Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 08_02/14/2019 , � • ,�,��• y�� ^',r� ,� ,. � Memorandum To: Honorable Mayor and Village Council Thru: James M. Weinand, Acting Village Manager From: Jay Wickham, Superintendent of Water Distribution and Storm Water Date: January 28, 2019 � Subject: US Water Piggyback Contract The attached agenda item addresses the need for a sub-contractor to install IPerl water meters in the Vilfage of Tequesta. The Village received approval from US Water to piggyback a contract they have in place with Dania Beach for water meter services. It is my recommendation to piggyback the contract with US Water Services to meet our goals in replacing the water meters. Replacing water meters will provide more accurate water usage for our state report and our customers. The estimated cost of this item is $26,450.18 and funding for this item is budgeted in the Water Distribution Department in the line item account number of 401-411 552.601, Meter, Valves, and Hydrants, having a balance of$182,321.96. On behalf of the Village Manager and staff, this agenda item is submitted for your review and consideration. Your approval will authorize the Village Manager to execute any agreements and authorize the purchase of this item. VILLAGE OF TEQUESTA CONTRACT FOR METER CHANGE OUT SERVICES THIS CONTRACT FOR METER CHANGE OUT SERVICES is entered into and effective this day of January 2019,by and between the V I L L AG E O F T E Q U E S TA, a Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469-0273,organized and existing in accordance with the laws of the State of Florida,hereinafter "the Village"; and U.S. WATER SERVICES CORPORATION, a Florida corporation whose principal address is 4939 Cross Bayou Boulevard, New Port Richey, Florida 34652, hereinafter "the Contractor" and collectively with the Village,"the Parties". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby aclrnowledged by both Parties, hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Contract whereby the Contractor shall provide meter change out services for approximately 1,000 meters over a 4-month period. The Parties agree to enter into this Agreement and piggyback for these meter cha.nge out services at the rates described in the Contractors August 2,2016 Agreeinent with the City of Dania Beach,Florida awarded through Request for Qualifications No. #16-001,which was extended by the City of Dania Beach through August 2, 2019. Said contract, including the First Renewal, are hereby fully incorporated into this Agreement and is attached hereto as Exhibit "A". Authorization to piggyback on the contract and extension is hereby fully incorporated into this Agreement and is attached hereto as Exhibit"B". 2. COMPENSATION: In consideration for the above Scope of Services,pricing for meter change out services for approximately 1,000 meters shall be pursuant to the hourly rates provided in the Schedule of Service Fees in Exhibit"B"of the Agreement, as follows: • Field Technician -$55.00 per hour; and • Field Technician Supervisor- $59.06 per hour. the Contractor agrees that this Contract is not a contract for employment and that no relationship of employee—employer or principal—agent is or shall be created hereby,nor shall hereafter exist by reason of the performance of the services herein provided. 7. ATTORNEY'S FEES: In the event a dispute arises concerning this Contract,the prevailing party shall be awazded attamey's fees, including fees on appeal. 8. CHOICE OF LAW: VENUE: This Contract shall be governed and construed in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Contract. 9. AMENDMENTS & ASSIGNMENTS: This Contract, all Exhibits attached hereto, and required insurance certificates constitute the entire Contract between both parties; no modifications shall be made to this Contract unless in writing, agreed to by both parties, and attached hereto as an addendum to this Contract. The Contractor shall not transfer or assign the provision of goods called for in this Contract without prior written consent of the Village. 10. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take swom statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect,deter,prevent,and eradicate fraud,waste,mismanagement,misconduct, and abuses. 11. PUBLIC RECORDS: In accordance with Sec. 119.0701, Florida Statutes, the Cvntractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records, the Contractor must provide the Village Page 3 of 5 with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Flor-ida Statutes. A Contractor who fails to provide the public records to the Village,or fails to make them available for inspection or copying,within a reasonable time may be subject to attorney's fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Flor�ida Stati�tes. Further, the Contractor shall ensure that any exeinpt or confidential records associated with this Agreement or associated with the perfornlance of the work described in the Proposal or Bid are not disclosed except as authorized by law for the dliration of the Agreement term, and following completion of the Agreement if the Contractor does not transfer the records to the Village. Finally, upon completion of the Agreement, the Conhactor shall transfer, at no cost to the Village,all public records in possession of the Contractor, or keep and niaintain public records required by the Village. If the Contractor transfers all public records to the Village upon completion of the Agreement, 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 Agreement,the Contracto"r shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village,upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. 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 AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT Imcwilliams(a�tequesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. Page 4 of 5 IN WITNESS WHEREOF,the parties hereto have executed this Contract on the date and year first above written. WITNESSES: U.S. WATER SERVICES CORPO � ATION , -� , ��' �- ) � � 1� , , i i ,� �/� ,�,, .�— ` � � � I � � �� (l- �L � By: Ed Mitchell, Senior VP, GM and Secretary On: January��,2019 (Corporate Seai; VII.,LAGE OF TEQUESTA ATTEST: By: Abigail Brennan,Mayor On: January_,2019 (Seal) Lori McWilliams, MMC Village Clerk Page 5 of 5 EX. A. � � � � . ��Q�P�D�s�r;�;rc�� ��" r ��) • � �. -�: � (��/rG�.�/ _- -_ _ �I.��IDA .y , caRP4ttA'i�� ��- June 29, 2�17 U.S. Water Set�vices Corparatian Attn: Mr. Carl SmiYh,Vice President 493�Cross Bayou Boulevard Ne�v Port Riehey,FL 34657 E2�: Fii�st Renewal af Agreement between the City aF Dania Beach and U.S. Water Services CoiporaEion far Utility Elnrntd! Meter Iteading Services Dea�-Mr. Smikh: �n�ia��d I'or yaur f les is a fully e�ecuted origit�l af th� above-referenc�d agreement, If you have any questions r�garding this agr�me:nd. plelse contact 1Vicki SatterfLeld, Fina�ace Direetor,at(954)924-6800, Ext. 3609. Sinc�rely, , 5��.-�:� 'L•r....�-�.C�-C "��-�______ Tom Schneider,Ct�iC Deputy City Clerk Gnclasure cc: Nicki Satterfield, Finance Direetor "Broward's First City" lQ0 VL`es�Da�uu 6e�h B��ulet-ard,Dartia Sr-.tcl�,Flnri�la i:�i)(i�! • Phan�e; 95�4-�3�-68�J1J e wutie�.daniabcaclifLgrn� -'}F v , �� i '•r' ! FIItST RENEWAL OF AGREEMENT$�T'WEEN THE CITY O�'D4#NIA,SEACH,FLORIDA, .4Nn U.S.WATER SERVICES coRPORA'��OIY Tlus is a First RenewaL of an Agreement {the "R�newal"}, which �lgreem�nt dated Au�ust 2, 2016 (t}�,e "A�reement"), exists between the City of Dania Beach, Fiarida, a Florida municipal corporatian (the "City") and U.S. Wa�ter Services Corparation, a Florida corporation (the "Contracta�•"} w-ith its principal place af buszness located at 4939 Cross Bayau Boulevard, New Port Riehey, �'lnrida 34652, for water met,er readi�ng services, A capy of the existing Agre�tnent is attached as Exhibit `°A", whieh is made a part af and incorporated ic�to this Renewa� by this reference. The City and Contractt�r wish tv renew the Agreem�nt for two (2} years u�to and including August 2,2U14. In consideratian Qf the inutual covenants, terms and conditions contained in the Agreemen# and in this Renewal of it, and for other gaad and valuable cansideratiau, thc adequacy and receipt of which are ack.nowledged an,d agreed upon, the parties agree ta the follawing: l. That the Agreement is renewed and it shall remain in effect up to and including August 2,2019. 2. Tl�at the tenns and conditinns af the Agreement will remain the same throughout the term af this Renewal a�'it. 3. The fees associated with this two(2)year renewa,l are shown in the attached E�chibit `°B"wluch is made a part af and incorporated into this Renewal by this reference. 4. That in all ot�►er respects, the Agreement is ratified and reaffrmed a�id remains in fult farce and effect, IN WITNESS �F THE FUREGOING, the parties ha�e executed this Renewal an .�U.�« a� 2Ul 7. � CI'I'Y: ��'S F.�r ATTEST: �' CITY�F DAIVIA BEACH,FLORIDA, � Florida municipal car�oratian , �-� , � , �� �i�-� ���`�i� � �r� LOUTSE STILSON,CMC � OBERT SAL WIN CITY CLERK '�°� CTTY MAN�4GER APPROVED AS F AND C�RRECTNESS: �' ��I �A��`/�' • V fi- � ' 1 � , ;� �� � ! , Txa�s J. sa CITY ATTO � Y WITIV�ESSES: CONTRACTOR: U.S. Water 5etvices arparation,a Florida Corporation �� 1 �� Signat Si 'turaf � �t��r��� ��,' `�/t'��4.=..+ PRINT 1Viame PRINT N e ���• TITLE Signature �n� s�,.� PRINT Na�ne STAT'�Q�'FLdRIDA COUNTY aF 1 �'.��'-� BEFORE me a h..� c�,�� 2017,personally appeare�'�;��.,��L�C.�-�E;�,-z�-' as ���C�.��.�t' �af U.S. Water Services Corporation, a Florida corporation, who acl�awledged executian of the fore�oing Rene�uval of the Agreement for the use and purpases mentivned in it,and tliat the instnunent is the sole act and deed of t�e Cantra�ctar, 5uch p�ers4n is p�sonally known to me or has prQdueed s�� � . �,r1,a.,;��1,as identi#'ication. � �_ �� � �`l��_ a�� �,� ARY PUBLIG � State af Flarida � �-�I� C��+2 a � '���� PR�NT Name of l�atar� My Commission Expires: ���.•.ri.•,�y�-�- ��°'b LOURDES�f,4RfA RAti1US ���a.1YCOM1�115S1QN�tFISHlu9 a E','�iRES:Ja'uery DS,'_UIQ Z Schedule A Scfiedule af Servite Fees Effective,4 ugust 2U17 Meter Reading 5ervices: Conduct Mleter Reading for the City of Dania Beach,Florida $1.17 per meter read Ffeld Servites Priced on a Per Event Basis(Residential/Small Commereial): a. Mass Turn off: $ 3.61 per event b. Mass Turn on: $ 3.61 per event c. Check Leak: $ 5.67 pe�eveM d. Meter Box Lid Replace: (5/8"-1"): $ 8.7b per event e. Meter Change out,Lid and Box Replace:5/8"—1"}: $12.88 per event f. Meter Change out:(5/8"—1"y: $ 8.76 per event g. Meter and Box/Lid:(5/8"—1"): $15.45 per event h. Srte E�aluation: $ 5.15 per event • Above Fleld Service Prltes in Sthedule A are only applicable between the City af bania Beach, Florida as it relates solely to the Meter Reading Contract and that the Ffeid Servites perFarmed will be by the USWSC staff member assigned to and in conjunction with perfarming mete� reading services as defined within the Corrtract. • Any Field services conducted by USWSC staff who are not assigned to this prajed or by staff �ssigned who aYe not turrently on-site within the Dania Beach system will be priced at the rates found in Schedule B. • Field Services are based on events being conducted du�ing the normal business haurs—Manday through Friday 7:30 am—S:UU pm, • "Mass"is defined as events are canducted during the normai course of"past due"shut offs/turns due to lack of p�yment by�ustomers. Utilities have scheduled"shut-off days"that are tonsistently performed each monthJquarter.Turn on/off canducted as a"one-off sltuation would be p�ced at the"site Evaluation"price per event. • Field Servioes assumes no m�terials/equipment/couplings or other materials needed in prdert tfl perform services provided k�y USWSC � labor Rates of 1.5 times the regular hourly rates presented will appty under the follaw'ing circumstances; '�*MantEay-Frfday from 4:OOpm to 7:OOam and Weekends at All Hours **Labor Rates of 2.Q tla»es the regular hourly rate will apply on holidays recognized hy USWSC. r' � AGREEM�IVT Tbis is an Agreement {"Agreement"} detad _ � �C u� � , 201b, between the City of Dania Beach, Florida, a Florida municipal oorporation (the "City'�, with its principsl place afbusiness Iocated at 104 West Dani�Hcacdi Bvuleva�d,Dania Beach,Flo�ida 334p4,and U.S. Wat�r Services Corporation., a Florida cc��poratian (the "Contractar"}, with its principai place of business located at 4939 GYoSs Bayou Boulevard,New Port Richey,Florida 34452. In oonsideratian of the mutual ter,ms, conditions,promises asid coveneats set forth in this Agreement, the suf&ciency and re,ceipt of whic� are ackaawledged and agreed upon, City and Conhactar agree as fvllows; ARTICLE LO � SERVICES AND RESPUNSIBILITIES 1.1 The Cantractor is to provide water meter reading services th�oughaut the City,as fiuther aescribed in the Schedule of Fee Services in Exl�bit"A",which is applicable far all work performed d�i.ng the days of regularly scheduled meter reads per billing cycle; a capy of the Exhi�it is attached and inca�porated into this A�eemeat by this re£�ce.The tecros"work"and "s�vices"may be used intcrchangeably in this Agreement but both terms refer to sezvices listed in Ex}kibit "A". The oost far sue� services sh$ll nat excaed Siaty Fiv� Tho��sand pollars ($65,44Q.Q0).The Sr,�edule of Scrvice Fees sUown for ser�iees pmvided on any day ather than those days meeting tt�e requirements dea�ribed in Exhibit "A„ are cantained ia Fxhibi� "B,,, a copy of which is alsa attached aad incorparated ia this Agreement by this reference. All documents pertaining to the Requ�st far P�noposals(RFP}area als�o incorpvrated by ti�is reference inbo this Agreeraent. 1.2 Contractor agrees to do e�erything rcquired hy tbis A,�e�nent and to camply with an►y and all other provisions in thc�acum�ts and items incoiporated by ieference into this Agreement. 1.3 Contractor agrees that all services performed under this Agreement shall 6c done in a professional maaner,and that the CflnlraGtor's effotts vti+iil produce quslity results. 1,4 Contractor represents to City with full knawledge that City is relyiug upon theso representations when entering intv this Agree9ment with Cantractar, and that Cootractar has thc a�pertise, cxpericnce and work farce sufficient to ti�mely perfarm the services to be pr�vided pursuant to the te��os af this Agreemeat,and the terms of the Request for Qualificatians("RFP") N�nber 16-{)Ul,and the Cantractar's r�sponse to the RFP,both af which are mede a part of and incorporated into this Agreement by these ceferences. 1.5 Contractar represents to City that ContracEar is properly lioensod by all applicable federai, stete and loeal agencies to provide the services specified vnder #bis A�ee�nent. If any of the Contractor's ficenses are revoked, suspended ar terminated for any reason by aay govemmeatal agency,Cantractor shall no�fy the City immediatety. 1.6 Coiztractor guarantees a(1 services a.nd shall immediately correct any defects or deficiencies which may appear upon written notificarion by the City. ARTICL,E Z.0 TERNFS COND�TIUNS 2.1 Contractar shali begin to perfarm the services foz the City upon the execution nf this Agre�ment by the parties. 2.2 The term of the Agreetr�ent wi�l be for a cme(1j year per�ad with the ophan to rencw for twa(2)additional two(2)year perivds upon mutu�l written agreanent of tbe parties. 2.3 [n the event the services are scheduled to end, the City shatl notify the Contractor at least siaGty(60} days in advance af its intent ta renew ar bo allow terminatian to occ�r. �hould t�e contract terminate, tfie Cantra+�tor shall continue the services if requeste� by the City for up to sixty {64} days to allow for services to begin with a ncw oon#ractor. The current Contractar will be reimbursed for the s�ces at the rate in effect w$en tftis transitionai periud ciause is invoked by t�►e C�ty. 2.4 This Agreement may be t�aninated by City if Candrad�ar fails to perfarm the required servioe�upon the City`s sale and reasanable approval,a�r City sends written notice of suy deficieney to Contractar and Can�racUor does aok cvr�ee svch deficiency wit�.in seven(7)days from the date of such natice. In such event, the Contractor ghall be paid compensQtian for completed services accepted by the City, if such scrvices meet the City's sole and re�onable �pp�nval, whi�h appra�at will not be unrea�onahly withheld. In the evec�t that tha Contra�tor abarpdons any re�quired services spacified �.n tlus Agree;nen�t or cause�s jt to be termin�, Canhactor shall indemnify the Ciky against any loss pertaining to it� abandonme�nt up ta a maxim:urn of t}�e amount to be paid under this Agreement. ALl documeats an�d reports p�egered by Contractor sbal� become the praperty of City, and such documen#s shall be delivered by Con�or to G�ty befare payment,if any,is made to Cantrsct�r hy City. 2.5 Terminatidn of e�ment far C.�n� 'ence. It is expressly understaad and agreed upon that the City may bexminate this Agreement at any time, fQr any reasoq or for�a reasan at a11,by givir�g the Cantractar notice by certified mail,retum receipt requested,d'uected to the principal office of the C�ntractor,thirty(34)days in advance af the terminatian dabe, In the event th,at the Agreement is terminated pursuam to tbis provision, the Contractor shall be entided to be compensate�d far We services rc�vdered from the effective date af execution of the Agraemeat up ta the date of reocipt of thc Notice af ternnivation. Such carn}�ensatioa shall be based an the�ercentage of se�vices oampleted,as fairly and reasanably detenmined by City a#t�r conferring with Cou�ractor. ARTICLE 3.0 COMPENSATIQN AND METHOD F P 3.1 The Cantractor w�ill be compensated on a monthly basis. 3.2 Paym�t will be made to Cflatractor at: 2 U.S.Water Services Corpvration Attn:Mr.+Carl Smith,Vice Presidcnt 4939 Cross Bayau Boulevard New Port Richey,�lorida 34652 A�T�CLL A.0 cH.�rrcEs nv scorE oF wou� 4.1 Gity or Cantrac#or may requ�st �hanges that increase, decreaee ar othe�rwise modify the acrvices, as described in this Agreement. These changes may affect the oompensation, and, if so, they must be desc�n'bed i� a wriiten amendment of this Agre�ment, execut�ed by�e parties,prior to any de+riatian�rom t�e teans af this Agreeinenk In no eveut v„i11 Can�actor deviate nr pennit deviation from the ser�ices descri6ed itt tEiis Agree�nent without City*s advance wmitten cansent. ART��LE S.0 PRaTECTIo OF CITY'S PR(3PERTY 5.1 At al� times during the perfor�nance of tE�is Agreement, the Contractor shall protect the Cit3'„s propert}'and the prapezty of othets from all damage whatsoevear au avcount af Caafiractor's performaace of the required services. ARTICLE 6.0 INDEI CA'I'YON b.l Thc Coxttract�r shal�,in additiaa ts twy other obligation to inde�ify thc City and to the fullest cxtent permitted by law, protect, defi�nd, indemnify and hold harmless the City, ineluding its agents, etected officials anc� employees from and against all clsims, actians, iiabilitie$, lasse�(inctuding econonnie losses},or coats arising out of any actual vr aliegect: {a} bodily injury, sickness, disease or death, or injury tfl ar destrocti�n of tangible praperty incliiding tfie Ioss of it�use resulting fram, ar any other demage or loss arising out af or resulting or claimed tn have resuited in, whale ar ira part, du� to the negligence o€the Can�ractor ar its eu6aantractara, anyone directly ar indirectly en�lnyed by any of them,or anyane for whase acts any of th.cm may be liable in the perfarmance of the services; @) any violation of law, statut�, ordinano� guv�emdnenta� adrrainish�tive order, rule, regulation, or infringeine�rt of patent, copyright ar �ademark righ�s by Cantractor vr its subcantcactors in the performance of the services, 3 ARTICLE 7,4 nvsux�►r�cE 7.1 The Caatractnr sha�I not commcnce Work under ti�e Agreem�t u�il Cantraetor has obtained alt ins�rance required under this Ariicle,and acat ur�til such tirne cbat the coverag�es are appr�ved by the Risk Ma�ag�r flf tlYe City, The Cantractar skMall nat allow any employee af Contractar or any Subcontractor to commcnce QVorlc on any subcQatract until the SubQontractor and all CoverQges requnred of any Snbcontractor have been obtained and approved by the Ris�e Manager of the Gity� In addition,Contractor sl�sil be responsible for any and a11 policy deduc�ibles and seFf insured retentusns. Tixe tollawing are rcquirements that must be met re�ard�g �6e Contractor's dell�cry of Ger�tcates of Ia�urance for aH coverages required in t,hhe Ag�rreement: 7.2 Official CertfBcates of Insurance must be delivered to the C'ity C�erk's office and Rislc Maxia�er of the City. 7.3 A]l Certifrcates af Ynsvramce must cIeaziy identify the oantract to which they peitain, including a brief desGriptio�of tbe sub�ect matter af the cont�act. The cetfificates shall contain a pmvisian t.hat cove,raage afforded under the policies will n�t be canceled until at least thirty (30) d.ays' priar writte�notico has b�aen given to City. If this coverage is not p�cavided, then Coniractor is responsible for such notice to City. Insurance palicies for required coverages shall be issued by aompaaies authorized ta da busi.ness und�r the iaws af the State of Florida and any such ccrmpa�ies' financial ratings must be no less than A-VTI in the latest editior� of khe "BEST'S KSY R.A,TING GCTII3E", pul�lished by A.M. Best C�uide. In t6e 4went tE�a.t the insurance csrrier's rating shall drop, Ehe insuraace earrier shali immediately notify the City in writing. 7.4 Coverag�s shsll be in Eorce until all work requ�od to be pGrfozme� u�der the bcrms of the Agree�n,eat,including aay applicable warranty p�rrio�l,is satisfactorily cample!t+�d as evid�nced by the farmal wri[� ac�eptauce by the City, in the event insuran.ve er.rtifieates prov�ided to City indicate t1�tt the i�ranc� shalt tenminate and lapse during t�e period af the Agreement, inaluding any applieable warranty periad, tlien in ti�at evenk, the Contractar shall fumish, at least thirty (30} days prior tn the expiratian of the date of such insuranea, a re�ewed Certificate of I�surance as praaf that egual and 1ilte coverages fos the balance nf the period of the A�eernent, including any extension o£it, and including a�y applicable warranty period, is in et�ect. TSE C�M`�tACTOR AND ANY SUBCONTRACTOR (TF �+1PP�OVED IN ADYANCE IN W�tI'1'�TG SY THE CITY} SHALL IYOT PERFORM OR CONTINUE �'VURI�PURSUAAIT TU THE AGREEN�NT,UNLESS ALL COVERAGES ItEMAIN 1N F'YJLL FQRCE A,ND EFFECT. ANY bELAY IN THE WdRK CAUSEIf BY A LAPS��N CUVERAGE SHALL BE NUN-EXCUSABLE�, SHALL NOT BE GRUUNDS P'QR A T�ME LXTENSION, ANll WILL BE STJBJECT Td ANY OTgER APPY,ICABLE PROVISIONS D�SCRISED IN TY� AGREEMENT OR ELSEW HEERE IN THE RFP DdCUMENT�CI]NCERIYING COI+ITRACT08 pELAY. 4 ays�vcE�ou��NTs 7.5 The be[aw caverages are miaimum lirnit requirements. Utnbrella ar �xcess Liability policies are acceptable ta provi�e the total required liability limits,as lang as the Rislc Manager of the City revie�+s a�d approves in writing the insurance timits on each of the policies. The Ciry must approve any cl�anges te these specifications and lyas the rigttt to r�eview and a�aend cnverage requiremen�s. The Contractar shBt! be held responsfble f�r any ixwdificateon�, deviations,ar orr,isszons in theso itrsurance zequiremcnts. ContractQr shall be respansible for any deduct�ble amounts. '1.6 GENERAI�LIABILI'TY IN3URANCE is to include badily in,}ury, broad form P�P�Y d��. 1�'��t��ampl,eted ope.rations, htanket a3Atra.ctaal lia�ility, and persoual injury with limits o#`no less than One Million Dollars{$1,040,QOO.Op} per o�eeurrence, and Twa Million Dollars($2,(14Q,OOpA4)awn�ual aggregate. St'ECIAI.PRQV�SIQNS A$TO GENERAL LIABYLITY AYS[TRANCE: (ta be co�ou or attsched ta the Off�rial Cert�cate of Insurance) � Anntla.l A�gregate shall apply"F'er Job"; � "The City of Daaia Beach,Florida"is named as"Additianal Insur�d"; • Adciitianal Insurod skatus is i.meludad£ar Products oompl�ed a�erations cawerage far a geriod of c�o�ess than�ve{5)yesrs fauowing tt�e ctympl�tiun of the Wo�'k ar Project; � ' Adciitional insure� co�erage shall be no more reskrictive than Insurancc Services Offioe(ISD}form CG 2037(07 04); � Contractar's insurance shall be primary and non-caatributory; • 30 Days' ]Votice af Csncellatian ar modification ta� City(if not available an the ins�rance poiicies,tl�cn Contractar has responsibility for notificativn};an.d • Capy vf Additional Insurerl�ndarsement ar ather endorsemen�s�nay bc attached ta t�,e Certificate. 7.7 VVOR�ERS' CO PE SATION AND EMFLOYLR'SLIASILTTY INSURAATC„� shall be maintained by Contrsctor and any appravtd Subcoc�tractors during the temi(s)of t�e Agreement,or any reaewal or ext�nnsion pariod af it,and it is to apply ta a�l"statutory employees"of the Gon�ractar(as that ghra�e is defu�ed by Chapter 44p, Florida 5tatutes},i.n compliance cvith the Workers' Compeasation Law af khe St$te vf Flarida and all applicabi�federa�laws,far the benef t of the Cvatracbor,its am,ployecs, and Subcc►ntractars. Iu the case suy services are subcontracted as othezwise addressed in the Agr�ement or RFP ducuments, the GQn#raetor shall requiro any Subccyntractnrs simi.iarly to provide Worlcera' �rnpensatian Insurancc fnr all of the latter's employe�s, in add'ation ta any eovecage afforded hy the Cantractor,by furuishing statutory limits Part A. Emplayer's Liability Part B sha11 be�rovided in an amount of no less than Five Hundred T)wusand Dollars (�500,000.00) per occuncence, and One Millinn L1a�lars ($1�004i000.4(�)a�usl�$�egate. � IN NO EVENT SHALL THE� �ON'TRACTUR BE PEttMI'1'T�D TO UTII.iZE IN T� PRO$ECUTIQN aF THE V�VORK, '['HE FQLLOWING: I) ANy E1VIpi,py�g� SUBCON'I'RACTOR UR SUSCON£RAC'I'OR EMPLOYEE WHO �,g II�MP'rEU UR P[TRPORTED TQ BE EXEMPT FRaM WpRKERS' COMPENSATrON Il�15URANCE CQVER.AGL; UR In AN7C EMPLUYLE,SUBCONTRACTOR UR SIIBCUNTRAC.'x'C�R EMPL�YEES R'H4 WII,L BE COVEIt�D BY AN EMPI,pyEE LEASING ARRAN�EMENT. 3PECIAL PRDVISIONS AS TO WORKL�RS'CO1I+IPENSATIUN IlVSURANCE; (tv be canfirmed ou ar attached to the Official Cer4ificate af Inaurance} � 30 Days'Motice vf Cancellatian or modificatian to City{if not available an th�e ins�tranoe poliaies,then Cantractor bas responsibility for no�i$cslion);and • Waivcr of 9ubrogatian in fa�or of the City. 7.8 AIITUMd�ILE LIASILITY IlYSUR,A,NCE shall be maintaiu�ed yv�th camhined single limits of na Iess than Twa Million Dollars ($2,UOO,QOO.OQ), tn inciude coverage for owne�,hired,and aon-awned�ehicles. SP'EGL�iL PROVISIU�tS AS TO AUT4MaBILE LIA,BILIT'Y INSURAIYCE: (to be�ontir�ed on ar�ttached to the OtHcial Cert[t�csbe of Insuarance) • i`T'he Ciry of Da�tia Beach,Ftar'rda'"is na�ned as an additionel"named"insvred"; • 30 Days'Notice af Cancellation or mo�ificatian to Gity(if nat available on tl�e insurancc policies,then Cont�acwr has responsibility for notification);aad • Waiver of Subrogat'ton in�favor of the City. I�Cantractor hires a subevntractor far any portion af any servioes and City a�c�watzce approval is secured, then suci� suhvantract�r shall prnvide Ceueral �.iability insuQan,c� with minimum limita of liability of One Million Do1.E�rs ($1,UOO,Oa0A0), subject to the Special Provisions above. AR'TICLE 8A IAiDEPENDENT CANTRAGTQR 8•1 'This Agreement dQes t�ot create an employee/employer relatianship be4ween tl�e parties. Gontract�r agrees Ehat it is not the City's employee for any purposes,includi�g but not �imitad to�tl�e application of the Fair Labor Standards Act, minimum wages' laws and overtime gayu�e�ts, Fed�ral Insuran,ce Cvritributi.on Act, the Sociai Secuxity Ac#, the Federal Unemployment Tax Act, the provisions af the Inkernal Reve,r�ue Code, t}�e �'lorida Workers' Campensatioa Aat,the Florida unemployment insurance law and an,y other law or reg�latian of any land. The Contractor shall retain sole and absalute discretion and exercise its judgment as to the marut�r a�d rAaans of cartytng aut Con�actor's acrivi�ies ana r�s1annsibitities tcrward oompletion of the s�crvioes. Adminis#rative procedures applicable to serviaes raddered uude�ttuis Agre�ment shali be thvse of Cor�actar,which polieies of Cantra�tot shall not canflick with City, H.U.D., or United States palicies, rules ar regulations relating to the use af Con�ractor's funds provided for in this Agreement. The Contractor agr�es that it is a separate and independent enterprise from the City, that it has full appottunity to �ind other busines�, that it t�as made its 6 own inve�tment in its busine�ss, �d t�at it will utilize a higt� �eve] af experiencc necessary to perfoan the services. 'This Agreement ahall not be construed as creating aay joint employment relationship between the Contractor aad the Gity and the City will not bt lisble for any obligation incurred by Contractar,includiag but not limited to,unpaid minimum wages,o�ertime premiums or badi. AI�1`ICLE 9.0 DEFAULT 4�AGREEMENT AND REMEDIES � 3.1 In cese of any def�ult by Contra�tor, the Gity shall notify the Contractar, in writing,of suGh default and direct Cantractor ta comply with all provisians of the Agreement, If Contract�r does not timeIy cure suci� default after notice is sent by City, City may deciare a default af this Agr��ment and ntiay notify the Contractor of such �eclaration of default, in writiug,and terminate the Agr�emeu�. ARTICLE 1b.0 SANK.�TCY 1�.1 It is agreed that if�lie Contractor is adjudged baniQupt, either voluntarily or involuntarily, then this Agreement shall tera�iaate effective on the dats and at the time the baukrvgtcy pe�titian ia filed, atid Contracbor wiil automatic�Sly be in default of this Agreemea�t and the provisions o€Article 9 will be enforced at City's disaretinn. AItTIGZE 11.0 DISP�3TE RESULUTION 11.1 Venue; Fces. Afl elaims, oount�laims, disputes and other matters in question between City and Cantractar ari�sing out o� relating to or pertaining tu this Agreement, ar the breach of it,or t�e services of it,or tlte staadard of performance required in it,shall be addres�ed by resort to non-binding mediatian as aut�arized under tho l�ws�d rules of Florida; provided, however,t1�at in the evart of any dispute betvueen thc parkies,the parties agree to first nego�iate with each other fior a resolut�on of the m�tter or matters in dispute and, upon failure of s� negotiskions to resolve the dispute, the parties shall resort to mediatian. If inediatian is unsuccessful, aay such matter may be detcrmined by litigatian in a court of competent jurisdiciion in Sroward County, Florida, ar the Federal District Court of the Southern District af Florida aixi a}�propriate sppeIlate court9 €or such venue and jurisdictian. In any litigation, the parties a�ree to each waive any trial by jury of�ny and all issues. In the eveat of any litigation which arises aut of,pertains to, ar relates to this Agroement, the breach of it,or the standard of perfarmaace required in it, the prevaiiing party shall be enritied to recover reasonable attorney fees from the nfln-prevailing pazty. 11.2 Qp�erations During bispute. In the event thak a dispute, if any, arises be�vween the City and the Conhackor roiating to this Agreemeat, or its performance or compensatiou,the Contractar agrees to oontinue to render service in full complian�e with all terms and conditians af this Agreement as required by the City. 7 �I�F�E 12.0 Pi]BLYC RECORDS LAR' I2.I Cantractor agrees to keep anci maintain public records in CaAtractnr's passession or control in cannectian with Cvntractor's g�rfomoance under this Agreemen� Cant�act�or additionatly a�ees ta aamply specifically with t��e pravisions of Section 119.a701, Flarida Statutes, Cantractor s�al1 ensure that pablic reaards that are exe�npt or confidentie�anc� ex�mpt frnm public r�ords disclosune requirement�, are not disclosed, except as autharized by Iaw, far the duratian of the Agreemenk, and following completion af the Ag�eecmeat uatil ti�� records are trausfenred ta the City. 12.2 Upon request &om the Ciry custac�ian of public rec�rds, Cont�actor shall pr+nvide the Gyty with a cxrpy of tl�e requested recartils or allow the records ta be iasp�ected or copied within a reasoasble time at a oost thet does not exceed the cost pravid�d by Chapta 1 I9,Florida St�tutes,or as vt�ietwise provid�ci by Iaw. 12.3 L3nless othe�wise pmvided by lsw, any snd all recards,ineiuding but nat 1Fmited ta repazts, surveys, and other data and documeaits provided or created in car�nectivn with tius Ag�eement a,re and shall remain the prvp�ty of the Gity. 12.4 Upan vornpletion�f tbis Agreement ar in the event af te�znin�#ion by either party, any and all public z�ecords relaring�tc�the Agreeme�nt in the p�sse�sion of the Cantractor shall be d.eli�ez�ed by tha Cantractor to the City Manager, at no cast to the City, r�rit&in seven (7) days. All sueh recards stared electronically by Contractor shall be deliv�ered to the Giky in a format that is oampari'ble with the City's informa�on technology systetns. Once the pubtic reo�rds have baea deli�ered upon cyornpLetion ar termin$tioa of this Ag+eecnent, the Gtintractor shall ctestroy any snd all duplicate publia records that are exeqnpt or canfideatial and eacempt from public T�CqIYj5�I9CIOS1lYB t�llll'CFI1C11t3. 12.5 Any compensa�ti�n due to Contractol shal! he withheld until all recards are received as provided in this Article. 12.6 Cc�n�actor's failure or refusal to comply with the provisions of this scckic�a shall resul�in the uumediate kerininaEian af this Agreemen.t by the City. ectl�u 119.0_ 701I21L1,Florlda Statutes i1G` THE CONTRACTQR HA� QUESTIONS REGARDING THE APPLICAT`�p� OF CHAPTER 119, F40RIDA S'TATUTES, TO THE CONTRACTQR'5 DUTY TO PROVIllE PUBLIC RECURDS RELATING TU TH�S CONTRACT, CONTACT THE CUSTUDIAN 4F PUBLIC RECURDS, Custodlatt of Itecords: LdC�I�E STII.SON,CITY CLERK ���A�x�: 100 FY.Dania Bearh Boulev�rd Dania�each,�+'iortda 33404 Te�ephoue uamber; 954-9Z49800,Lxt.36Z3 ��ail: lstilson a(7ci.aa�a-beach.tl.us 8 ARTICLE 13.0 1vIISCELLANE0U5 13.1 Legal Repreaentation. It is ac�mowledged thak e�ch party to this Agreement had the oppaminity ta 6e represented by counsel in the preparation of this Agreemepk Further,the cuFe El�at a conixact shall be interpreted strictly against the party preparing same sha11 not apply ta � this Agreement due to tha jaint contnbutions to it of both parties. 13.2 Assignments, Subcantracts and Amendments. This Agrecrne�t, and any iaterests in it, shall not in whate or in part be assigAod, subcontracted,�ansferr,ad in any v�,ay or otherwise eacumb�ered,undcr any circumstanees by Contractor with�ut the prior written�onsent af City. For purposes of this Agre�nent, any change of ownership af ar aontrolling int�res�in Contractor shall constitute a�assi�ment which requires City approval. Violatian af the terms of this paragraph shall oonstihrte a breach af this Agreement by Conhactor and City may, in its discretian, eancel this Agreement and aIl cights of Contractor under this Agreement will terminate. It is fu�rther ag�reed upon that no madifica�an, �mendment or alteration of the te�ns ar conditians contained in ttris Agreemez�t shall b�effactive unle9s contained in a writtar doeument executed by the partiea. ]3.3 No Contingmt Fees. Contractar wan�ants t�at it has not employed or retainod any compa�y or persan, other thsn a bcana frde emplayee working soyely for the Cantaa�b�r,to soli�it or secure this Agreemar� and #hat it has uot paid or agreed to pay any p�tson, company, coipora�ion, individual or �irm, otber th� a bana fide employee workiag solely for Contractor auy fee, commission, peroeatage, gift or other consideration oonti.ageat upon ar res�lting from the award ar ixialcing of this Agreemen� For the br�ach or violati�n of tlus provision, the City shall have the right to terminate the Agreem.�nt without liability and,in i�discr�tioq ta deduct fram the Agreement price, or otherwise recover the full amount of such f�ee, camiuission, percentage,gift rn oonsideratioa. 13.4 Notice. Whenever any partY desires to give notice to tho other partY, it must be given by writ�en natice, seat by certifie�Uc►ited States mail, rett�rn re�eipt requested, addreased to thc party for wizom it is intended. The addresses for the giviag vf notice shaU remain as set forth below until t�ey shell have been changed by written notice in compliance with tt�e pravisions of ttria sectian. Far the gresent,the Contractor and the City designate the following ss the respective persons and places�or the giving of notice: City: Robert Baldwin,City Manager City of Daaia Beach,Fl�rida 100 West bania Beach Boulevard Dania Besch,Florida 33004 Copies to: Thatnas 3.Ansbro,City Attamey Ciry of Dania$each,Florida 10(}West Dania Beach Blvd. � Dauia B�ach,FL 330U4 9 Contractor. U.S,Water Services C+�r�wration Atm:Mr.Ga�I Sini#b,Vice Fresident 4939 Cross Bayou Boulevard �iew Port Richcy,Florida 34652 13.5 Binding Authority. Each person aigning t.�is Agr�ecneat on betaalf of �the� paity individuaily warrants that he ar she has fiill Iega1 pawer to eaceeu#e this Agreement an be�alf of the pariy far whom he or ahe is signing, and is authorized to bind and obligate such partY with respect to all provisions cantained in this Agreement. I3.b Headings. Heading� in t�s Agroenaent are for the conveni�nce of reference tinly and sball not be considered z`n any interpretation of this Agreement. I3.7 Severability. �f any provisioz� of tl�is Agreernent oc applicarian vf it t� any �son or situation shall to any �tent be he�d iavalid ar une.ufarceabl�, ttve r�nainder af this Agree�nent, and the application af such provisians to persans ar situntioras ather t�en those as to which it shal] have been held invalid or uneu�rceable,shall��t be affected, at�d shall continue in fuli force and e�'ect,and shail be enforced ta tha�est extent p�itted by law. 13.8 Governing Law. T'hds Agree6�ent shall be�govemed by the laws of the State vf Flarida witl��e,m�e tying iz�Broward Co�mty�F�orida. 13.4 Extent of Agre�xnent. 'This Agreement represe�ts the en�ire and integrated Agz�eement between the City and the Coutractor and sup�rsedes all prior nega#iaticsns, representat�ans c�agreements,eit�er written ar oral. 13,lU Waivec. Failure of the City to insist upon atrict performance of any prowision or onnditio�a of this Ags'eemeut,ar to �nfarce any right cant�.in,ed in it,sha11 not be construed as a waiver ar reliz�quis�une�nt for the future of suy such pro�isian, condition or sight, but th� samie shall remain in full fvrce and effect, 13,11 Conflict. In the�vent there is a conflict betwe�en aay of the terms in any Qf the docum�ts ranta'sned i.n any E�ibit to this Agrcement ar the RFP, and any terms di this Agreement,the terms a f this Agreement shall prevai�. lU IN WITNESS OF TH�F4REGOING, the parties have set their hand and seal the day and year first wratten above. C1TY: CITY OI�DANL�#BEACH,FLORID ATTEST: a Florida m ' i corp tion � � LOUISE STILSON,CMC O A. ALVIlVO CITY CLERK ���'p�, YOR � � 1 1' BERT ALDRJIN � TTY MANAC�ER AFPROVED FOR FORM AND coxx�crxEss: � r. sR C ATT Y 11 corrt�cTOR: �TN���� II.S.WATER SERVICES CORPO�t.ATION,a Florida Corporation � � Si te Signahue �.ts.,�d�.,� �+J-t,�' �A.+s �p � _ ��uc_�z PRINT Name �'R1N"�'Name � SR,��� � C_.4c� &� Title �+�C��C �� PRllVT Name STATE OF FLQRIIIA COUNTY C}F '��t� BEFORE me on �Ut.� ��c�� 201b, P����Y $PFeared 1'—'�..�' � �s�1,��, ,as �1�u i? '�, Lt3 t� of U.S. Wat�Services Carpa�ratian., a Flaad� corparatirrn, who acknowledged execution of the foregaing Ag�ee�nent for�e use and gw�poses mentianed in it, and that the instrument is the act and deed of the Coatractor. Such persan is persanally knawn to me or produced as identi�ic�tion. �� � � NOTARY P BLIC State af Florida My Conanission Expires: iv-�ar-2,a l� f!"�'��TAMMY 0lANN 8AOOICS � EAY COIrLMlB$ION#FF4Qa85d E1�IPIES OoAobar P9�20!'7 MO��ts� FlarldeNolMYBsrria.aom l� Exhibit uA" Schedale of Service�'ees E�`'eclive�ay 2016 Meter Reading Serwices: Canduct Meter Read'utg for the City of Dania Beach,E'lorida $1.Z2 p�����a� Fietd Services Priced on a P�e E�ent Basis(ResidentiaUSrnatl Gominercial): a. Mass Turn off: $ 3.5fl per eveat b. Mass Turn on: $ 3.50 per event c. Check Leak: $ 5.5Q per event d. Meter Box Lid Replace: �5/8"-1"J: $ 8.�p per event e. Meter Change out,L�d and Box Replace:5J8'°—i"�: $12.5�0 per even# f. Meter Change out:(5/8"—1"): $ 8.5Q per event g. Meter and Box/Lid:(5/8"—1"'j: $15,Op per event h. Site Evaluation: $ 5S0 per e+�ent • The above shawn prices are fior services other than meter reading whith are nec�ssary or requested ta be perforrnecf durirtg the�eguEarly s�heduted days fvr meter reatling as determined�y the bllling ty�le and are applicahle provided USWSC personr�el are vn site and �railable to perfprm such services.The field serviees perfarmed will be by the USWSC sta� member assigned ko ar�d ofl site at the time of performi�g regularly scheduled meter reading services as def[ned within the Contrdtt, • Any Fleld seroices conducted by USWSC stafF who are not assfgned to thls project or by staff assigned who are not currently an-site wit#�in the Dan1a-Beach sy3t�rtt w�ll be priced at the rates fo�nd�n 5chetiule B. + �ield serufce prites as shown in Exhi6it"A"are based on events being canducted duNng the normal buslness hours—Monday th�augh Friday,7:30 a.m.4a 5:OQ p.m.on days the meters are reguta�y schedulsd tp be r�ad. • "Mass"�s defined as systems wide monthly scheduled afF/o�events tonducted during the normal tourse of"past due"shut off(s�Jturn on{s}due to lack of payment by cuskomers and are sct�eduled"shut-ofF days"that are eons�steMly perfornted in"Mass"each manth/quarter.Turn ants)/off[sj servf�es conducted at other tirnes as a'one-Qf�ar nan"mass"situation would be priced at the"site Evaluation"price per ev�nt pravided the time of suth services meets the requirements pf Exhi6ft"A"pritfig. 13 Exhibit°B" Schedule o�Servfce Fees E,,ffective May 2016 , 1. Project Nianager $100.4a per hour 2. Maintenaace Tectmician(distributioalcollectioa) $ 58.36 per ho� 3. C�rtified Back Flow Prev�ntion Technician $ 74.47 per hour 4. Water/Wastewate�Plant pperator(L$AD) $ 80.2d per hour 5. WaterlWastewater Plant Qperatar $ 59.U6 per hour b. Custom,�r ServicelBilling Supervisor $ 4�.pp p��� 7. Field Technician Supervisor: $ 59.Ob per bour 8. Customar Seivices Call Cetiter/Billing Represenffitive $ 40.00 Per haw 9. Pield Technician(LEAD): S 57.00 per hour I 0. FieYd Technician: S SS.�(}per ho� 11. Admuustrative St�port $ 40.00 per how' 1 Z. Field Services Priced on a Per Event Basis{Residenrial/Small Commercial): a, Nan Mass Tum off: S 16.OU per�vent b. Non Mass Turn on: $ l6.04 per event c. Check Leak: $ 28,00 per event d. Meter Box Lfd Repiate: (5J8"-1"}: $ 31.OU per event e. Meter Change au�,L3d and Bvx Repla�e;S/8"'—i"j: $ 52.00 per event f. Meter Change o ut:(5/$"—i'): $ 45.00 per event g. Meter and 6onlLit�;{5/8"—i"): $ 65.00 per event h. Site Evaluation: $ 28.00 per event • Field Services are based on events 6efng conducted during the normal business hours—Monday through Frlday 730 am—5:OU pm, • "Non Mass"is de6ned as events that are not conducted during days that the normally seheduled course of"past dus"shut pffs/turn ans"'occur but rather cOnSists o'f muttFple shut off/turn vr►(s} requested on non-regularly scheduled meter reading or"mass"days.Turn on/off(s)oonducted as a"ont-of�'situatian would be priced at the ataove"site evafuati�n"prlce per event. . Fleld Service Prltes are associated Eo those events whereby the"Events"are within a 30 minute norma)drtve time by 115WSC personnel between e�ents • Field Services assumes�a materials/equfpmentf couplings or other materials needed in order ta perfarm services provided by USWSC 14 v • Labor Rates of 1.5 times the regular haurly rafes presented will apply under the fof�pwing circumstanCes: a Montlay-Frid�ay from 5:d0 p.m.to 7:00 a.m.and w�eekends at a�l hvvrs o Laba�r Rates of Z.Q t�rnes the regular hourly�ate wikl apply on hol�dayx recognited hy USW�C. IS �"1 �L`' CERTIFlCATE OF LlAetLJTIF INSURANCE ��'� TH19 CqITIFICRTE 1615SUED A5 A MA7TF�1 OF II�pRNAT10N OQILY AND CaNplR8110 FMOHIS Up0{�F Tile 4F.El7�j��NdLDER,npg C6RT�g;ATB QOES NOT AFARMATIY�eLY OR NFAi1TflfELY 0.M61iD E1REN0 qR ALTER THE COYERAC:E AI�OEtDEb BY T�iE PGLIC�BEWW. ?H19 C�17'�PICATE OF N6iIRAN�D[yE8 NGT COFt4TfME A COl�FRACT SEf�It�N 7SiE�33BINR INSURPit{B}.AU'I'HOAl1EQ qeppE�T�� QR FHODUGER.ANQ#'HE CERTIRCJ0.TE MOLDER. IMPORTAHf:r er�woqmem nom�u re en aonruoaar.u�,neq uw�aicY0eo1 isust 6�endoewd,H 9UBR06AT14N IB W/U'YE9.�uhjrM tatuN 4nn�aee eonWpw af Ur PoN�,adfea poeaim�Y m4Ww an a�dars�nt A eheeroenl an ehb eeef�e�l�dtlaa no!canlia r19hls 10 Ufe eaMflmbe hdaer hi�eE auah andoraee�eeE(s} PNCOYCB+ CdffiY[iT NAME �CDl3ed�C 94C4.�oOO� Fn1.", I�ATallo,fml: !-d1S� W�ti'.� 10B25 pld DtL11 Rd �� , �r 1e 6835` ��� PPqWS101�Ro� Ca�a}aa�-adzo nesu�l x�+wrx corau� w�� WI1118Q r�A A: II.B. xa�r S�r73cee Qo�posaGiaa ' �� �a 4.8. Wab�8mvioaa aozye�x�i� w�c� a989 Czoss sepf�Dlt Hlv� ffirM pax'E Rldtu�y'a aZ 3a6S2-3�,34 • . �1SIiiBiO: N+181IECi1 E ; CTL 1173 1D89B88 �F: � CERSLPIC iE Ffll�IOEA: N NV119 : : 7HI6 6�TO CERTIFY TN,tt TFrE p4uC1E8 DF�Mat�H�CE LCsieo aaow wAYE 9EEo[rsSUEp W THE In3ua�o wa�Ep Ag4YE FOit THH POL[cY � PEq7pn IRpfGAT7Ep. NOTWITHSYANAIMd ANY REOf11RQ1Efti,'tEFUA O�t CaNDR10N O�F AxY CQRrMCT OR OTHF�OOpIpIENT yy1TH RESPECT 7fl t TYHI�CH THI9 CipTIFdCRT6 AIAY BE ISSUE6 OH MAY PEi�AIN,YHE NSURANCE AFW[#OEO BY 7F1E P4UCfF.B pE9CHI8ED NERiW I&ffV&IECTTp,4LL � TNE TEHMB,E]cCLU310H5�AroU C�NOrt1pNS OF Sl1CN POUCIEB�.WtR3 SHqWN MAY HAVE 9EEN REDIlCED BY PAID CL,/N�fg. � � ��� pauGY i�OW�totP � IN3R PO �RAL LIIIlyLITY � NIT5 ' EAClkteewzea�LIp6q,lTy � ❑ � 6RQIOOCIpIR 1 DAYA6ETOIBR� s 1 YIAO! �OCCtRi �8 wr 1 i � � A6Y 3ENI.MNBiPEC,1RE LWM APPlES P�q: OElgFFiALA9[iN PPQO[lCTS-Cd�APFBO � FOlJC1/ FAOJEC7 LGG wfOMOCIIi LIAOILRY 1ipf�EP 9q70LE L�T ANY/W1V a � �1 i OYKIEDAUTOS Y�fIY �� 9CMFLtlEO M1S�08 Kl1AY FOFI@1M1Ft]S O�MAi3E IP1r�eetl �OMIMEOA�JTa9 UM�.LA LtlL� OCL11R EACH Of7ClIRRB/G6 ElOL7LYAB WHHC�MAL,E � � ' RE(i�ZE OEOUCT16lE HE7FNi1�N i AIH�!l�f�ABIL�IfY �VYC&i1hTIK Y g ���� � Mf� ❑ 73-8413 5 7-0 1-03 IGf31j201'S Q15� I OOD �y"m"d, '°'ry� �als�u�g 1 000 4DD 6P�ul n�ea�dw. F.l_018 uar GESiGiil��Pf�6PEFAif016lIACRtph�lfY�CLS{Atlea6,sr'md7D7,AOtlINana�ReawrkeSd�a4uN,Ilmasep�mfa�eo� c Te Ha.oea diano V.S. ��z�viose mapo�,a� �,wro�rnea�vsa�sana�vat�eserc�rera�rs�a�Er,ox�n+E 4939 t�rx�e �vd o�r+ax►�auan�eaRrn�c�wKtaeaEwge�o�,�nA�v� � n�Poucr nnou��aw. D�lbc Pt�sC R1.c9u�y, FL 34653�3{ AYR10R�u� �S ��� �999T1 YO4116 a(Omy49� Yhe Aq9PU�ehu�d Iqp wngE�Mrad meit�a M70ND RI AL+OAC C411�ORA1101R A!R9hes ts� '4cQR[� CERTIFIGATE OF LIABILlTY I�VSURANCE °"'�'"""°°"Y"'' Q710BJ2016 ��"OD�� 988-494-9844 THIS CF:RTIFICATE IS 189UED A9 q MATTER OF INFORIAAT(DN lOUIS MORRISt?I�l ONLY AND CONFER$ NO R1(�FiTS UPOM TH� CERTif[CATE LOUIS J.MORRISQN C 8 C COPJSULTANTS H�OLDER. THIS CERTI�ICA�TE QOE9 HOT AMENO, �}CTEND OR P O BOX 701340 ALTER THE COVERAGE AFFQROEA eY THE POUCIE$ 9p.pyW_ ST GLOUD,FI. 34770-1340 IN9URERS AF�ORGING COVERA�E 1�qiC A N'wuo w�n:aRCH iNSURANCE COMPADfY U.SWATER SERVICESCdRPORATION IN9URFR9: 4938 CRQ55 BAYOU BpULEVARD n+s�u=Rc: NEW PORT RICNEY,FL 34652 x+sun�o: N16UREN E: COVERAGFS THE PGUCIES aF n7SURANCE L�TEO BELOW HAVE 66EN ISSUED TO 1HE INSUR�n NMi4E0 ABOVE FOR THE PdtiCY pEAfCn IpDICA7ED.NOTMTHSTAFfDII�tG +1NY REQUREMENT,TERM DR CONdTYpIV OF ANY CONiRACT OR OTFtEA ppCUME►IT W�'!Fi RESpEC7 Tp WF11CH THIS CERTIF'ICATE IIIAY BE 15sGED OR MAY PERTAIN,THE INBURhNCE AFFORDED BY THE POL1Ci�$q�SCR�BED FlgtEIN IS 9U8JECT TQ ALL THE TERMS,EXCLLI51bN5 AND COHDPTIQNg OF SUCH POLICIES.AGGREGATE L1MIT8 9HOWN MAY HAVE��'1 RmUCE�HY PAID CLkIMS. rou�wMUMeBR � OH � A Y owu�cwurcm �,ux+occwuEHce � 10D0000 X cor�ertcwic,r��u�en+,r pyyp�G0077290 11130115 11130l16 ���^ s iQ0.00Q cun�eM,�oe Q accurt NEOE76�0.0 o,•anont s 10,000 �rt�ow��sanvauuay s 1,O�,Q00 �6P��AOR�AA7E L 3�U�,OOO OEN'lAOG�REOATEt1MITAPPU83PER: vpOpUCTB-CW�I�pPAGG i S,OOO.DD� POUCY � X LOC A Y arrormeuewe�uTr CONAN�SiNG{fiLIMR s 1,000,000 x u+�'�u*fl GWPKG0077210 11l301i5 11190116 w"�1°"'a ��� �ODILY WJUEiY SCNEUUlEDAUT06 IPQpoon} s x �le�htlT08 8001LY MJUflY a X �LC�WW AUiOS tPe aaidanU PROPOfTY 01hMAGE _ iF'er admpq OAII�UAi1L17Y AUTOCNLY•F�1+�OGO9�TT f A�fYAIITo MJTO WIlYN 671ACC AOG f A �eKsiYMMBLI.ALWNIIY EACNOCCl1RR4t�C8 6 5.�0�1,�(}� X accuR �cw�rsiw+ne ��x300772Q5 til30115 11134l16 ,���� s 5000,000 FJCCESS OF{�EN�RA� ; � o��.�� UABIUTY,AUTO LIABIE. I �6Nrqrc : 8�EMPLOYERS LfAB«ITY � a YMOAKCRY60iMlHlA71oM � , �. AMb�.oY�ta'IJ�eIL{�T yyy�!!ppp AMYAFPPPoET9RPART'h�lRl6il�GUY14E^ ELEhGf1A0GSC�1T i OFPICENME'JolERE%GLLGlvi U fMy�e�del'inNN� ��.�•�-EAEMPIOYE f SPBGv,t PII�CIAS�iO�6a�cx ELDBEISE-p0�1CYlJYrt i 47HER GE�C[tll7pN ap OPEHA7PMs I L4GT1oMslV�i1R�'L!0 f Ot0.U0Wlfi Ao�D eY GNGOROdlPIIRraPEcuL MlOVIOqNO 7HE CITY OF DANIA BEACH,FLDRIDA IS UST'ED AS AN ADDITI0�IAL INSUREp 1MTH RESPECTTO COMMERCIAL GENERAL L�A81L(7Y AND AUTOAdOBfLE LU1BIlITY A5 TFIElR(NTEF2ES7S MAY APPEAR. CERTIFICAT6 HOLD�cR GANCELLA710N eHaLLn�Nvof rna�uoveoEacwaenroe.+�9�uwca��eewn�TM�FxnRnnor OATE YilEREO%TH�ISSUW61N8URER ri1LL 81DEAVOR i0 YAIL 3O DAYS WEaiTEN CITY OF OANiA BEACH wo�ncE sa n��+�are sw4osa w�.v�,o n��,�,,euTr�u�,n oo so sw►LL 100 WEST QANIA BEACH IYIPOE!tJ0 08UfiATOYt OR W4b1l�7Y GF Aar Ku�n UPON TtiE N'qU116R,174 AO@ITf OR OANIA BEACH,FL 33004 R�*�TM� AYpiG10D�aBITATME ���M1 ACpRO 25(200910t� �1588-2fl09 ACOFtD CORPGRATION. All�hts rs6erved. The ACURQ namo antl loQo sre rcatst�orad marks af qCpE;p aRCH�Nsuwawc�caMPawv ENpQRSEMENT NO. ATTACNED 70 AND ENOORSEM�NT�FFEGTfYE F(]RlAING A PART OF (Standard Tlme) INSIFRED AGETICY AND CUOE POLICY NIiMeER M0. DAY YR. 1�01 NOON A.M. GWPKG007721Q 11 3p 20i5 % U.S.WATER 3ERV{CES GyUpqS CORPORATION THIS ENDORSEidlENT CHANG�S TH�POLICY. PLEASE READ IT GAREFULLY, BLANK�T ADDITfONAL INSURED ENDQRS�M�NT This endotserneM modfies irtsur�nce provided under;he folt4wing: WA3ER DI$TRIC7S INSURANCE PROORAM�LlAB[I.ITY COVERAGE Additioria!Pre�n�um:(NCLUD�D A. SECTI�N Il -WtlO IS AN IN5URED is amended 3. Ca�rerage is nat prnvided for liahili�y or to 6�clude as an insurad arry perspn ar damages arlsing out aF the snle neg�igence of argan¢ation whotn you are required to add es an th�additional i�tsuced. additional insur�d ta t�rEs poli�y uryder a written C. The insur�ance providect t�the additional insurad oontract,agreement or permlt: does not apply to Ilability or dam�ges arieing out of 1. C�rren#ly In effect or which will b�capme an architect's, enginee�`s ar sanreyor's render�ng e�ffe�ctiv�during the ferrn of ffie p�ol6cy;and ar Fa�ure to rersder any p�sefont�l servlc.�s Z. E10ECl1�CI PflOf E1Cf tCtB �OCri't/(119RC2; offense, inclu�ing: error,omisston."wrnc�giul acC'or"sct,arror or 1. '1'he praparing, approving or tallEng to prepare omissian"- ar appro�e, maps. shop drawings, o�pin(ons, B. The insurance prorrided tu ths add�ticnai insured reports, survsys, t`Fe1d orders, ch�nge �ders is lim�ed as inllows: or cEraw�gs and specifi�ations;and 1. i1�2t person or ar�anizaticu► is an �dditianaE 2, 5upe�visory, inspec�an, architscpural or fnsured onfy w#h raspect to 19ab1[Ity arising out engirtesrir�g activities. �� d. Coverage povided by this endorsamant wlll apply a. premfses you owm, rent, leasa or occupy, °n�p��ry and non-co�ntributory basis�f a wr�ten o� aonfra�ct, agreement or peirrr[�t spec'd'icaliy requires that this insurance be primary artd non- b. Your angofng dperations perfnrmed for contrlputory. tFrat addition�l irisured as specifled in the p�arwise, oovara,ge provided b writ6en contracE,a9reement or permit. endo+�ament wiu be excsss av�er�ry c�thar vatid 2. The Eim�s af insurance applicahle bo the and oollectible insu�nce a'vailable tn ihe additionaf insua�ed ere tho98 speci�ed In the additional (nsured whe�her pr�mary, excess, conbracf�, egreement, perrnit or in the car�ingeM or on eny uther basis. Decle�atlons fl#this polfcy,whi�hever are tess. These IimPls of insurance are NcJ�sive of and not in additlon bo the Limits pf Insurance shown in Ih�a Declaradons, SD043 00 03 04 �age 1 af 2 ARCHiNSURANCE CQMPANY When this insuranve i� excess, we will f►ave no defe�nd the addiUanal insured against thet"suit'. !f duty under SECTION I — INSURING no atlter insucer de#ends,we may undartake 6p da AGFiEEM�AIT ta defend the additional irtsured so, buk we will be entitled tn the additional agginst any`sait"if any other insurer h�s a duty to tnsured's rights egeifrst all 2hOse other inSUrer&. ALL OTHER TER�lB At�CONDIl10M8 OF T{il$POLJCY REMAIN UNCHANGED AUTHaRfZPD REPRESENTATIVE Dql� SD043 0�03 04 Page 2 of 2 THIS ENDpRSEAlEN1'CHANt�S TH�pOLtCY.PIEASE READ R CJ�HEFULLY ADDF�'EON�I.II�RED ENDOtiSEIY�M' 1'his endorsem�nt modifies lnsuranoe provided u�der the iqllovudng. 8115iNESS Ati7{D COVERd�1�FDHFA Y4ith respect ta covarage prov�c�ed by this endorsement, t#ie p��visions of tha Co+Perage Form � apply untess rrqcf5�d tfy the endorsemen�. �'ltls endorsem�nt is effectiwe an the Inoeption dala of t#�e poiay unless a�o#h�'d�Ee is in�dic�ed below. 3ECTION li —�WBiLiTY CAVERAGE, 1. iMFlO IS AN if�lSUFI�is anandad bo include as a�1 'ftts�usd"the pe�son(s)or or�enizs�on(s}nanad tn the St��dufe be�ow, but nNy with roaSpect�r ihei►Eeg�ia�fi6ty#vr�cls or ordssions�f a person Mr whom E�ebEQ�jr Couer�s is aiff��under ttd5 Po�aY- Yau ere aut�oriz�scl td �t for tha etldl�onat insured nsmsd in the 8ct�eduls in ell IT'I�IS�I�fl�l18�D 1N51f15EJraI1C8. ���� � 0[i� . BLANKET AUDITIOAiAI, INSUFt�D AI{�r b�m�s antl cori�tions a�thie Po�cy rem8�n undtanged. Endors�ment Numt�et: Po�NurrA�ec: �YlPI{G0�772YQ Named Jnsured:ti.S. WATER SERVICES CpRpORATICA� ��R������1.1-3 0-15 ���dsM Tirt�8t t#ie First Nacried Ensured's address. 00 CAdO�TQ 00 09 06 iNe�oafv Page 1 of 1 �oo murrc� 13Q t�� 60�00 OOIOd�OU s Z-o�-�Z :a�sQ anuaa�u�uas�p�3 :maxa�Pvyets asrati[ot�o sm�un,ta�od s�c�3o a1�p aoqdaout��uo�n��a s��r�a�poa s�. HOY��xoaz�oo s��znx�s x�.t�aM •S-n:Pa�1�Ai 0'�z[.L04�IdM� �aq�ld�d :�sq�nH�uaa�asaopag pa�oay�an u�ao���od a�y���stw��puov puB smxa�rayvo I�' �g�ue�u�oai Pue �uaw��pag sn�oi a�qeoqdds ale��od s�rap�n s�ossn��xa pog sao�pnai 'smxai r�aG� [i�o� •�om�tnauo�re� aae no�C u�p�,e �3 �� Pl!�. ,tue �nn �oamaa.�t ��uo� ��u,�► �tQ �arsnbou sg �t�dde war�os�opua s�;o s�oisr�wid��$�suaan�en�oqg�sad p�4.I.PQ'��Ck��.r�ods��o a�wsqw :sa�dda aaatuac.�opua sn�uic►r�►cn�Pn9.L aq.L '�O�cW.tquoa�uau P�ssaa�a o�l il��b��d P�T.��s�a paarat�Pa�ns�s? 1��� �ii �4 Pa�m�ga� �ouarr�i .�o �[ue pus �uud eq �e a�neinstu � �!��� S.P��I i��1�I�Il 30 �no �nsr�a �.�rt�„.�o u���s 3v ivana a�x�is��P'a�Pue poa�raapon sc�z `rna�a9���d Ps!��.�l1���+ �������P Pus� 'q '�sqd�.�d-qns 3o sao�s�,�acd a9��mpue�q�u►uol,i 'o :3y��I�0'S st�oatp�n�i��J�J ua3�S :S qd�isd'����teaa�-�ua�aS fl;P'�FP'e si�011�otl.L W2IQd�J'4'?��A0.7 OZf��'S53NiSflg :�'�t!^+oIIa�ay��pun PaPu►o�d aau8msu�sagc�ou�1�wasiopna�, �.N�SZIOQi�i���Hl�[XSi+�9NLLIl��.NO�-hiUu Wsr'J�,�a'1Ai12Id 'A'I'I�,d�'1��,Li Q��I�SV�'Id '1�T'I4d 3HI,S�JI�H�.LN�Y�S'?IOQN�SIA.L EXHI�IT"B" Schedule af Service Fees Efjective�Gugust�017 Meter Reading Services; Conduct Meter Reading far the City of Dania Beath,Florida $1.17 per meter read Field Services Priced nn a Per Event Basis(ResEdential/Small Gommercial): a. Mass Turn off: $ 3.61 per event b_ Mass Tu�n o�: $ 3.61 p�r event c. Check Leak: $ 5.67 per event d. Meter Box Lid Replace: ( 5J8"-1"�: $ 8.76 per event e. Lad and Box Replace:5f 8"—1"�: $ 12,$S per event f. Meter Ch�ctge out:(5f8"—1"): $ 8.7fi per event g. Meter and BoxJLid:(5/8"—1"'): $T5.45 per event h, Site Evaluation; $ 5.15 perevent • Above Field 5ervice Prices in Schedule A are only applicable between the Ci#y af Dania Beach, Flarida as it relates solely Co the Meter Reading Cantra�t and that the Field 5ervices perfarmed will be by the U5WSC stafF rriember assigned to and in canjunttion with performing meter reading servlces as defined within the Contract_ • Any Field services condutted by USWSG staff who are nat assigned to tf�is praject or by staff assign�d who are not currently on-site within tlte Dania Beach system will be priced at the rates found in Schedule B. • Field Services are based on events being tand�cted during the narmal business hours—Munday through Fri�ay 7:30 am—S:Q�(l pm. • "Mass"15 def(ned as events are canducted during the normal course of"past due"'shut affsfturns due ta(ack of payment by tustamers. Utilities haue scheduled"shut-ofF days"that are consistently perfQrmed eae�month/quarter.7urn on/aff conducted as a"one-off situatian would be priced at the"site Eualuation" prlte per e�ent_ El(HIBIT"B" (cont.j Schedule of Service Fees Effective August 2Q,I7 1. Projett Manager $100.A0 per hour 2. Main#enance Technician(distribution/callection) $ 58.3fi per hour 3. Certified Back Flow Prevention Tethnician $ 74.47 per hour 4. Water/Wastewater Plant Dpet�tor(LEA�} $ 80.20 per hour 5. Water/VJastewater Plant Qpera#or $ 54.Q6 per hour 6. Customer ServiceJ6111'tng 5upervisor $ 45.00 per hour 7. Field Te[hnician Super�isor: $ 59.D6 per hour S. Customer Services Call Center J Billi�g Representattve $ 4Q00 per haur 9. Field Technician(LEAD}: $ 57.00 per hour 1a. Field Techniclan: $ 55.00 per hour 11. Administrative 5upport $ 40.Ob per hour 12. Field Services Priced on a Per Euent Basis(Residential/5mall Commercial}; a. Mass Turn off: $ 16.48 per event b_ Mass Turn on: $ 16.48 per event c. Check Leak: $ 28.84 per event d. Meter Box Lid Replace: ( S/8"-1"}: $ 31.93 pQr event e. Meter Change out,Lid and Box Replace:5/8"'—1")� $ 53.56 p�er event f. Meter Change out:{5J8"—1"): $ 46.35 per event g, Meter and eox/Lid:{S/8"—1"): $ 66.95 per event h. Site Evaluation: $ 25.84 per e�ent � Field 5er�ices are based on events being conducted during the norrnal business hours—Monday through Friday 7:30 am—5:00 pm. • "`tvlass"is defined as events are conducted during the normal course of"past due"shut offs/turns due 60 lack of payment by customers. Utilities have scheduled"shut-aff days"that are consisterrtly performed each month/quarter.Turn on/afF conducted as a"one-off situation would be priced at the"site Evaluation"price per event. • Field Service Prices are associated to those events whereby the"Events" are within a 30 rrrinute normal drive time by USWSC personnel between events • Field Servites assumes no materials/equipment/cauplings or other materials needed in order to perfarm services provided by USWSC • Labor Rates of 1.5 times the regular hourly rates presented will apply under the following tirtumstances: s*Monday-Friday from 4:40pm to 7:OOam and Weekends at All Hours #*labar Rates of�,0 times the regular houriy rate wiff apply on holidays recagnized by USWSC. �'�QR� CERTIFICATE �� L.IAB�LITY INSURANCE °"�""�°°"'""`' c��;��:zu i,� �`��R �?3�43,'�984� THIS CERTIFICAI'�1$ IS5t�0 AS A MA77�R pF INF4RINATION LG�J[S b1���RRI=.�`lP� flldLY AND CONFER$ NO RICHTS UROPI THE CERTIPiCqTE L�7U15 J �,i.�Rf{IS���^i�.-;.�C;�:�)'l.;+J�_T,��I � HOLDER. THI$ CERT1FtCATE QOfiS NdT AQIENQ, E1(TEt�D OFt P��:�r: �„�.{1iJ ALTER TH�CqYERA4E AFFORDED HY THE POLIGIES 6ELOyV, �T ClQ��>4;L 3a;"t�]-i 3�ii: INSURERS AFFOROFNG COV�RAGE NAIC E 'N�EO �neueErtn�AF�CH l�1SURA1tiJ{;E Cl�b,iP.�pl'f U S V/,�TER 5��'�II���S!:CIRI"'i7ar'.TI�iN wEua�te: 49:�CRnSS�A.r�r�,B��_��_E��;�aN.a iusua�ac: PdE��1�-��RTRICNEY, FL 3ai;5� u,suReAo- ` a�suteea E CC]VFRAGE9 THE POIIGES OF INSIfRANCE CISTED 6ELOW KdVE BEEN IS6UE0 TO TI1E INSURED NAM�fO ABOVE FQR THE POLiCY PERID�INL]tCATED.NOTW���pN dING MK FtECIUI1tE?MENT.TERM OR CONDITIOPI 4F ANY C4NTRACT 4R 4THER OiDCU6AENT WITH RESPEG'f FO WHICH TtN$CERTIFtCATE MAY 86 ISSLIED dR MAY PERTAIIY,FIiE Ik9URRMICE qFFORpEEF 8Y TH6 PDLICIES QEfiCRYBE[i HEftE1M 1S SUBJECf TO ALL THE TERMS.IXCLU5401iS AkD CON�ITION$pF SUC H PO{.ICIE&AOaREGA7E LIDMTS SH4VYN MhY HpVE BEEN RE4tJ�E�6Y PAI6 CLAIMS. IN3R POlYCYMUM6�a P TLICY�rE�GriVE PDUGPGi(PRlkT16N UIYTs A Y ora�wu.unaiury EACXOC�GURRENCE s I.;"?,]0,0+7�7 X COMMERCWt(iENERALLIABILITY ,a�i�l!'I���t1ii'7L1( 11r�s�7iita i`:tiu�il PR "��' s 404.Ct7C CcaiMe owoe Q occuR �ExP�� a�w s lO.00�D PER90H0.L8NCVINNRY 5 ��LO,�JGn 4Ef1ERhLA�GREG�iE S �,C��,(l�i� GH11.AQiC11REWTEUAAf'AP�PUE�SAER: PRODUCYS.COAIPIipPR�G S u,��J C1OO POLICY P I K.I�.DC A ,� AUTOND�IL!I.L4elaTY X xnv�ura �.:a4�lPK���U7721 I OOYBINEDSINGtEUArT i 9�1f�rJ�00 11+3�3�1n 11t3��'7 SEasodden� • /LLL6tilWEDAUT06 9001LY IryJUNY a 9S�1EDUlED AUTos �w prsonM x HIflED AUT63 aS NON-0riWEO Ailr06 �i�a�etlqN�4y Y S ���OAhWGfl � — ;6,Wl6EIJABIl.iTY AUTOONLY-EAACCIDEhi ! AIMYAUTO CTH�RTHAN �a�1 g AUTOONLY� AGa 1 i Q �ICCi9ltU01YIlB.LAiIAlIJI'Y FACHQCCVRRENCE s 5!��C1G OC1�J ' accurt �CIAIAdSMAOE �-��iV�x SCs;7 7a�6 �1r'.'_�Ot 1: i t�:1v+1' nooRewre a S.Df,i�}OOp E?�r:=SS��F GEPI�Rr�L I_�A.BII_I TY,AJ(C�iIF�,'pII.I 1 Y 5 ��e� 5 Ga�IFLi�'fER�Lfs.E�IL�T}' z nEsaanoN a s WCRKiRB R�IOA710X WC STRttI. OT!!- �►t�m�F.avasr�uiaurr AfvYPROPRIE�CIGPARITlRR%�t1hvE Y❑ OFFGCBMAQ6EREXGLUOF07 ����m�Ns 5 (M�n4NON h NM1 Iyea�duc�witlar Ei DIBP_4�.Ea aePlOv 6 SPECLtLPROVfSpHShelcr E.LOI�Ea�.PQUCYNMIT S �� 1 oESCinPtnN aF arEnuno�i�.acAraNs r vH�Ci4 f�OOL4910NS AGOEb 8r�qR8�1WIT!3P�CIAL PR04ngars Tf��CIT"Qr U;-11•!U;Bt,�'�H Fi_�JR'.C�;�; I i I 1=,rEf}r1:;A,.'�J aGUll'�OF�A� 4NS�1�=c'_Il �rVli'F• r'�E3PEi'�T�� i;�:�'�A�:�I��!ir_ t:�=yfh?.1,t LIA�Ii.IT'r,ai�;G,4UT�h.�1��61�_� !.14� �I�" �ti i'��IF? i^J1 EP.cST='�:I.�Y,4�F'tr':,P. - � GERTIFICATE HOLDER CANCEILATIpN SH4UL0 0.NYOP TFICABff VEOE8CRI6�ppL�CIES BE CAMff�1L�BEFORE TH8E7�'lqATION OATE TXEREOP,i11E iSBIpNG INSURER iy14L ENOEAYOR TO NAIL S�J ppy5 yrPo-�7�w �-��` ��- ����I�1 I:i�•C.3i�H IdOTICE TO 7TIE GlRT�FICATE Hq.pe1 N0.ME4 TO TH E LEFT.SL7 FAILi1Re Tb o0 SO SNALL 1)�'.�`1';E;�T k�r�VP?�'rA�F�.�,!-I IMP09E NO OSLIG0.TIpAI Op Wt,BILIiY OF hf1Y KM1D UPON THE INSURER,rt9 Ati6MTS Gp f1�,hflx 8=x�1H =� 33()C'� RenReserrrAmves. - aursa�one�aetirnrnrE �y�ry � �d'!°z7°'e°t ACO�O 25{2009f01) �1989-2009 ACQRD CORPORATIO N. All r[ghss reservod. The ACORD name and loqo are reaisbered msrks af ACdRd ARCHlNSURANCE COMPANY ENDORSEMENT NQ. ATTACHEQ TO ANp ENDOR5EMEPIT EFFECTIVE FORM ING A PART OF (5tandard Time) I NSURED AGENCY AN D CODF POLICY NUMBER hf0. DAY YR, 12:01 NQc7M A.M. GYVPKG0�77211 11 36 2U16 X U.S.WATER 3ERVICES GUuflpi CORPORATtflN THIS ENDORSEMEPIT CHANG�S TH�POLICY, PLEASE READ IT CAR�FULLY. BLANKE7 A�DITIOh�AL INSURED ENDQIiS�MENT This endorsement modifies insura�ce provided und�rthe following: WATER DISTRICTS itdSIIRANCE PROGRAM—LIABIUTY COV�RAGE Addi�ional Premium:INCLUDED A. SECTION Il -WHO IS AN INSUR�D is�inentied 3. Cavere;ge is not provided far liability or to include es an insured any person or damages arising out of the sale ne�gligence of otganizatlort whom y4u are required to add as an the additional insu�red. add�tfanal insured ta this policy under a written �, �� insurance provide�d to the additlonal inaured contract,agneement or perznit: doea not apply to liahilily or damages arising out of 1. Currentty in effect or which will becorne an archiEed's, engineer's or surveyw's rendering eEfecUve during the term af the poiiey;and or failure to r�der �ny pmfessional services 2. E..xecutad prior to the `occurrence', offense, inclucling: error,vmission,"wrongful act"or`act, error or 1. The preparing, approving or failing E�prepare omissian'_ ar approve, maps, shap drawings, opinions, B. The ins�rance prov�ed 6o this additianal insured reporls, surveys, #ie�d orders, change 4rders is limited as fafbws: or tirawings and specifications;and 1. That person or organ¢ation is an adddional Z� Supentlsory, inspecUon, archi�ectural or ins�red onfy wittr respect to I'�ability aris}ng aut engineering activities. of: D. Coverage�rovided by this endarsement wifl appiy a. Premises you awn, rent, lease or occupy; �a primary and non-cor�tnbutory basis(f a written or cantract, agreement dr�rrrtit speciflcaAy requires thak this �nsurance be pr�m�ry a�d non- b_ Yaur ongaing opera6ons perfaRned for contributory- that addi�ianai insured as speci�ied in the p{henr�se, cave�ge provided by this writtsn conkra�t,agreetner�t or permit. �dp���yt vwill be e�ccess over any ather vaNd 2. The lim'rts of insur�nce applicable ta the and collectfble insurence available to #he addlti�ona( insured are thase spac'tfied in the additior►al insurecf whether primary, excess, corrtract, agreeme�k, permit 4r in the cor�tingent or an any okher basis. decEarations of this qoli�y,whichever are fess. Thea� limits af ins�rance are irrclusive af antl not in addi�ian to the L�mits of Insurance shown in f�e Deciarations. SD043 OU 03 U4 Page 1 c�f 2 ARCH iNsuRa�cE caMPAN1r When this insurance is excess, we will h�ve no defend the additional insured against that'su�". If duty under SEC��N 1 — INSURiNG no oth�r insurer defends,we may undertalce to do AGFtEfMEI�T to defend the add9tional irtsured so, but we wiil be e�titied to the additional against any'suit" if any ather insurer has a duty to insured's rights against all those other insurets, ALL OTHER TERIYIS Ai�CONDlT10NS OF THl3 POLICY REPAAIN UNCHANGED AU7HORIZED REPRESENTATIVE DATE S�OQ3 OQ U3 04 Page 2 oF 2 - TNIS END�RSEMENT CtWwL3ES TH�POL,[CY.PLEASE R�AD iF CAF�FULLY. ADDR�ONAL iNSUl�D ENDQRSEMENT Thls�ndarsement tno�dl�es insurance pravided und�the foAowing. BUSlP1ESS AUTO C�OVEHAC�F�RAd With resp�ct to coveraae provicted by lhis endorseme�t. tF�ue prov�sions of t�e Caverag� Form apply unless modi�ed by the andorserr�eni. Trils endarse�r�ent is effec6v�on Ihs incep�on da�e of the policy unless analh�r dat�ls indicat�d beiow. SECTEON II —LIABILR'Y CO'UEFIAf� 1. WHO iS AN fNStJAED is amar�ded 60 lruclude as an 'Snsured"ttte person(s) ar organixation(s} narrted'rn ihe Schedui�bebw, but ony wit�rgspect to their le�af labi6iy fer aafs ar amisaians af a per,�n for whom U�ili�y Coverape is aftorded u�d�er t�is poiay. You are �athori�ed to ar.t far t�e ad�9onal insured narned tn the Sohe�ule in all m�6ers pert�ning Go Shia insur�ce. �CtIEDIH.E an of �nsured: BLAfiTKET ADDITIQNAL INSUI�ED All ather�erms and aondi�ons of iivs Pa6cy remain unchanged. Endorse�nent Number: Paficy Irlu�ber. GWPKGQ477211 Nanted tnsured:[3.S. WATER SERVIGES CQRPQRATIQPT Entbrsement Fffeclirre Dafe::11/3 0 f 161oCa�Standard li me at lhe Rrst Narned�nsur�d's a�ddress. QO CAti07Q O6 09 p6 ovsur�n coPr pa9e 1 af 1 TBIS El�[DpRSE1�N'£CHANG�.S THE PULICY. PI +A$P REA,D YT CAREFUI,I,Y, PRtMARY AND NUN-CONTRIBUTING[N$URAAiCE ENDURSF.P►iENT T�is eodorsement mvdifies insurance provided under the Faliowing� BUSllYESS AUTO CUVERAG�FORM The fallowing is added ro Section G—General Cflnditions,Paragraph 5: Sectifln G:Creneral Conditions 5.Otnea�Inswance: e. Not�vithstandicig the provisions af sub-paragraphs a, b, c and d of this paragrapl� 5, uvith respect to the Third Party shawn beiow, it is understood and agraed that in t.�e event of a d�im or"suit" arising out of the Idarned Insured's sole negtige�ae, tltiiis insurance shall be grimary and any ather insurance maintained b� tite additic��al insured named as the Third Party belflw shail be excess and no�-contributory, The'£hird Party t�p wham thas endarsement�rplies: Abserice of a spec�ificca�ly rram�i Third Pariy abov�means that the provisions of tlris endorsement agply as require�! by written cantract�a) agree�ne�st with arry Third Party for wham yau are perfurnung wnrk All other terms, cunditions end ex.clusions und� this policy are applicable ta this En�fcxaement and rernau►uncl�anged. AU ath�r t�rms and condikiona of th�Palicy remain unchanged. Endorsement Number: Po�icy Numbcr: cWPRc a u 7 7 a 11 Named Insured:U.S. WATER SERVIGES CORPORATION Ttris endnrsement is effecti�e on the in�ptian date of this palicy unless otnerwise stated herain: Endarseanent Effective Date: 11/3 0/16 OU CA4104 00 a4 09 Page 1 of 1 9J5UR�OOPY EX. B. Janet McCorkle From: Segal,Adam <asegal@daniabeachfl.gov> Sent: Thursday,January 24, 2019 9:27 AM To: Janet McCorkle Cc: Satterfield, Nicki Subject: Piggy-backing off of the US Water meter reading services contract Good morning lanet, Please let this email suffice as to grant permission to the Village of Tequesta to piggy-back off of the City of Dania Beach's contract with U.5 Water Services Inc. If you have any further questions, please feel free to contact me. Kind regards Ada m Adam Segal CPA, CFE, FCCA . Assistant Finance Director� City of Dania Beach asegal@daniabeachfl.gov � daniabeachfl.�ov 100 W Dania Beach Blvd. � Dania Beach, FL 33004 D�WI�BEaCH phone: 954-924-6800 ext. 3620 � Fax: 954-922-5619 s�n uvc R�orc rt. Web:daniabeachfl.Qov � FB:citvoFdaniabeach � Twitter:�.�DaniaBeachFL Enews: enevfs� Emergency Notifications:CodeRED Please note:Florida has a very broad public records law.Most written communications to or from City Officials regarding City business are puhlic records available to the public and media upon request.Your e-mail communications may therefore be subject to public disclosure. 1