for pump stations. 5. Estimates exclude annual service contract. 6. Prices listed are "Budget Pricing" only. Actual bid prices may vary. C4124U A subsidiary of JACQBS 7 1 P a g e Irrigation Pumping Systems Evaluation � Coilier County 5. Irrigation Survey with Similar Municipalities A survey was prepared to request feedback from local Parks & Recreation municipalities of similar operation and level of instrumentation and controls to the Parks irrigation systems. Survey results demonstrate that other local systems are operated in a similar manner to Parks, with the exception that one that self -performs pump station maintenance and service. Four local park municipalities were contacted with a survey of ten questions using an online platform, SurveyMonkey. In an effort to receive participation in the survey, each municipality was contacted via phone prior to the survey release, which was sent via email. Each municipality was then contacted after the release for the option to take the survey via phone. The survey questions included which vendor and pump system the municipality used, their level of satisfaction with the system, and the horsepower and flow of their systems. The survey questions and responses are summarized in Table 4. Six surveys were sent out to the four municipalities. Two responded, the City of Bonita Springs and the City of Fort Myers. Respondents will be referenced as respondent A and B. Respondent A uses a contracted service to maintain their pump systems and did not identify which manufacturer the system used. They indicated 60% satisfaction on cost efficiency and their pump stations used an average of 10 horsepower. Although the municipality was contacted again to identify which manufacturer the system used, a response was not provided. Respondent B uses Rain Bird at most locations and Hoover at one location. The Rain Bird and Hoover systems were rated satisfactorily with no identified issues. The Rain Bird system is run on regular time clocks and their systems are maintained through self-service. The Rain Bird System pumps approximately 100 gallons per minute (GPM) at about 10 HP. The horsepower and flow rate of the Hoover system was not identified. Respondent C was hesitant to provide the information inquired in the survey and did not provide participation within the two -week survey release period. Generally, the irrigation system respondents are slightly smaller in size and have a fundamental level of controls with no remote monitoring. In comparison, Parks has an average pump horsepower size of 17 HP per pump compared to a 10 HP per pump for each of the respondents. The single issue identified was VFD faulting from over/under voltage in the municipality's power source. C412/ * A subsidiary of JACOBS 8 1 P a g e Irrigation Pumping Systems Evaluation Co e,r County Table 4. Survey Results with Local Municipalities Irrigation Pump System Survey LRespondent ID 1 What municipality are you with? Anonymous Anonymous N/R N/R 2 What pump system vendor(s) do you use? If K&B Pump Rain Bird with one combination, please specify. Hoover system 3 Are you satisfied with your pump system Very satisfied; Very satisfied; vendor? Recommend to others Recommend to others 4 Are you satisfied regarding your pump Somewhat satisfied Very Satisfied system's efficiency and cost-effectiveness? What issues or deficiencies do you Over/under voltage. 5 experience with your pump system? Please VFD's faulting due to No issues describe in detail. FPL inconsistencies How do you perform maintenance on your Contracted service: K&B Pump and Self-service irrigation system? Rodger's Landscaping If you answered 'contracted service' please 6 rate the following from 1-10. Response time of service 5 out of 10 N/A provider - days Level of satisfaction 8 out of 10 N/A 7 Length of Service Approx. 7 and 5 years N/A Pump Station Horsepower: A What is your lowest < 5 10 horsepower pump station? 8 B What is your highest 40 Unknown horsepower pump station? C What is your average 10 10 horsepower pump station? Pump station flow rate: A What is your lowest flow rate Unknown Unknown (GPM)? 9 B What your highest flow rate Unknown 100 (GPM)?is C What is your average flow rate Unknown 40-50 (GPM)? 10 What kind of control and monitoring system Local Regular time clocks do you use? Note: N/R = No Response Received. C412/ * A subsidiary of JACOBS 9 1 P a g e Irrigation Pumping Systems Evaluation Co e,r County 6. Conclusions Parks irrigation pump stations, although well monitored and maintained, are aging and will require significant upgrade or replacement, if expected to continue to provide a dependable and efficient service. The majority of the Parks' current infrastructure utilize Hoover systems. Hoover is a well-known, widely -used and reputable pumping system manufacturer. The current updated infrastructure uses Hoovers Flowguard software for remote monitoring and control, the larger systems use timers either locally or remotely and four (4) require site visits for monitoring. Hoover manufactures, installs and maintains (under a service contract) their own equipment. A comparable manufacturer to Hoover is Rain Bird. However, Rain Bird products (Pump Systems) may only be purchased through distributors. Any maintenance on Rain Bird products must be also contracted out through local irrigation contractors. Rain Bird utilizes a list of "Select Contractors," which are local contractors, independently owned and recommended by Rain Bird. Rain Bird provides literature and manuals on their products and refers to their Select Contractors for direct local support. Rain Bird offers several software systems for control and monitoring of the stations from either a computer or central control. Naples Electric Motor Works, Inc. provided quotes installing a similar (Berkeley Pumps) product (not Hoover products) with web based remote monitoring and email notifications. Irrigation Craft, Inc. provided quotes installing a similar (Gould's Pumps) product (not Hoover products) but detailed utilizing Rain Bird controllers. In comparison of cost estimates, the following results were determined: Note: *PS 2 and PS 5 costs were included in Table 3 for Naples Electric Motor Works Inc. and Irrigation Craft, Inc for information only. Logically, Parks would not replace the two (2) new Hoover Pump Systems (PS 2 and PS 5) just to maintain uniformity if a new pump system (not Hoover) was used for the remaining nine (9) pump stations. If the remaining nine pump stations were fully replaced, there is a cost differential of approximately 6.4% ($25,759.08) between the highest (Hoover) and lowest (Irrigation Craft) vendors. However, replacing nine of the eleven pump stations, with a vendor other than Hoover, would result a need for different control and monitoring systems. If only the six pump stations in need of complete replacement were replaced and the remaining three Hoover systems** upgraded (with Hoover components) then there is a cost savings of approximately 23% ($91,775.04). **PS 6, PS 10, and PS 11 were recommended for upgrade as opposed to full replacement which resulted in the potential savings. Note: It should be stated that "commonality" in pump station design, equipment, control, and monitoring systems facilities is ideal to provide spare parts stocking and uniformity with operation and maintenance. Due to the convenience and cost benefits for a municipality to have uniformity on pump station design, equipment, and control and monitoring at its facilities, it is ideal to utilize a manufacturer which provides a level of instrumentation, controls, and operation in alignment with the customers' needs. If there is uniformity on the infrastructure throughout a municipality, it can provide cost benefits through spare parts stocking and convenience for a facility's operation and maintenance through standard operating procedures for the monitoring and controlling systems. In analyzing Hoover's costs, Hoover offers competitive pricing compared with similar equipment, quality and pricing offered by other manufacturers within the current market. In addition, the upgrade/full replacement option from Hoover provides significant cost savings due to two pump stations' recent upgrades and a combined lower cost of the three additional recommended pump station upgrades, in comparison to replacement with a comparable product. C112iM A subsidiary of JACOBS 10 1 P a g e Irrigation Pumping Systems Evaluation Co e,r County 7. Recommendations The most efficient and lowest cost plan for Parks is to follow the recommended upgrades and replacements utilizing Hoover Pump Systems. When interviewed, Parks has indicated their satisfaction regarding monitoring, and level of service for responsiveness, to the systems with the current infrastructure controlled through Flowguard. It is recommended Parks proceed with the preparation of detailed bid documents for design, installation, and servicing of the six pump stations recommended for full replacement, significant upgrades for three pump stations, and incorporate the latest remote control and monitoring software, Flowguard 3. This will eliminate the wide variance among the various pump stations regarding age, upgrades, operational efficiencies, and communication capabilities. It will allow for staff to focus their attention on other activities and provide convenience to staff with a uniform service of operation and controls for their pumping systems. It will allow for a continued dependable and efficient service throughout the County parks and benefit in energy efficient savings with the upgraded systems. END C412/M A subsidiary of JACOB 11 1 P a g e Appendix A Pump Stations - Summary and Photographs Eagle Lake Community Park Irrigation Pump Station_ ML 4 } i it F ' flp i Y33 . JL Irrigation Water Sup Reclaimed Water Reservoir l , mmmqmm"� -� �������� •_ice �.► {':-�/' '-. l �.1 '�' L 4�' .Y ��F: - lot ��• � . _��- ,�`� yr. ��;' 'i; : i r � Ire '<<j�•, , , - � �5• , t r 1 t l I i �R .h2J�rsx-'•-I YLIrrigation Pump Station ip Mobil - iz Alf P�;O j Jim Oak luau LL ' �r Irrigation �- Water ir arr.h ,lr • , , • iInogle Ey ' ± • I , A All °- Ik re, cc VYD --wow w-c- I Im . it a too bc[iool 8alitield irrigation ice,• Station 7j LE Irrigation Water • Appendix E- Golden Gate Community Center Google Earth Image 75 Sabal Palm Elementary School Google Earth Image A Man. - NA 75 f .ip A "P;p pow • r � lore w ID x . 4 e 4 dM w M1 Golden Gate Community Park Irriaation Pump Station 4 F Irrigationpp Groundwater Well": +. '. Groxj4 EeFth j . 75 Freedom Community Park Google Earth Image 75 i 171 60 L7 iity Park Ab N co 71 ow-47-: 1 75 Appendix B Basis of Budget Estimates Scope: Collier County Parks and Recreation Irrigation Pump System Replacement: Provide separate costs for: a. Pump Station with electronics, b. Suction piping and intake screen, and c. Annual Service Contract cost. Provide budget quotes for the following Irrigation Pump Stations: Common Features: 1. Include a VFD for 10 HP and greater pump systems. 2. Include Jockey pump where required to meet low flow levels and if required to prevent water hammer issues on higher HP pump stations. 3. Where jockey pumps are identified at the specific pump station quote a 5-HP with duty point 55 gpm @ 200' TDH or a 10-HP with duty point at 100 gpm @ 200' TDH. 4. Include local power panel and wiring to Pump Station. 5. Premium efficiency motors, inverter duty, TEFC, 5-year warranty, suitable for outdoor use, include motor heaters, non -reversing, max noise level < 90 dBA at 3 ft from motor, thermal protection with alarm signal, stainless steel nameplate and data plates. Meets industry electric standards. 6. All pump stations are mounted above ground and receive source water from one of surface water pond, lake, reclaimed water reservoir, groundwater well, or potable water line. 7. Fiberglass lockable vented (with bug screens) enclosure (painted dark green). 8. Include new suction line piping (no seam pipe) and intake with fish friendly self-cleaning screen for surface water sources. For groundwater sources, connect to existing above ground well piping. 9. Each pump station will have local dedicated control system. 10. Start/Stop on receipt of signal from multiple Rain Bird timers, (Note: there are multiple irrigation loops per pump station). 11. Monitor and transmit flow, pressure, data, and alarms, (include provisions for County staff to view flows, pressures, start time, run time, VFD alarms, motor alarms, no flow protection and alarm, loss of prime protection and alarm, and historical data on a "Cloud" based system. 12. Remove existing equipment and dispose. 13. Restore landscaping. 14. Install equipment on existing concrete pad, (include additional cost if the pad must be modified). 15. Include annual service contract pricing and details. 16. Include standard specification with budget quote. PUMP STATION I13#2678 - Eagle Lakes Community Location Address 11565 Tamiami Trail E, Naples, FL 34113 Hoover System Model Number HC2F-20J5P0-480/3-ASML-E Min Flow Rate, GPM 5 Max Flow Rate, GPM 600 Loop Operating Pressure, psig 70 System Pumps and Jockey, HP 20HP Water Source RW Reservoir Pad Dimension, ft-inches 10 x 6 VFD Yes Remote Monitoring Internet to Hoover Intake Screen Submerged fish friendly self-cleaning screen Suction Connection, Inches 6 Discharge Connection, Inches 6 Comments No Jockey Pump PUMP STATION ID#2704 - Vineyards Community Park Location Address 6231 Arbor Blvd W, Naples, FL 34119 Hoover System Model Number HC2F-20J5P0-460/3-AML Min Flow Rate, GPM 220 Max Flow Rate, GPM 600 Loop Operating Pressure, psig 70 System Pumps and Jockey, HP Qty 2 20HP - Jockey 5HP Water Source RW Reservoir Pad Dimension, ft-inches 10 x 7 VFD No Remote Monitoring None Intake Screen Submerged fish friendly self-cleaning screen Suction Connection, Inches 6 Discharge Connection, Inches 10 Comments Approx 15 years old PUMP STATION ID#3316 - Conner Park Location Address Bluebill Avenue & Gulfshore Drive, Naples, FL, 34108 Hoover System Model Number HCF-SPO-230/1-AMY Min Flow Rate, GPM 60 Max Flow Rate, GPM 125 Loop Operating Pressure, psig 60 System Pumps and Jockey, HP 10 HP Water Source Potable Water Pad Dimension, ft-inches 4 x 4-8 VFD No Remote Monitoring None Intake Screen NR Suction Connection, Inches 4 Discharge Connection, Inches 4 Comments Booster Pump, Verify HP No Jockey PUMP STATION ID#3682 - Osceola Elementary School Ballfield Location Address 5770 Osceola Trail, Naples, FL 34109 Hoover System Model Number HCF-7 .5P0-460/3-ML-E40 Min Flow Rate, GPM 79 Max Flow Rate, GPM 200 Loop Operating Pressure, psig 70 System Pumps and Jockey, HP 7HP Water Source Pond Pad Dimension, ft-inches 4 x 4-8 VFD No Remote Monitoring None Intake Screen Submerged fish friendly self-cleaning screen Suction Connection, Inches 3 Discharge Connection, Inches 3 Comments Verify HP,No Jockey PUMP STATION ID#3948 - Golden Gate Community Center Annex Location Address 4701 Golden Gate Pkwy, Naples, FL 34116 Hoover System Model Number HSF-20P0-208/3-AMW-E12 Min Flow Rate, GPM 50 Max Flow Rate, GPM 300 Loop Operating Pressure, psig 70 System Pumps and Jockey, HP 20HP -No Jockey Water Source Groundwater Pad Dimension, ft-inches 4-6 x 4-6 VFD Yes Remote Monitoring Internet to Hoover Intake Screen NR Suction Connection, Inches 4 Discharge Connection, Inches 4 Comments New Pump Station, No action required PUMP STATION ID#4251 - Sabal Palm Elementary School Athletic Fields Location Address 4095 18th Ave NE, Naples, FL 34120 Hoover System Model Number HCF-20J5PO-460/3-AOML-E24-Z Min Flow Rate, GPM 5 Max Flow Rate, GPM 320 Loop Operating Pressure, psig 70 System Pumps and Jockey, HP 20HP Water Source Pond Pad Dimension, ft-inches 10 x 6 VFD Yes Remote Monitoring None Intake Screen Submerged fish friendly self-cleaning screen Suction Connection, Inches 6 Discharge Connection, Inches 4 Comments No Jockey pump installed, Self-cleaning screen missing. VFD and Motor dated May 2017 PUMP STATION ID#4933 - North Collier Regional Park Pump A, PUMP STATION ID#4935 - North Collier Regional Park Pump B Location Address 15000 Livingston Road Naples, FL 34109 Note: Lead/Lag control configuration Hoover System Model Number HC2F-30J1 OPOV-460/3-MOSL-Z HC2F-30J1 OPOV-208/3-MOSL Min Flow Rate, GPM 30 40 Max Flow Rate, GPM 400 400 Loop Operating Pressure, psig 70 70 System Pumps and Jockey, HP 30HP -Jockey 10 HP 30HP - Jockey10 HP Water Source RW Reservoir RW Reservoir Pad Dimension, ft-inches 8 x 16 8 x 16 VFD Yes Yes Remote Monitoring Internet to Hoover Internet to Hoover Intake Screen Submerged fish friendly self- cleaning screen Submerged fish friendly self- cleaning screen Suction Connection, Inches 6 6 Discharge Connection, Inches 8 8 Comments Lead System Aged approx 20 years Verify age of VFD and 30 HP motors and pumps Lag System (does not alternate) Aged approx 20 years Verify age of VFD and 30 HP motors and pumps PUMP STATION ID#6171 - Golden Gate Community Park Location Address 3300 Santa Barbara Blvd, Naples, FL 34116 Hoover System Model Number HSF-40POV-460/3-MR2W-Z Min Flow Rate, GPM 200 Max Flow Rate, GPM 600 Loop Operating Pressure, psig 70 System Pumps and Jockey, HP 40HP - No Jockey Water Source Groundwater Pad Dimension, ft-inches lox 10 VFD Yes Remote Monitoring Internet to Hoover Intake Screen NR Suction Connection, Inches 6 Discharge Connection, Inches 6 Comments New VFD, (approx. 1.5 years old), Old Pump PUMP STATION ID#6440 - Freedom Community Park Location Address 1515 Golden Gate Pkwy. Naples FL 34105 Hoover System Model Number HCF-15J5130-208/3-AMSR21- Min Flow Rate, GPM 5 Max Flow Rate, GPM 270 Loop Operating Pressure, psig 70 System Pumps and Jockey, HP 15HP - 5 HP Jockey Water Source Lake Pad Dimension, ft-inches lox 10 VFD No Remote Monitoring Internet to Hoover Intake Screen Submerged fish friendly self- cleaning screen Suction Connection, Inches 3 Discharge Connection, Inches 3 Comments PUMP STATION ID#6720 - East Naples Community Park Location Address 3500 Thomasson Dr, Naples, FL 34112 Hoover System Model Number HC2F-30J5P0-460/3-AFM R2L Min Flow Rate, GPM 5 Max Flow Rate, GPM 900 Loop Operating Pressure, psig 70 System Pumps and Jockey, HP 30HP - 5HP Jockey Water Source Lake Pad Dimension, ft-inches 10 x 10 VFD No Remote Monitoring Internet to Hoover Intake Screen Submerged fish friendly self- cleaning screen Suction Connection, Inches 4 Discharge Connection, Inches 4 Comments 6" pipe from Lake