Loading...
Backup Documents 02/09/2021 Item #16C3 (TriNova, Inc.) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURI 6 C 3 Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management LC, zighi 2. County Attorney Office County Attorney Office ePr A I ` �1 4. BCC Office Board of County Commissioners 4. Minutes and Records Clerk of Court's Office P<C 'ta-Pal lrm8p% -- 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Jessica Suarez/PURCHASING Contact Information 239-252-8407 Contact/Department Agenda Date Item was February 9th,2021 Agenda Item Number 16.C.3 Approved by the BCC Type of Document AGREEMENT Number of Original 1 Attached Documents Attached PO number or account N/A 20-7750 TRINOVA, INC number if document is TRINOVA, INC to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be JS signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the JS document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's JS signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 02/09/2021 and all changes made during N/A is not the meeting have been incorporated in the attached document. The County n an option for Attorney's Office has reviewed the changes,if applicable. - this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the 4 • an option for Chairman's signature. " 1 E 1�iis line. F ; 09 2021 Risk Management 16C3 Ann P. Jennejohn From: Ann P. Jennejohn Sent: Monday, February 15, 2021 8:46 AM To: SuarezJessica Subject: Item #16C3 Contracts(s) (2-9-21 BCC Meeting) Hi Jessica, The Contracts associate with Item #16C3 (#20-7750) w/Universal Controls Instrument Service Company, Rocha Controls and TriNova, Inc., have beevt processed and are available opt the Clerk's website. Thank you! Ann ✓enneJotin 13MR Senior Deputy Clerk 11 rtT{YK.,�r Clerk to the Value Adjustment Board .4` F% Office: 239-252-8406 Fax: 239-252-8408 (if applicable) Ano..JemnejoInvi@CollierClerk.com `1 Office of the Clerk of the Circuit Court ',"K'n t & Comptroller of Collier County 32qq Tamiami Trail, Suite #4O1 Naples, FL 34112-5324 www.CollierClerk.coi 1 6 C 3 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT # 20-7750 for Instrument Calibration, Repair and Replacement Services THIS AGREEMENT, made and entered into on this I day of f bruar 20 2 , by and between TriNova, Inc. d authorized to do business in the State of Florida, whose business address is 2401 Drane Field Road, Lakeland, FL 33811 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ■ upon the date of Board approval I I on and terminating on three (3 ) 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 ❑D Purchase Order ❑Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of Request for Proposal (RFP) • Invitation to Bid (ITB) Other ( )# 20-7750 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. Ili The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) C�� 16C3 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 10 The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. 3.3 ❑ ❑ Other Exhibit/Attachment: . 3-4 The County reserves the right to specify in each Request .• of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 1.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): n ioot-the ir,k 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 Is-authorized. I. Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. n Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 0CAO 16C3 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 n : Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel Reimbursements shall be at the following rates: Mileage $0.44.5 per mile Breakfast $6 4:10 Lunch $11.00 l3inr er $19.00 Airfare slaeS-faize Rental--ear Lodging Aettial-cest-ef--lecigi-n-g-at--si444g4e-eesupaney-rate Par-kirIg Actual cost of parking Taxi or Airport Limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long distance charges, fax charges, photocopying charges and postage. Reimbursable undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 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: Page 3 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) S. 16C3 Company Name: TriNova, Inc. Address: 2401 Drane Field Road Lakeland, FL 33811 Authorized Agent: Robert V. Watson, President Attention Name & Title: Debra Kent, Service Operations Manager Telephone: 251-378-7837 E-Mail(s): Debra.Kenttrinovainc.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: Beth Johnssen Division Name: Wastewater Division Address: 4370 Mercantile Ave Naples, FL 34112 Administrative Agent/PM: Frank lnzano, Manager Telephone: 239-252-2597 E-Mail(s): Frank.Inzano(a�colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) CAO. 16C3 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. n Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. ❑■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16C3 D. n Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ 1,000,000 each claim and aggregate. € ❑gyber Liabilij Coverage shall have minimum limits of$ per claim. ❑ : Coverage shall have minimum limits of-$— per sla+1�- 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, 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. Page 6 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16C3 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 Wastewater 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 verbatim: Contractor's Proposal, Insurance Certificate(s), • Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFP/ ❑■ ITB/❑ Other #20-7750 , including Exhibits, Attachments and Addenda/Addendum, E subsequent quotes, and ❑ Other Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part 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 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 Page 7 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) C 16C3 located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) CAO 16C3 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 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 Page 9 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) S 16C3 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. UI 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 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 from 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 Page 10 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16C3 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. 34. Fe-that--6tpeteRtt • • ef ++red-seic e • e--as-pessibEe- The Contractor shall make commercially reasonable efforts to notify Collier-Ge ty-wit1444 e4aeerlelvt personnel. Page 11 of17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.I) �CAO 16C3 n 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. n ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. n ORnER-GF P-RE-GED€-NGE precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) CAO e 16C3 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. ❑■ 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 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) S 16C3 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: BOARD COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Courts & COLLIE C TY, FLORID Comptroller By: By: Burt L. Saun rs , Chairman OLZCitt,�.c (SEAL Dated: old L, Most a 'Goss to TriNova, Inc. Cont`rac4or's s: Contractor D BA a/L., B : Y Contractor's First Witnes n ,S,i9nt-e / / 04/3.7.4 LONU t f`n 1 c \"j TType/print signature and titleT TType/print witness name Contractor's Second Witness bra, Kn TType/print witness name v d as to Form and Legality: Item# County Attorney Agenda'„a I Print N me C Date Date al,a�a L Rec'd , . ' ANisrigh Deputy ler% Page 14 of 17 • Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) 16C3 Exhibit A Scope of Services n following this page (pages 1 through 4 ) E this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) S 16C3 ITB# 20-7750 Instrument Calibration, Repair and Replacement Services EXHIBIT A-SCOPE OF SERVICES This Contract seeks to establish Contractor(s)to provide instrument calibration(or revalidation),repair and replacement services for planned and urgent work. This contract is awarded on a Primary/Secondary basis per category basis. Should the Primary Contractor fail to respond or perform per the contract requirements,the County will engage the Secondary Contractor. The County reserves the right at any time to use other contractors for the services described by requesting additional quotes or bids from other vendors(per the Board's Procurement Ordinance). The Contractor and employees shall comply with all Occupational Safety and Health Administration (OSHA)safety standards, rules and regulations, as well as all applicable Federal, State and local laws and regulations. The Contractor will supply all required safety equipment and employees who have completed a training class conforming to OSHA Confined Space Standard 29 CFR 1910.146 for performing work in confined space areas where applicable. The Contractor and employees shall keep the work site area free of debris and trash. Line items for each category include the following: • A unit price for Calibration/Revalidation • A unit price for confined Space Entry Fee • Labor Rate for Normal Business Hours • Labor Rate for outside of Normal business Hours • Discount Rate off of List Price for replacement instrument purchases 1. Calibration/Revalidation Services The Contractor(s) shall be required to provide annual, biannual, monthly, weekly and as-needed instrument calibrations, to be performed per the manufacturer and industry specifications for the instruments that will be calibrated. The below table is provided herein as a reference and includes the quantity,category of instrument,and frequency of calibration required for the instruments. Quantities and categories are subject to change as the utility system evolves. The County will provide updated information to the Contractor as required. Calibration Frequency-total number per Category Line Item Category Annual As Needed Monthly Quarterly Semi-Annual Weekly Grand Total 1 Analyzer 30 6 20 20 12 15 103 2 Flow Meter 27 215 32 274 3 Level Control 7 16 23 4 Pressure 13 26 39 Grand Total 77 221 20 20 86 15 439 The Contractor shall submit its proposed calibration schedule to the County for approval. The Contractor shall ensure that a certified calibration technician performs the calibration services. The Contractor shall furnish proof of the technician's certification upon request of the County. Page 1 of 4 Exhibit A-Scope of Services e 16C3 The Contractor will submit, example(s) of their calibration form(s) for each of the four (4) categories of instruments as listed above. Calibration forms should meet or exceed State and Local requirements for validation. The Contractor shall report any instrument performance issues immediately to the appropriate County Representative. The report shall be in writing describing the issue and digital images shall be included to support the issue(where appropriate). The Contractor shall provide within fourteen(14)calendar days after the service,a calibration certificate with each calibration to include the following information: serial number, manufacturer, location and all valid National Institute of Standards and Technology(NIST)traceable documentation concerning the measurement and test equipment used in the instrument calibration. 1.(a)Price Methodology and Invoicing for Calibration/Revalidation Calibration and Revalidation will be performed for the Unit Price as listed on Exhibit B Fee Schedule. The Unit Price for Calibration/Revalidation will be inclusive of labor,materials parts,equipment,travel and all necessary resources needed and any required certification reports. A confined space entry fee may be added in addition to the Unit Price for calibration/revalidation services,(where appropriate). Invoice shall reference Purchase Order number, Facility, instrument location, category of the instrument and unit price (as referenced on Exhibit B-Fee Schedule),date the calibration/revalidation was completed. 2. Repairs and Replacement Installation Services The Contractor shall provide all labor,tools,material,travel, equipment and safety items for repairing and replacing the various types of instruments, including all requirements for confined spaces (where applicable). Repair and replacement services may include,but not be limited to,field repair,removal,pick-up and delivery,replacement,disassembly,loaner equipment,inspection, condition report, failure analysis, start-up and training, calibration or revalidation with factory approved certification documentation, including all test results and the associated Inspection and Reporting as listed below. Loaner Equipment specifications must be submitted with the quote and approved in writing by the appropriate County Representative. Inspection: Inspect and test for electrical, mechanical and physical defects to the instrument equipment, support structures, conduits, grounds, electrical panels, cabinet locks, paint condition, or any other issues that may affect the reliability of the equipment. Report: Determine cause of failure and provide written reports on findings including test results and measurement. Provide written repair quote using the price structure on the Bid Schedule. The quote shall include a written recommendation with appropriate justification on whether to repair or replace the equipment to the County Representative. The Contractor shall supply the County all manufacturers documentation related to installation, maintenance, programming, instrument specifications, testing and OEM certifications as well as new calibration certificates within five (5) days after installation. Start-up and training shall be provided after the initial inspection,when requested by the County. Repairs and replacements shall be commence after receipt of an approved Purchase Order from the County. Repairs are to be completed within the time outlined below in Section 3 (Response Time)unless an appropriate County Representative approves an extension of time. The repair time extension approval must be in writing, signed and dated by the appropriate County Representative and a copy of this signed and dated approval should be submitted with the invoice. The Contractor shall install new components that meet or exceed OEM specifications,when required. Recalibrations or revalidations shall be performed,and the results provided to the County within five(5)business days after each repair or replacement. Page 2 of 4 Exhibit A-Scope of Services 16C3 2(a)Price Methodology and Invoicing for Repairs and Replacement Repairs and replacement work shall be quoted per the pricing structure on the Bid Schedule. Miscellaneous parts and supplies may be included on the quote. Markup for miscellaneous parts and supplies shall not exceed 15%. Copies of purchase receipts for individual items exceeding$100.00 must accompany the Contractor's invoice submitted to the County for payment. Proof of list price of the new Instrument must be provided at invoicing. The invoice shall clearly reflect the discount off of list price value of the new instruments. A confined space entry fee may be added to the quote for repairs and replacements,(where appropriate). Markup shall be limited to 10%for subcontractor fees.Subcontractor fees must be in accordance with the Bid Schedule or lower. A copy of the subcontractor quote or invoice must accompany the Contractor's invoice submitted to the County for payment. Invoice shall reference Purchase Order number, Facility, instrument location, category of the instrument (as listed on the Bid Schedule). The date of completion and whether the service was for a repair and/or replacement instrument(s). If the work was requested as an Urgent,this should be noted on the invoice. The invoice should clearly show costs as well as total hours multiplied by the hourly rate as listed on Exhibit B-Fee Schedule of this Agreement. Documentation supporting the invoice charges such as receipts/ subcontractor invoices or quotes, proof of list price, County signed and dated approvals for Urgent work shall be attached to the invoice. 3. Response Time: Normal business hours: Monday-Friday,7:00am-5:OOpm,except for County observed holidays. Non-Urgent(during normal business hours) • Contractor shall respond via phone call and/or email within two (2) hours after the request from the County has been sent. • Inspection and written repair estimate/quote report shall be provided to the County within three (3)business days after the initial request from the County was sent. • Repairs shall be completed within three (3) business days after the issuance of an approved Purchase Order unless additional time is approved in writing by the requesting County Representative. Urgent(outside of normal business hours) • The Contractor(s) shall provide an Urgent phone number to the County. The Contractor(s) shall update the County if this phone number should change. A representative of the Contractor(s)shall be available to return Urgent calls 24 hours per day,365 days per year. • Contractor shall respond via phone call and/or email within thirty (30) minutes after the request from the County has been sent. • Inspection and written repair estimate report shall be provided to the County within twenty-four (24) hours after the request from the County was sent. A notation shall be made on the report clearly stating"Urgent"work. • Repairs shall be completed within twenty-four (24) hours after the issuance of an approved Purchase Order unless additional time is approved in writing by the requesting County Representative. 4. Warranty: The Contractor shall warranty all repairs /replacements performed by the Contractor, including material and workmanship, to operate within acceptable levels(as determined by the County)for a period of at least one(1)year from the date of the completed repair/replacement. Any repaired/replaced equipment by the Contractor which fails to operate accordingly for the duration of the warranty period shall be repaired or replaced by the Contractor without any additional cost to the County. The Contractor shall furnish,without cost to the County,all parts and labor necessary to complete a warranty repair. Page 3 of 4 Exhibit A-Scope of Services 16C3 5. Assignment of Work: The County will issue a Purchase Order(or blanket purchase order). No work shall be performed until the Contractor is in receipt of an approved Purchase Oder. A Purchase Order shall survive the Contract expiration to allow work to be completed. No new services will be requested after the expiration of the Contract. 6. Performance Measures: Time is of the essence. Any delay in performance, not approved in writing by an appropriate County Representative shall constitute a material breach of the contract. Page 4 of 4 Exhibit A-Scope of Services 16C3 Exhibit B Fee Schedule following this page (pages 1 through 1 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) C,9ol 16C3 ITB# 20-7750 INSTRUMENT CALIBRATION, REPAIR AND REPLACEMENT SERVICES EXHIBIT B-FEE SCHEDULE TriNova, Inc. Contractor is will serve as Secondary Contractor for category A& B CATEGORY A:ANALYZER Line Item Unit Price 1 Analyzer $ 145.00 2 Confined Space Entry Fee $ 500.00 Line Item Time&Material Rate 3 Repair and Replacement Labor Rate-Normal Business Hours $ 125.00 4 Repair and Replacement Labor Rate-Urgent $ 187.50 5 Discount off of List Price for new instrument purchases N/A CATEGORY B:FLOW METERS Line Item Unit Value 1 Flow Meters $ 125.00 2 Confined Space Entry Fee $ 500.00 Line Item Time&Material Rate 3 Repair and Replacement Labor Rate-Normal Business Hours $ 125.00 4 Repair and Replacement Labor Rate-Urgent $ 187.50 Unit Value Price is for Evaluation Purposes only 5 Discount off of List Price for new instrument purchases N/A CATEGORY C:LEVEL CONTROL Not Awarded CATEGORY D:Pressure Calibration Not Awarded Unit Price for calibration/revalidation will be inclusive of labor,materials parts,equipment,travel and all necessary resources needed and any required certification reports Markup for Subcontractor fees 10% Markup for miscellaneous parts and supplies 15% 16C3 Other Exhibit/Attachment Description: ❑ following this page (pages through ) n this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16C3 TRININC-01 JDEUPREE ACQRCP DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 12/19/2020 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 License#231432 CONTACT Joy Deupree NAMHub International Gulf South PHONE FAX 1141 Montlimar Drive (A/c,No,Ext):(251)602-9505 (A/C,No):(251)633-2822 Suite 2500 ADDRESS:Joy.deupree@hubinternational.com Mobile,AL 36609 INSURER(S)AFFORDING COVERAGE NAIC t/ INSURER A:Cincinnati Insurance Company 10677 INSURED INSURER B:Sentry Insurance a Mutual Company 24988 TriNova-Florida INSURER c:Evanston Insurance Company 35378 PO Box 190849 INSURER D: Mobile,AL 36619 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 1 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD IMM/DD/YYYYI IMM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR EPP0532473 6/9/2020 6/9/2021 DAMAGE TO RENTED 500,000 X PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENT.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: EMPLOYEE BENEFI $ 3,000,000 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) X ANY AUTO EBA0532473 6/9/2020 6/9/2021 BODILY INJURY(Per person) $ OWNED SCHEDULED _AUTOS ONLY AUTOS BODILY BODILY INJURYp (Per accident) $ X HIREDT ONLY X AUUTOS ONLY (Per accdent)AMAGE A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE EPP0532473 6/9/2020 6/9/2021 AGGREGATE $ 10,000,000 DED X RETENTION$ 0 $ B WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY STATUTE ER Y/N 9053212001 1/1/2021 1/1/2022 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ FFICER/MEMBER EXCLUDED? N/A andatory m NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,U00 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Professional Liab CPLMOL103221 6/9/2020 6/9/2021 Per Claim/Aggregate 5,000,000 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 Collier County Board of County Commissioners,or Board of County Commissioners in Collier County,or Collier County Government or Collier County included as additional insured with respect to General Liability and Automobile Liability on a primary and non-contributory basis if and to the extent required by the written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier CountyBoard of CountyCommissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail East Naples,FL 34112 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD