Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 05_02/11/2016 �,,.: � Memorandum Utilities Department To: Michael Couzzo, Village Manager From: Sam Heady, Deputy Director of Utilities Date: 1l21/2016 Subject: Chemical Purchase and Tank Lease for (Hydrogen Pero$ide) I respectfully present the following Comprehensive Analysis to the Village Manager. The Village has chosen to piggyback from the City of Raleigh, North Carolina contract for the purchase of Hydrogen Peroxide and the rental of contractor provided equipment, a chemical tank and pumps from Evoqua Water Technologies, LLC for these reasons: 1) This allows the Utility to utilize an existing contract that covers two needs at the plant. The first vne is the purchasing of high quality chemical at a lower price. 2) The second item is the annual leasing cost for the current tank and associated pumps and equipment which gets rolled into this contract. 3) Evoqua has decades of experience providing these services to dozens of customers. Chemical cost: $21,660.00 Tank and equipment rental: $450 per month for 6 months $2,700.00. Total Annual Cost: $24,360.00 Staff recommends approval of contract. RESOLUTION NO. 4-16 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, FLORIDA, AUTHORIZING PIGGYBACKING THE CONTRACT BETWEEN EVOQUA WATER TECHNOLOGIES, INC. AND THE CITY OF RALEIGH, NORTH CAROLINA FOR THE PURCHASE OF HYDROGEN PEROXIDE AND LEASE OF A CHEMICAL TANK AND EQUIPMENT; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. WHEREAS, the resolution is awarding a contract to Evoqua Water Technologies for the purchase of Hydrogen Peroxide for $3.61 per gallon; and WHEREAS, the resolution is also awarding a contract to Evoqua Water Technologies for the rental of contractor provided equipment, a chemical tank and equipment for $450 per month; and WHEREAS, the purchase of the chemical and the tank rental have been budgeted in this year's budget and sufficient funds are available in 401-242 552.342 for the chemical and 401-242 544.301 for the tank rental; and WHEREAS, pricing is piggybacked on the City of Raleigh, North Carolina, RFP #5230-608-FY15-ODORCNTRLv2; and WHEREAS, this good/service was procured with the same level of formality as the Village would have otherwise required in its Purchasing Policies and Procedures. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1 Resolution No, 4-16 is hereby approved, awarding a contra�t to Evoqua Water Technologies, Inc for the purchase of Hydrogen Peroxide at the price of $3.61 per gallon and the rental of a chemical tank and equipment for $450 per month, pursuant to pricing based on City of Raleigh, North Carolina, RFP #5230-608-FY15- ODORCNTRLv2. Section 2 This Resolution shall become effective immediately upon passage. Viliage of Tequesta Date: 1/21l2016 Purchase Order Requisition Date Purchase Order is Req'd: 2/12/2016 (Not a Purchase Order) Department: Water Treatment Plant 'Revised November 14, 20i? Req. #: Quotes Received: Piggy Back (See Rttached} Recommended Vendor: Vendor #: Vendors Blds Evoqua Water 1"echnala ies, I.LC 2932 Evo ua Water Technolo ies, LlC Address: 2650 Tallevast Rd. City: Sarasota State & Zip: Florida 34243 Comments: This PO Re uest is for the purchase of Hydro en Peroxide and for the leasin of the H dro en Peroxide chemical tanks and equipment fram EvoQua Water Technolo ies. This is a Pi y Back Cantract from the City of Ralet h, Narth Carolina. 7his contract is for 6 months, 2l12t2016-8/12/2018. Manuf./ Available Balance Item Description Part# Qty. Unit Price Tatal Cost Account # Finance Use Only) Hydrogen Peroxide 5�% Gallons 6,000 $ 3.61 $ 21,660.00 401-242 552.342 Rentai af Tank Months 6$ a50.00 $ 2,700.00 401-242 544.301 $ - $ - $ - $ - $ - $ - $ - Total: $ 24,360.00 Finance/Administrative Use Onlv: The Departmertt Otrector's f Des� nee's signature below ceRifies that (t) this purchase orderrequisition rs comp/ete and in compliance with the Viqage's Purchasing Policies and Proce res nd 2 ali procure�nt requirements have been satisfied. De artment Directo / esi nee Si nature: Date: ( ZZ- j The Finance DepartmeM igaature below ceRifies that (1} this requisition has been approved by an authortzed Department Director! Designee, (2) that the conect account numbers have been used and (3J the�e is adequate funding in the accounts listed. Finance Si nature: Date: Villa e Mana er A proval: Date: Village Gouncil Approval: Reso{ution #: Date: VILLAGE OF TEQUESTA CONTRACT FOR HYDR(}GEN PEROXIDE 50% & RELATED SERVICES THIS CONTRACT FOR HYDROGEI�i PEROXIDE 50°fo AND RELATED SER- FCbn��'J � V I C E S, hereinafter "Contract", is entered infio and effective this �� day of�a�ty 20 , by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 34S Tequesta Drive, Tequesta, Florida 33469-0273, organized and existing in accordance with the laws ofthe State ofFlorida, hereinafter "the Viilage"; and EVOQUA WATER TECHNQL- OGIES, LLC, a fareign limited liability company with offces (ocated at 181 Thorn Hill Road, Warrendale, Pennsylvania 150$6 and 2650 Tallevast Road, Sarasota, Florida 34243, 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 consideratian, the receipt and sufficiency of which is hereby acknowl- edged by both Parties, hereby agree as follows: 1. SCOPE �F SERVICES: The Village and the Contractor both hereby agree to enter into this Contract whereby the Contractor shall provide 50% Hydrogen Peroxide, 23.5% active oxygen content at a cost of $3.61 per gallon and provide inclusive services (excluding chemicals) and equipment to set-up, configure, operate, service, maintain, control and monitor the application of chemicals at the Village's Water Treatment Facility. Service pricing shall include respanse to odor complaints, testing, monthiy reports, chemical off-loading and emergency or after haurs responses. Prices wi(1 be provided at $450.00 per month per station for Contractor to provide O&M of Contractor provided equipment without PLC control. Pursuant to the Decem- ber 11, ZO15 correspondence from the Contractor to the Village, attached hereto as ExhiBitA, the Village is autharized to piggyback for the goods described above from the August I2, 2015 Contract For Services between Contractor and the City of Raleigh, a North Cara[ina municipal corparation and the Apri( 9, 2015 Proposal In Response To Request For Proposals Odor And Corrosian Control Services {RFP #5230-608-FY15-ODORCONTRLv2} between the City of Raleigh and the Contractor, attached hereto as Exhibit B and Exhibit C, respectively. All ex- hibits are hereby incorporated into this Contract as if fully set forth herein. 2. CUMPENSATION: In consideration for the above Scope af Services, pricing for Hydrogen Peroxide 50%, and for Services and Equipment of Contractor Provided Equipment shall be CONTRACT FOR HYDROGEN PEROXIDE SO & SERVICES AND EQUIPMENT OF CONTRACTOR PROV[DED EQUIPMENT pursuant to the price set-out at page 27, Appendix A— Contractar's Price Proposal of Exhibit C i 3. INSURANCE AND INDENINIFICATION: The Contractar shali provide proof of work- man's compensation insurance and liability insurance in such amounts as are specified in sec- tion 10, "Insurance," at pages 3 until 4, of Exhibzt B and shall name the Vil lage as an "additional insured" on the liability portian of the insurance policy. The Contractor shall at a(1 times in- demnify, defend and ho(d harrnless the Village, its agents, servants, and employees, from and against any claim, demand or cause of action of whatsoever kind or nature, arising out of any error, omission, negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Contract. 4. PUBLIC ENTITIES CRIMES ACT: As provided in sections 2$7.132 and 287.133, Flor- ida Stataees, by entering into this Contract or performing any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractars and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof. This notice is required by section 287.133(3)(a), Flartda Stalutes. 5. TERMINATION; NOTICE: This Contract may be terminated by the Village or the Con- tractor upon thirty (3Q) days written notice to the either the Village or Contractor, in accordance with section I 5, "Cancellation," at page 5, of Exhibit B. Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the foliowing addresses: As to THE VILLAGE As ta THE CONTRACT4R Village of Tequesta Evoqua Water Technologies 345 Tequesta Drive 2650 Tallevast Road Tequesta, F(orida 33469 Sarasata, Florida 34243 Attn: Directar of Utilities Attn: Charles Maltby, Sales Rep. 6. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Vil[age and the Contractor agrees that this Contract is nat a contract for employment and that no re(ationship of employee— ' The price of Hydrogen Peroxide 54% set out at page 27, Appendix A Contractor's Price Proposal, of Exhi6it C is described in a cost per gallon unit. The Village agrees to pricing in cost ($3.61) per gallon unit, as described in Ezhibit �. Page 2 of 4 CONTRACT FOR HYDROGEN PEROXIDE SQ% & SERVICES AND EQUIPMENT OF CONTRACTOR PROV[DED EQUEFMENT employer or principal—agent is or shall 6e created hereby, nor shaEl hereafter exist by reason of the performance af the services herein provided. 7. ATTORNEY'S FEES: In the event a dispute arises concerning this Contract, the prevailing party shall be awarded attorney's fees, including fees on appeal. 8. CHOICE OF LAW; VENUE: This Contract shatl be governed and construed in accordance with the (aws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Cantract. 9. AMENDMENTS & ASSIGNMENTS: This Cantract, a(1 Exhibits attached hereto, and re- quired insurance certificates constitute the entire Contract between both Parties; no madifica- tions shalf be made to this Cantract unless in writing, agreed to by both Parties, and attached hereto as an addendum to this Contract. The Contractor shalE not transfer or assign the services and provision of goods called for in this Contract without prior written consent of the ViI[age. 1 �. INSPECTOR GENERAL: Pursuant to Article XII of the Patm Beach eounty Charter, the Office of the Inspector Generai has jurisdiction to investigate municipal rnatters, review and audit municipa] contracts and ather transactions, and make reparts and recommendations to municipaI governing bodies based on such audits, reviews, or investigations. Al[ parties doing business with the Village sha(1 fully cooperate with the inspector genera[ in the exercise of the inspector general's functions, authority, and power. The inspector general has the power ta take sworn statements, require the production of records, and to audit, monitor, investigate and in- spect 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. 1 l. PUBLIC RECOR.DS: In accordance with section 119.0701, Florida Statutes, the Contrac- tor must keep and maintain this Contract and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of chapter I 19, Florida Stataites. Further, the Contractor shall ensure that any exempt or confidential records associated with this Cantract or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor shal! retain the recards described in this paragraph throughout the performance of the wark described in the Scope af Services, and at the conclu- sion of said work and upon request, transfer to the Village, at no cost to the Village, all such Page 3 of 4 CONTRACT FOR HYDROGBN PEROXIDE 50 & SERVIt;ES AND �:Qt'IPMEiVT OF CONTRACTOR PROV[DED EQUIPMENT records in the possession of the Contractor and destroy any duplicates thereof. Recards that are stored electronically must be transferred ta the Village in a format that is compatible with the Village's informatian technology systems. IN WITNESS WHEREOF, the parties hereto have executed this Contract the date and year first above written. WITNESSES: EVOQUA WATER TECHNOLOGIES, LLC �. �L�..�,�� � r _-�.�u.�_,1�....�_�. G��� /ii ----_.,.�._ _ 1 `` Mike Murphy, Project Manager i, ����..� G �•�-----___�__�____ {Corporate Seat) VILLAGE OF TEQUESTA ATTEST: Abigail Brennan, Mayor ...___ __. ______..�— (Seal) Lori McWiliiams, MMC Town Clerk Page 4 of 4 THE VILLAGE OF TEQUESTA PiGGYBACKiNG CHECKLIST Instructions: This form is to be completed for any purchase of goods, or contract for services where the Village will utilize a contract competitivefy bid by another governmental agency (i.e. "Piggyback"}. Department: Utilities Date: 1/21/2016 Item/Service Pravide Hydrogen Peroxide and Tank Rental #or the Water Plant VendorfService Provider Evoqua WaterTechnologies, Inc. Q State Coniract # Q Qther Governmentai Agency *Chapier 287, F.S. If piggybaeking a State Contract please stop here. Name of Governmental City of Ralei�h Proposal 1 Agency RFP #5230-608 YES NO Is the contract current? Effective date:_8/12J2015_ Expiratio� � � 2 Date:_8/11J2016 � � 3 Was item/service bid out in compliance with the Village's Purchasing Policies 8c Procedures? Is the price that the Village will receive by piggybacking equal to the price obtained by the agency � Q 4 named above? � 0 S Does the contraet contain an assignability clause? If the answer to question # 5 is no, has the governmental agency given the Village permission to � � b piggyback on the contract? � � 7 Has the vendorJservice given the Village permission to piggyback on the contract? � �z� L� Department ead Signature Date � Y ��Vt't December 15, 2015 Mr. Samuel Heady Village of Tequesta 9d1 N. Dixie Hwy. Tequesta, FL 33469-0273 Email: sheady@tequesta.org RE: PIGGYBACK OF CITY OF RALEIGH, NORTH CAROLINA ODOR AND CORROSION CONTROL SERVICES AGREEMENT Dear Mr. Heady: First, let me thank you again for your continued interest in Evoqua Water Technologies and for your confidence in our ability to solve your hydrogen sulfide odor and corrosion control needs. I am pleased to be able to offer you the following piggy back contract established with the City of Raleigh NC. I have attached a copy of the contract Agreement for Odor and Corrosion Controt Services for your reference. This contract will be good from 08/12/15 through 8/11/16. Under the renewal, the pricing for the products and services you are currently using are as follows. 50% Hydrogen Peroxide: $3.61 per gal. Contractor 08�M of Contractor Provided Equipment Without PLC Control (per2.3F vi): $450/per site Thank you again for the opportunity to be of service. We look forward to continuing to serve the Village of Tequesta in the years to come. If you have any questions regarding this information or if I can be of assistance in any way, please do not hesitate to call me at (941) 586-8813. Sincerely, Evoqua Water Technologies LLC C6iarles 9KaCt6y Charles Maltby Sales Representative 2650 Tallevast Rd. Tel: +1 {800) 345-3982 Saresota, FL 34243 USA Fax: +1 (941) 359J895 �, Page 1 of 1 ..... . . __.... ...... . _ ..-- — ---- . - -- ....'�..� .. . � . wfuw.rrrleigla�ac.gnv ��� �c x,i�� n ``�� � � C7�R�� I �`JCtt C�/ �% �.�GG�tC.� . �/ -� � North Carnlitia � August 28, 201� Evoqc�a Water Technologies E.LC � � 2650 Tallevast Road Sarasota, FL 34243 � Re: Executed Contract — Odor and Carrosion Gontrol To Whom It May Concem: Please find encEosed an executed copy of the Odor and Corrosion Control contract for your files. � When i�voicing for this contract pfease be mindful ta include purchase order # 52728 on all invoices pertaining to this contract. , Invoices shouid be emailed to accountspaYabfe�rateighnc.qov and PUDCORInvoic�,s"�a raleighnc.qov . If you ha�e any questions, please do not hesitate to give us a call at 998-996-4540. � Sincere[y, � . Ryan Adkisan . Accountant Auditor I � Enc(osure Oh1E EXCFEATVC3E PLAZA CITY OF RAC.EtGH MU(VICIPAL BUILDiNG 7 EXCHANGE F'LAZA POST OFFfC� BOX 590 222 WEST HARGETT STREET F�ALE(Ghi, NC 27601 RALEfGH NC 27602�0590 F2Al.EIGH, �VC 27601 (MAILINQ ADORESS) Priitted o�t Rec�xled Pa��er • I/15 NORTH CAROGINA 'WAI� COUNTY CO�ITRACT FOR SERVICES THIS C�NTRACT is entered into by and between Evoqua Water Technotogies LLC, hereinafter referred to as the "Contractor", and the City af Raleigh, a North CaroIina municipal corporation, hereinafter refezred to as the "City". WITNESSETH: WHEREAS, the City desires to procuxe a contractor to perform sezvices; and WHEREAS, the City has campleted necessary steps for retention ofprofessional and other services undex• applicable City policies; and WHEREAS, the City has agreed to engage the Contractor, and the Contractor has agreed to contract with the City, for performarzce of services as described, and according to the further terms and conditions, set forth herein. N(�W THEREFORE, in consideration of sums to be paid to the Contractor, and other govd and valuable considerafiion, the Contractor and City do car�tract and agree as follows: l. Scope of Services The Contractor shall perfo� for the City the following described services: Provide services, equigment, treatment teehnologies, and all chemicals to include its applicai�on, monitoring and aIl necessary analytical testing and apfimization for tofial odor and corrosian control in any designated wastewater system encompassing lift and pump stations, force mains, gravity lines and wastewater treatment facilrties within #he City of Raleigh service network. The Contract shall be in effect for hvo (2) years. Through eontr�ct Amendment, this Scope of Services may be extended by three concurxent on�year extensions as mntaally agreed by bo#h parties. 2. Time af Performance In performing the services described in this Contract, it is mutually agreed that tixne is of the essence. The Contractor shaIl begin work UPON EXECUT�UN, and work shall be completed upon the 730 dap from the execution date. In the event the sec-vices under the Contract are not completed by this date, the Contractox shall l�e assessed liquidated damages of $Q far each day's deIay beyoz�d the completion date. If liquidated damages are not �.pplicable to this Gontract, insert `(Q) zera' in the space above. 3. Compensatian; Time of Payment For services to be performed hereunder, the City shall pay the Contractor a not to exceed total contract amoun# $1,116,000 totai; FY16 $558,000 $nd FY17 $558,000 unless changed by a . duly authorized amendment. The starzdard Ciiy of Raleigh payment term is NET 30 days from the date af invaice. For prompt payment yau may email all invoices to (accaunts�avableCcr�ralei�hnc.�avl or mail all invoices to the City of Ra�eigh, Accounts �ayabl�, PQ Box 590� R.aleigh, North Ca blina 276 -0590. A.11 invoices must inelude the following Purchase Order Number . Invoices submitted withflut the correct purchase arder number wil1 z�esult in delayed paynnent. 4. Workmanship and Qua.litv of Services AIl work performed under this Contract shall be performed in a workmanlike and professiona.l tnanner, to the reasonable satisfaction of the City, and shall conforzn to all prevaili�ng industry and p�bfessional standards. 5. Notices All notices, requests for payment, ox other communications arising hereunder shali be sent to the following: City af Raleigh Contractor Attn: Mark Wessel Evoyua Water Technolagies LLC Telephone: 919-996-3723 800-345-3982 P.O. Bax 590 2650 Tallevast Road Raleigh, NC 27602 Sarasota, FL 34243 6. Non In consideration of the signing of tlais Contract, the parties hereto for themselves, their agents, officials, employeas and servants agree not to discriminate in any manner on the basis af race, calor, creed, national origin, sex, age, handicap, or sexual orientatzon with reference to the subject rnatter of this Contract, no matter how remote. The parties further agree in ail iespec�s to con€orm with the provisions and intent of City of Raleigh Ordinance 1969-8$9, as amended. This pravision is hereby iacorporated into this Contraat for the benefrt of the City of Raleigh and its residents, and may be enforced by action far specific performance, injuna#ive relief, or othex remedy as provided by lar�r. This provision shall be binding on #he successors and assigns of the parties with reference to the subject matter oftk�is Contract. 7. Minority or Women tJwned Businesses The City of Raleigh prohibi�s discrimination in any manner on the basis of race, color, creed, natianal origin, sex, age or handicap or sexiaal orientation and will pursue an aff'rrmative policy ; af fostering, promoting and condueting business with women and minority owned business � enterprises. The City of Raleigh has adopted a goal of 15% far participatian by minarity or women-awned businesses in order to reach the above stated goal. ' ; i The percentage of MWBE business participation engaged in this contraet based on tota.I contract � amaunt is proposed to be 0%. Any variation from this amount is to be immediately conveyed to � ihe Ciry by written notzce, Attention: Luther Williams, Business Assistance eoordinator, PO ; B4X 590 Raleigh, NC 27b02, w'r#h a copy to the City of Raieigh contact listed in the `Alotices' I, section of thi� Contract. i ; { i ; �. AS51 21� Illell� This Contract may not be assigned without the express written consent of the City. 9. A �. •bt Iicable La.w ALl matters relating to this Contract shall be governed by the laws of the State of North Carolina, without xegard to its choice of law provzsions, and venue for any action relating to this Contract shaIi be Wake County Civil Superior Court or the United States District Court for the Eastern Disbrict afNorth Carolina, Western Division. 10. Insurance Contractor agrees to maintain, on a primary basis at is sole expettse, at aIl times durin.g the life of this Cantract the �ollowing cover�ges and limifs. The requiremeats contained herein, as well as City's review or acceptance of insurance tnaintained by Cantractvr is not intended to and shall not in any manner limit or qualify the Iiabilities or abligations assumed by Contractor under this Contract. ' Comrnercial General Liability — Combined single Iirnit of no less than � 1,�00,000 each occurrence and $2,00O,OOQ aggrega#e. Caverage shall not contain any endorsement(s} excIuding nor limiting ProductlCompleted Operations, ContractuaI Liability or Cross Liability. Automobile Liability — Limits of no less than $1,000,000 Combined Single Limit. Coverage shall include Iiability for 4wned, Non-Ovcmed and Hired automobiles. In the event Coz�tractar does not own automobiles, Contractor agrees ta maintain coverage for Hired and Non-(3wned Auto Liability, which may be satisfied by way of endorsennent to the Commercial General Liability po�licy or separate Auto Liability policy. Antomobile coverage is only necessary if vehicles are used in the provision of services under this Contract ancUor are brought on a COR site. Worker's Compensation & Employers Liability — Contractor agrees to nnaintain Worker's Compensation Insurance in accordance with North Carolina Gene��l Statute Chapter 97 with statutory limits and employees Iiability of no less than $1,OQ0,000 each accident. AdditionaI Insured — Contractor agrees to endorse the Ci�y as an Additional vnsured oa Che Commercial General Liability, Auto Liability and Umbrella Liability if being used to meet the standard of the General Liability and Automobile Liability. The Additional Insured shall read `City of Raleigh is named additional insured as their interest may appear'. Certifieate of Insurance — Contractor agrees to provide COR a Certificate of Insurance evidencing that all coverages, Iimits and endorsements required herein are maintained and in full force and effect, and Certificates of Insurance shall provide a minimum thirty (30} day endeavox to notify, when available, hy Contractor's insurer. If Corttractor receives a non�renewal or cancellation notice from an insuranee carrier affording co�e:rage required herein, or receives notice that coverage no longer complies with the insurance requirements herein, Contractor agrees to notify the City wifihin five (5) business days with a copy of the non-renewal ar cancellation notice, or written specifics as to which coverage is no Ionger in compliance. The Certificate Fiolder address shauld re�d: � 1 1 i I Ci#y of Raleigh ` Post Office Bog 590 Raleigh, NC 27602-0590 Umbrella or Eacess Liability — Contractor may satisfy the minimum liability limits required above under an Unabrella or Excess Liability policy. There is no zninimum Per Occurrence limit of liability under �fhe Umbrella or Excess Liabilzty, however, the Annual Aggregate limits shall not be Iess than the highest `Each �ccurrence' limi# for requ'vred policies. Cantractor agrees to endorse City of Raleigh as an `Additionat Insured' on the Umbrella or Excess Liabzlity, unless the Certifica#e af Insurance states the Umbrella ar Excess L'zability provides coverage on a `Follow-Form' basis. Professionat Liability — Limits of no less than $1,OOO,QUO each claim. This coverage is only necessary for professional services such as engineering, architecture ar when athervvise requu�ed by the City. Atl 'vnsurance companies must be authorized to do business in No:t�th Carolina and be acceptable to the City of Raleigh's Risk Manager. 11. Indemn�itv Except to the extent cause,d by the soie negligence or wilIful misconduct af the City, the Conttactor shaIl indemnify and hold and save the City, its officers, agents and ernployees, harmless from liabiIity of any kind, including a11 claims, costs {including defense) and Iosses accruing or resulting to any other persan, firm, ar corporation furnishing or supplying work, sea�vices, materials, ar supplies in connection with the performance of this Contract, �nd from any and all claims, costs (including defense} and losses accruing or resulting to any person, firm, or corporation that may i� injured or damaged by the Cont�ractor in the performance of this Cantract. This representatian and war�ranty shall survive the termination or expiration of this Contract. The Contractar shall indennnify and hald and sa.ve the City, its afficers, agents and employees, hartx�less from liability of any kind, includ'zng claims, costs (including de€ense) and expenses, on accoun# of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the perfarmance ofthis Contract. 12. Intellectual Propertv Any infarmation, data, instruments, dacurnents, studies, reports or deliverables given to, e�cposed � ta, or prepared or assembled by the Contractor under this Contraet shall be kept as confidential propri�tary infarmation af the City and not divulged or made available to any individual or organization without the prior written approval of the City. Such information, da#a, instruments, dacuments, studies, reports or deliverables will be the sole property of the City and not the Contractor, All intellectual property, including, but not limited to, patentablc inventions, patentable pians, copyrightable works, mask works, tra.demazlc.s, service marks and trade secrets invented, � i i de�eIoped, created or discovered in performance af this Contract shall be the property of the � i City. � ; Copyri,ght in and ba any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, te�ct, software, or documentation created as part of the Contractor's performance of this project shall vest in the City. Works of authorship and cantrib�Etions to works af authorship created by the Contractor's performance ofthis project are hereby agreed to be `works nnade far hire' within the meaning af 17 U.S.C. 201. 13. Force Maa eure Except as otherwise provided in any environt�ental laws, rules, regulations or ordinances applicable to the parties and the services performed under this Contract, neither party shall be deemed to be in default of its abligations hereunder if and so long as it is prevented fram performing s�ch obligations by an act of war, hostite fareign actions, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of Go�l. Either party to the Contract must take reasonable rr►easures and implernent reasonable protections when a � weather event otherwise defined as a f�rce majeure event is forecast to be eIigible to be exoused fram the performance otherwise required under tI�is Cantract by this provision. 14. Advertisin� � The Contractor shall not use the e�stence of this Contract, or the name of the City of Raleigla, as part of any advertising withaut the prior written approval of the City. 15. Cancellation The City may terrninate this Contract at any time by providing thirty (30) days written notice to the Contractor, In addition, if Cantractor shall fail ta fizlfill in timely and proper manner the obligations under this Cantract for any reason, including the voluntary ar involuntary deciaration . oFbanicruptcy, the City shall have, the right to terminate this Contract by giving written natice to the Contractox and tetmination will be effective upon receipt. Cantractor shall cease performance immediately upon receipt of such ngtice. In tha event of early termination, Cantractor shali be entitied to receive just and equitable compensation for casts incurred prior to receipt of notice of tennination and far the satisfactory work completed as of the date of termination and delivered to the City. Notwithstanding the faregoing, in no event will the total amount due to Contractor u�der this section exceed the total amaunt due Contractax under this Contract. The Contractor shail not be relieved of liabiiity to the City for darnages sustained by the City by virtue af any breach of this Contract, and the City may withhold any payment due to the Coartractor for the purpose of setoffuntil such time as the City ' can deterrnine the exact aznount of damages due the City because of the breach. � Payment of compensation specif'ied in this Contract, its continuation or any renewal thereof, is � dependent upon and subject to the allocation or appropriation of fiuxis to tlle City for the purpose set farth in this Contract. ; ; i ; � I I � I ; i I i __ 16. Laws/Safety Standards The Contractor shall comply with alI laws, ordinances, codes, rules, regulations, safety standards and licensing requirements that are applicabte to the conduct of its business, including those of Federal, State, and Ic�cal agenazes having jurisdiction and/or authority. All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by cannection to an eiectric source, ar operation involving a connection to a manufactured, natural, or LP gas souree shall be constructed and approved in a nnanner acceptable to the appropriate state inspector which custamarily requires the label or re- examination listing or identification marking of the appropriate safety standard organization, such as the Ameriean Society of Mechanical Electrical Engineers for pressure vessels; the Underwriters' Laboratories and/or Nationai Electrical Manufactarers' Association fox electrically operatsd assemblies; or the American Gas Assaciation foz gas operated assemblies, where such . approvals of listing� have been established for the type(s) of devices offered and furnished. Furthex, all items furnished by the Contractor shall tneet alI requirements of the OccupationaI Safety and Health Act (OSHA), and sta�e and federal requirements relating to clean air and water pollution. Contractor must compIy with llTorth Carolina Occupatianal Safety and I�eadth S`tandards for Generad .Ind�rstry, 29CFR 191 D. In addition, Contractor sha�l comply with all applicable accupational health and safety and environmental rules and regulations. Contractor shall effectively manage their safefy and health responsibilities including: A. Accident Prevention Prevent injuries and iilnesses to their employees and others on or near their job site. Contrackor managers anc� supervisors shall ensure personnel safety by strict adherence to established safety rules and procedures. B. Environmental Protection Protect the environment on, near, and around fheir work site by compliance with all applicable environmental regulat'rons. C. Emplayee Education and Trainin� Provide education at�.d training to all contractors employees before they are exposed to potential warkplace or other hazards as required by specific OSHA Standards. 17. Apnlicabilitv of North �a�alina Pubiic Records Law Notwitlistanding any other provisions of this Contract, this Cotrtract and ail materials submitted to the City by t��e Cantractar are subject to the public records laws of the State ofNorth Caroli�na at�d it is the rresponsibility of the Coniractar to properly designate mate�ials that may be protected fiom disciosure as trade secrets under North Carolina Iaw as such and in the form required 6y law prior to the submissian of such materials to the City. Contractor understands and agrees that the City may take any and all actions necessaty to comply with federal, state, and local laws andlor judicial orders and such actions will not constitute a breach of the tern�s af this Contraet. To the extetrt that any other provisions of this Contract canflict with this paragraph, the provisions of this sectian sha11 cflntrol. 18. Miscellaneous The Contractor shall be responsible for the proper,cuskody and care of any property furnished or purchased by the City for use in connection with the pez�ormance of this Contract, and will reimburse the Ciry for the replacement va�ue of its loss or damage. The Cantractor shall be considered ta be an Independent Contractor and as such siiall be wholly respansible for the work #o be performed and for the supervision of its employees. Nothing hei�in is intended or will be construed fio establish any agency, partnership, or joint venture. Contractor represents that it has, or wili secure at its own expense, all personnel requu�ed in perfarming the services under this Contract. Such employees shall not be employees of or have any individual contractual relationship with the City. This Cantract may be a:mended only by written agreement of the parties executed by their authorized repi�esentatives. 19. Aud'zt The City ofRaleigh Internal Audit Office may conduct an audit of Cantractoc's financial, performance and compliance records maintained zn connection with the operations and services perFormed under this Contrac#. The City or its designee may conduct such audits or inspections tl�rougho�.tt the term of this Corrtract and for a period of three years after fmal payment or Iangex if required by law. In the event of such an audit, Contractor agrees that the City, or its designated representative, shall have the right to review and ta copy any work, materials, payrolls, records, data, supporting documentation, or any other saurces of informatian and matters that may in City's judgment have azzy bearing on or pertain to any matters, rights, duties or obligations unde�r or covered by any Contract Document. The Contractor agrees that f.he City, or its designated representative, shall have access to Contractor personnel pertaining to ttze performance of this contract, including but not limited to financial, performance, operations and compiiance records. Contractor agrees to maintain such records fax possible audit for a minimum of three years after fmal payment, unless a longer periad of recards reten#ion is stipulated. Cantractor agrees to allow the City's auditor(s) access to such records during normal business hours and to allaw in�erviews af any employees who might reasanably have infoxmation related to sueh records. City's au#horized r�presetrtative or designee shall have reasonable access to f.he Contractoar's facilities, shall be allowed to in#erview all current or former employees to discuss matters pertinent to ihe perfarmance of this Cont;ract and sha11 be provided adequate and appropriate work space, in order to conduct audits zn cptnpliance with this article. Further, Contractor agrees ta inciude a similar xight ta the Crty to audit and interview staff in any subcontract related to performance of this coz�traet. Contractor shall require all payees to camply with the provisions of this article by inciuding the requ'vrements hereof in a written cantract agreement between Contractor and payee. Contractor ; will ensure that alI payees have the same right to audit provisions contained in this Contract. ! I The City agrees to provide Cantractor with an opportuzaity to discuss and respand to any findings before a fu�al audit repart is issued. City's rights under this provision slaalI survive the termination of this agreement. The City may conduct an audit up to three years after this agreement terminates. 2Q. E - Ver' Contractor shall cornply with E-Verify, the federal E-Verify prograrn operated by the United States Department of Hameland Security and other federal agencies, or any successor or equivalent pragram used to verify the work authorization of newly hired employees pursuant to federal law and as in accordance with N.GG.S. §64-25 ef seq. In addition, to the best of Contractor's knowledge, any subcontractor employed by Cantractor as a part of this contrac� shall be in compliance with the requzrements of E-Verify and N.C.G.S. §64-25 et seq. 21. Inco oration of Documents/Com lete A eement This Contract, and any documents incorporated below, represent the entire Contract between the parties and suspend ali prior oral or written s#atements, agreements or Contracts. Specifically incorpora#ed into this Contract are the following attachments, or if not physically attached, are incorporated fuliy herein by reference: Attachments: � Evaqua Water Technologies ProposaI in Response to Request for Proposals, Apri[ 9� 2015 • CORPUD.RFP #5230-6U8-FY15-ODORCONTRLv2 • Addendum No 1 to RFP #5234-60$-FY15-ODORCON'1'RLv2 • Certificate of Ynsarance In cases of conflict between this Contract and any of the above incorporated attachments or references, the terms of this Con�act sha11 prevail. The remainder af this page remains bIank intentionally. , THIS CONTRACT is entered into this _:°j`� :°__�lay:of; �`�'°`` .T::.'.';:' ':: ;:�0��: IN WITNESS WHEREOF, the Contractor has executed t}�e foregoing with the signature(s) of its duly authorized officer(s), and the Crty has executed with the signature of its City Manager, attested by its {AssistantlDeputy) Clerk-Treasurer, wzth the official seal affixed, the day and year first above written. EVOQUA WATER CITY OF RALEIGH TECHNOLOGIES, LLC By: By: .,����� � � � C' Mana ar Authorized Designee Gary Snyder ' Frinted NamelManaging Member (If corporate} ATTEST: ATTEST• $y; See Attached O€fiaer�s Certificate $�r� f ' `:� � p $ _ ��-� Printed NameJMa�naging Member ;� a 3 �. �;' *� '��� .� T � � , PROVED AS T(3 FO � �_� • �L;y�,.�t �� `ity Attorney Jt,��',,�,� STATE OF ��oricla COUNTY OF �anatee I� S13eri Whalen , a Notary Public do hereby certify that Gary Snyder persanally appeared before me this day and acknowledged the due execution of the foregoing instrument. This the a�. day of �um�st , 20 z5 , :, ^ n a r i '� (SEAL) � ` j- -�:-� �;'�..:'�� c�; �'``�-�- - --- `��� Notary Public My Commission Expires 12f26/16 �;;.� �� �y �+u "'' ExprR�s: ���ez . ����t� .' $o�a�d rn„n�� �. ao�s ��,8 i _.... --- i evo�t�A WA7ER TECHNOLOGI65 EVOQUA WATER TECHNOLOGIES LLC OFFICER'S CERTIFICATE I, Benedict J. Stas, Board Manager of Evoqua Water Techtxoiagies LLC, a Delaware limited liability campany {the "Company>'), do hexeby certify an behalf of the Compa�y that Gaxy Snyder is Directox of Field Services of �e WT Municipal Services Sub-segment of the Company, and that in such capacity, Mr. S�.ydex has fu11 power and authoritq to execute and deliver the Company's bid and alI related ancillary agree�nents for the sale of �dar Control Services to the City of Ralezgh locafied in Raleigh, North Carolina (Bid Na. 5230-608 FY15}. IN WII'TNESS WHEREOF, the un.dersigned has executed this Certificate on. the 9�' day of June, 20�.5. ; Benedict J. Sfas Board Max�ag � � i . ; ; . ; � , I I � i . � i ,� � , �. F . �., . �R�� CERTIFICATE OF LIABILtTY INSURANCE a�,rz`�o s THIS CERTIFICATE tS ISSUED A8'A MA7TER OF INFORMA'fION ONI.Y ANb CONFERS NO RIC3HTS UPON THE GERTlFICATE HOLpER THIS CE1t71FtCATE DOE3 NOT AFFIRMATIVELY OR NEGATIVELY AM�ND, EXTEND OR ALTEit THE COVBRAGE AFFORDED BY THE POLIGIES B�LQW. THtS CERTIFICATE O� INSURANCE DdES NOT COlY31'17U7E A GONTRACT BETWEEN THH lSSUINC� INSURER(Sj, AU7tiORl7�p REPRESEN7ATiVE OR PRODUCER, AND 7HE CER'I'IFICATE HOLDER. tN1PORTANT: Ef the certiflcaEe ho[der 1s an ADDITIONAL 1NSURED, the pollcy(les) must be endorsed. If SUBROOATlON IS WAIVEb, subJect to the terms and condffions of the policy, certaln policles may require an endarsemenf. A stafemenE on this eertiflcafe doess nat confer righfs !o the cert(f4cate hoidar in lieu of such endorsemanqs). P �Ma�rsh USA fn�. p�� Six PPG PIBOe, SuNe � �� Mo : Piitstwrgh� PA 15222 e-0aait, s. IPISURE S AFF6ROfNGCOYERAGE NA�C� -PrPd-�OL-15-18 Whalen MlStlI�R A:�� I ��� ��� 19437 �n�su�o �sUrtrat s: Nat�ral Uidan Fire los Co Pktsbur� PA 19445 EWT HOLDiAIGS I€I CORP. (NCLU�NG Mew Ham ire ts�uraoce Co. 89f EVOQUA WATER TECHNOLOGIES LLG �sortErt c: i� 1451 E.1�APlE MILE ROAQ INSUReR n: AIG SpOCialty Ir�suranc�ee Cornparry �� HAZEL PAR4C, MI 48030 ' 1NSURER E : INSURER F : � C�VERAGES CEF271PECATE NUMBER: �►-E-004s6�D10-04 REVIS[�N NUMBER:3 ; 'FHIS (S TO GERTIF( THA? Tl-EE POLICIES OF iNSURA�fCE L1ST'ED Bk1.OW HAVE BEEN 4SSUED TO 7HE INSIIRED NAMEp ABOVE FOR 7NE POLICY PERf�[3 ': tNDECATED. PIOlWITtiSTAP![NNG ANY F2EQUfREMENT, 'fERM OR CONDITION OF ANY CON7RACT OR OTHER DOCUMEIdT WlTk RESPECT TO WH[GH TH1S GEFYf1FICATE MAY BE ESSUEp OR MAY PERTAIN, TFIE MSURANCE AFFORDFD BY THE POLIGlES DESCRiBED HERElN tS SUB.(ECT TO ALL THE TERMS, IXCLUSIQNS AN� CONDITIOPIS �F SUGH PQLICIES.1�[Mfl'S SHQVJP( M4AY NAVE BEEN REDUCED BY PAlQ CtAIMS_ IMSF2 TYPEU�INSURAN¢E A�LS B PULICYNUN�ER MQLlCYEFF POLICYEJIP LIAN7S LTR A X COMM�RCiAI �EMERAL LIABILiTY Ot4'E80804 Oili5t�15 Oit1512016 Enc�l pCr,uRrt�NCE S 2�.� CWMS-MADE � OCCUR E �� � p � ��—��� X SII� $7fi0�0�0 MED EXP orre ers� & WA PERSONAi.B�ADVINJURY $ 2 '�•� GEN'LACiORE0A7ElJAAfTAPPLIFSPER: G8PIERALAOGREC'aATE S '���,� x r�a.icv Q�c ❑�� �oo�rs-caaPror�n�o s 4 ���� S OtFIER; • � g A�„�on�oe�� unewrr cn�sar�sata�� a�n�not� o�n�te � aeu�o une $ �.noo,�o g X� ` CA3632395{N!A} 01115/2055 01145/20i6 80D1LYINJURY(Perpersnn) E__ B auiOS�E� ��I�ED CA3p23� (Vp) d1t15t2015 01/t5lZD16 �on_v iNatmY (Peraedaenry $ NON-OWrdED PROAER �AMAGE g x ti1REDAUfOS X pU'1'O$ 8 UMBI�IEA UAB ���R EACH OC('.URRENCE $ EXCESS W1B CWMS-MADE AGGREGATE S DED RETEM10hF � � WORKH2SCONlPENSATION 874{AOS} �15120�5 09/9512016 X�R �H- AND �Mk'LOYQt3' WIBRFTY, 5E£ ATTRCFIED� ��� � � ANYPROPItIETOttlPAitTId�RlFfCECU3IVE Y� NlA ELEACIiACCIDENT S OFFICERA�SEMBER EXClUL1ED? }�UQQ,OOO (Mandatory fn NHJ E.L. DfSEASE - EA EMPLOYE S o��oN o`�r�znnoNSt�aw �.�.�s�s,s�-Ya.�cruatrr S '���� R CONTRACTQR'S 154037 011iC�12015 Oi11512015 LlMi7 2�.� PtR.�UTtON LW8llJTY SIR ��� �SCRIPFtOdJOFOPEltATlONSlL4CATION3IVEHICI.ES {ACORDfOt,Addi6or�al�marksSchedida,mayHeAtfactpdEfmores�celsrequired) CCtY OF RALEIGH IS HEREBY AD01TlONAL �NSUREd, EXCFPT Vl�2KERS' COMPENSAiION, 4Y�1ERE REQUIR�D 8Y WRIi'TEN CAN7RACT. CONTRAC'CUAL LUIBR.ITY IS INCLUIIEA WHEM REQUIRED gY yyE2tTTEN CQNI'f2AGT. SUCii INSURANCE AS IS AFFOROED BY THE ADDI17�tA1. INSURED ENDORSEtu�� SHALL APPF.Y AS PRtMARY INSURl�tJCE & QTNER INSURANCE MAtNTA1NED BY TNE CERTIFICAIE HCk�DFR SiiALI. BE EXCESS ONLY & NO7 CANTR€BU71NG WITH INSURANCE pROVI�ED UN�R THIS POUCY. CER7'IFICATE HOLDER CANCELLATlON CIIY OF RALEIGH SHOUI,D ANY OF THE AHOVE pESCRtBED POLICIES BE CANCELLEq BEFORE ATTtd:CANDIAPERRY THE E3tPiRAT10N DATE THEREOF, N0T10E WILL 8E pELiVEREQ Itd pp g(U( � ACC�RPANCE 1MTH TNE POLICY PROVl310NS. RALEIGH, NC 27602-�5.9U AUTHOR2El7 RBPRE8EN'fASNE 'o( Macah USA foc. Manasht Mukherjw Mau�ti+- � 1988-2014 ACORO CORF'ORATION. AU rEghts reserved. ACOFtD 2b (2014►01) The ACORD name and logo are registered marks of ACORD