Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 16_02/08/2018 Village of T'equesta 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 www.tequesta.org �" � _ � TE�L'�f:S"1':1 P�BLIC ��'ORKS llf�:P:�K"1':�II:NI' tiiE�iORr�NDt'�1 Z'o: ��ichael R. Couzzo, Village i�lanager From: Douglas i�1. Chambers,Public�'orks Deputy Director Subject: W'ater Treatment Plant �:��oqua Contract Date:Januar� 2�, 201£� The following Agenda item address the need for a contract to purchase Hydrogen Peroxide for the Water Treatment Plant. Hydrogen Peroxide is used to oxygenate the Process Water prior to discharging the water at the outfall. We are piggybacking a competitively bid contract with Sarasota County and purchasing the hydrogen peroxide from Evoqua Water Technologies. Contract Duration: Jan 1, 2018— Dec 31, 2018 Approx. annual expenditures: $32,000 Utility Department Funding: Chemicals 001-242-552.342 -$185,000 Douglas M. Chambers Deputy Director Public Works Village of Tequesta �'ice-�fayor Frank D'.�mbra �layor�1bby Brennan Council:�Iember Tom Patemo Council�lember titeve Okun Council bfember Vince.�rena Village�fanager�tichael Couzzo VILLAGE OF TEQUESTA CONTRACT F�R ODOR CORROSIOIY CONTR4L SERVICES FIRST EXTENSION THIS CONTRACT FOR ODOR CORROSION CONTROL SERVICES, hereinafter "Agreement", is eatered into and effective this i day af January 2018, by and between the VILLAGE OF TEQUES TA,a Florida municipal corporatian�+ith 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 Viilage"; and EV4QUA WA'i'F.R TECHNOLOGIES,LLC, a Delaware Limited Liability Company,autharized to do business in the State of Ftorida, whose office is located at 2650 Tallevast Road, Sarasota, Florida 34243, hereivafter"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 considei�ation, the receipt and sufficzency of which is hereby acknovc�ledged by the Parties,hereby agree as follows: 1. SCOPE OF SER'VICES: The Parties hereby agree to entex into this Agreement whereby the Contractoz shall provide odor corrosion control services for the Village on an as-needed basis. The Parties agree to entez into this Agreement and piggyback for the services af the �-ices described in the Contractor's Deeember 9, 2014 contract for odor eonosion control services with Sarasota County, awaxded ktuough Bid No. 142794LM,which was extended by Sarasota County through December 31,2018. Said contraet,including the contract extension,is hereby fiilly incorporated into this Agteernent and is attached hereto as Exhibit"A". Authorization to piggyback is hexeby fiilly incorpora#ed inta this Agreement and is attached hereto as Exhibit �B„ 2. COMPENSATIQN: In considerafiion for the above Scope of Servitces, pricing sha�l be pursuant to the unit price provided in the Fee Schedule (in Exhibit "A'�. The Village shall request services fronn the Contractor on an "as needed" basis thloughout the term of the Sarasota County which currently runs through December 31,2018,with an option foz x•enewal for up to one additaonal one-year period. Prices shall remain firm for the duration of the coN�rRACT Fox ODOR CORROSION CONTROL SERVICES - ��ksT ExT�NSION Agreement. Tiie Village shall pay the Contractor upon Contractor's completion of, and the Village's a.cceptance of, the services required herein as specified in Exhibit"A". 3. INDEMNIFICATION;INSURANCE:The Contractor shall at all times indemnify, defend and hold haimless the Village,its agents,servants,and employees,from and against any claim, demand or cause of action to the extent arising out of any error, omissifln, neg[igent act or intentionally wrongful conduct or misconduct of the Contaactor, its agents, servants, or employees in t[ie perfortnancc af services under this Agreement,to the same extent that it has agreed to indemnify Sarasota Counry pursuant to Exhibit"A". 4. PUBLXC ENTITIES CRIME�S ACT: As provided in Sections 287.132 and 287.133, Florida Statutes,by entering into this Agreement or performing any wark in furtherance hereof, the Contractor certifies that it,its affiliates,suppliers,subconfiractors and consultants who will perform hereunder, have not been placed an the convicted vendor list maintained by the State of Florida Departrnent of Management Services within thirty-six (3b) months i�emediately preceding the da.te hereo� This notice is required by Section 287.133(3)(a},Florida Statutes. 5, TERM; TERMINATION: P�usuant ta the Sarasota County Contract, the original eontract tei�rn expires an December 31,2�17.In the event that the Sarasota County Contract is extended beyond Decernber 31., 2017, then the Parties may lil�ewise extend this Agreement upon the same tei�rns and canditions as the Sarasota County Contract extensians. This Agreement may be tenminated by the Village or the Contractor upon thirty{30)days written nfltice to the either the Village or Contractor. 6. NOTICE: Notice required by this Agreement shall be considered sufficient when sent by certified mail or hand delivered to the Paities during regulaz business laours at the following addresses: As to THE VTLLAGE As ta TI3E CONTRACTOR Village of Tequesta. Evoqua Water Technologi.es,LLC 345 Tequesta Drive 2650 Talievast Road Tequesta,Florida.334b9 Sarasota,Florida 34243 flttn:Director of Utilaties Attn:David Morano 7, INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an in.dependent contractor and not an employee of the Village.Both the Village and the Contractflr agrees that this Agz�eem.ent is not a contract for employrnent and that no relationship of Page 2 of 5 CONTRACT rOR ODOR CORROSION CONTR�L SERVICES — FIRST EXTENSTON ernployee—employer or principal—agent is or shall be created hereby, nur shall hereafter exist by reason of the per£o�xnance of the services herein provided. S. CHUICE OF LAW; VENUE: This Agreement shall be governed and construed in accordance with the laws of the S#ate of Florida, and venue shall be in Palm Beach County, or the United States Distilct Court in aad for the Southern Di�trict af Florida should any dispute arise with regard to tlus Agreemen� 9. AMENDMENTS&ASSIGNMENTS:This Agreement, all Exhibits attached hereto, and required insurance certificates constitute the entu•e Agreement between both Parties; no nnodifications sha11 be made to this Agreement unless in writing,agreed to by both Parties,and attached hereto as an addendum to this Agreement. The Contractor shall not transfez•or assign the secvices and provision of goods cal�ed for zn this Agreemeut withont prior written eonsent of the Village. 10. INSPECTOR GENERAL: Pursuant ta Article XJI of the Palm Beach Counry Charter, the Office of the Inspector General has juri�diction to investigate municipal matters, review and audit municipal contracts axad other transactions, and make reports and reco�nmendations to municipal governing bodies hased 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, authoriry, and power. The inspector general has the power to take swom statexnents,require the production of records,and to audit,monitor,investigate and inspect the activities of the Village,as weli as contractors and lobbyists of tlie Village in order to detect,deter,prevent, and eradicate fraud,waste,misnnax�agement,misconduct, and abuses. 1 l. PUBLIC RECORDS: In accordance with Section 119.0701, Florida Stututes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the warlc described iri the Proposal or Bid. Upon request from the Village's custodian of public records,the Contx�actor must provide the Village with copies of requested records, or allow such records to be inspected or copieci, within a reasonable time in accordance with access and cos# requirements of Chapter 119, Florida Statutes. A Contractar who fails to provide the public records to the Village,or fails to make them available for inspection or eopying,within a reasonable time may be subject to attorney's fees and costs pursuant to Section 119.0701, Florida Statutes, and other penalties under Section 119.10,Florida Statutes. Further, the Contractor shall ensure that any exempt Page 3 of 5 CON�'RAC'r FOR ODOR CORROSION CONTROL SERVICES — FIRST ExTENSION or con�iden�ial records associated with t�is Agieement or associated with the performance of tlie work dsscn'bed in the Proposal or Bid aze not disclosed except as authorized by law for the duration of the Agreernent 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 Contractor shall transfer, at no cost to the Village, all public records in possession of the Contractor, or keep and mai.ntain public records required by the Village. If the Contzactor transfers a11 public recards to tlie Village upon completion of the Agreement, the Cantractor shall destroy any du�licate public records that are exempt or confidential and exem,pt fiom public records discloswre reqnirements. If the Contrac#or keeps and maintains public records upon completion of the Agreement, the Cont��actor shall meet all a�rplicable requirements for retai.ning public records. Records that are stored eleetronically 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 Z'HE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO TffiS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VII�LAGE, AT (561) 76&Ob85, OR AT lmcwilliams(a�tequesta.org, 4R AT 345 TEQUESTA DRIVE, TEQUESTA,FLORIDA 33469. THE REMAINDER OF TFIIS PAGE IS II�T�NTIONALLY LE,FT BLANK. Page 4 of 5 cor�a�z�acT FOR ODOR CORROSION CONTROL SERVICES — �[RST ExTE�asiorr IN WITNESS WHEREOF, tkze Parties hereto have executed this Agreement the date and yea�first above written. S� : EVOQUA WATER TECHNOLOGIES,LLC J .� i t �-.,.__..-,-''� ``��'``._..` . ... ,�� j���_ , y Ronald B. MacReynolds , , Position•purchasing Manager n � ��'�,� � .. - <,�� ,:�:��` (Corporate SeaI) , VII.,LAGE OF TEQUESTA ` ATTEST: Abigail Brennan,Mayor (Seal) Lori McWilliams,MMC Village Clei�k Page 5 of 5 EX. A. iiUN I filAG I �U. I'3 TE� coNz�►c�r Fa�t �CC A�PRB�E� �� '� R�P 142794E.1�+! QD��! CQRRdSI�N Cfli�lTROL SERVICE5 tF1IS TERM C�WTRAC�' is made and er�tered �nto as of the date of executian by both partie5, by and between SAA.ASQTA CQUN7Y, a }aditital subdivisian aF the State af Flarida, he�eEnaffier ref�rred to as the "CauntY" and Evoqua water Technologies� LI.C, � Defaware Lirnited I..iaOipty Campany, authorized to do �usEness in the Stat� of Florida, hereFrtafter referred to as "Contracto�". wirnEss�� WHEREAS, the Cpur�ty requi�es the ser�ices af a Contractor t� perforrr�'�pdor�a`r� � ��' , Corrosian Ccntrol ServiCes; ��dr ' ,� -�a= , � wHEREAS, the County �ssued a solicit�tian, 14�7�4LM on ]une 19, 2014; 2��d,f ' `_ wHER�AS, the County evaivated the �esponses rer���ed and Found the Contrat��r -� Rualified to perfnrm tt�e necessary servi�es; and, � f' l'- WHEREAS, the Caunty issued a Notice of Recommentted Aw�rd on September ,25; �Or�; a�d� WHEREAS, the natur� oE the services being provided is such t�1�t the quantitY and extent of senrices may be subject tio period'�c adjustrnent through future ar�endments to this Tersan Contract; �nd, WHEREAS, the Contractar has re�+iewed the servl�es required pursua�t to the Term Contract and is qualif�ed, wififng and able to pr�vide and perform ali su�h services ir� atcafdance with its tenns; NOW, TNEREFORE� the Caunty and tt�e Contractar� in cansideration of th2 mu�uai covenants oo�tained ��re3n, do agree as follows: i. Con�taacToa's sERvicEs A. The Ca��ractor agrees to dil�gentty provide alF inaterials, servEces and labar for tf�e performance of odor and carcosiar� control services� in acco�dance with the technkal specificatiorrs �nade part vf this Term Contract as Exhibit A, attached hereto and incarporated herein. iI. TERM A. This Term Contract shaEl commence o� January i, Z015 arxf shalf ca�t�nu� for a period of three years. This 7�rrn Contra�ct may be re�ewed for up to two additional one year periflds suBject to written agreement af bott� partEes, Pracurement�vrttra�t �1427940100 Page � pF 2A �'ernplate aevlssd 0911SJ20t4 YERM CONTRAGT FqR EtFP 14�79�4�[,M �DOR CQRRQSIQN CQNTR�L SERVICE5 III. COMPENSATIO 111D PAYMENT O� CON'FRACTOR'S SERVICE A. The Caunty sf�all pay th� �ontr�e#or for t�e services render�d her�u�der a�nd �ompleted in a�cvrd�nc� with th� terms and �ondi�i��s of this Term Ccantract an amo�nt r�ot ko exceed One Million Fiv� H�ndr+ec� Thausand Dallars and Z�ro Cents ($1,5�QrQ(��.0�) per fiseal year. B. fVotwithst�nding th� p�eCedi�g, Contrac'tar sh�fl pertorrn n� �rc�rk �nder thfs Term C�ntraet until reteipt �f � �ur�hase Order from th� ��unty, Can�ractor ��c�C�owledges a��l agr��� that �a m;�imum arnour�t ef wflrk is guaranteed ur�der thi5 7e�m Contr��t and Cou�ty r�ay eiect to Issue �o purclia5e Ort�e�S. C. �he Co��ty'� perf�rm�n�� and obiigation to aay ur�der this T�rrn Cc�nt�att is conting�nt upor� an app�opriat9on by tl�e �oard csf �Qunty Cammissioner5. The Cour�ty shall promptly notify the Cantractv� if the ne�essary ap�ropriatian is nak rnade. IY, ADDIT�ONA�SERV_I_CF� A. Na c#�ar�ges to this Term Contra�t or the perfnrmance c�ntempf�te�1 hereun�der sha�� be made unless the same are in writir�g and s�gn�d by bath the �ontracto� �nd the County's authorizecE agent as ��t Farth t�elow, B. IF the Cau�ty's Administr�tiv� Agen# req�lres th� Contra�tor to perFarm �dcfitiQnal services and if suth servites �re ��t r�qufred as � r�sult of err�r, ornission or r�eglig�nGe af Cantractor, then it� suck� e►�ent th� �ontrac�or shaEl be entitled to atldition�l �ompensati�n. Th� ad�litiar�al compensation shall �� agre�d upon trefore ��n�men�e�n�nt of any additional s�rviees or ch�nges a�d shall #�e incc�rporated ir�ta t#�is Te�rn �Contratt by written am�ndment. Ar�y �ddition�l 5ervice pr ati+o�'k �erFormed b�fore � varitr�n Ame�d�-ner�t to this Term Contratt 5hall �at be ��mpensated by the CaUnty. y. �R THdD OF PAY,r+IENT A. The Caur�ty shall pay th2 Contra�tor khroug� �aymen�t issued by the C�er�c oF the Cl+'�uit Caurt i� �ccard�nte with �he Lpcal Gover�rn�nt �"rar�pt Fayment Att, Sectit�n 218.7�r et.se�q, Flarida Statutes �pon recei�# gf the �ontractor's in�oite �nd writte� appraval af same by tt�� C�unty's Atfministr�ti�re Ag�nt irr��cating t�at servFces have been ren�ered In c�nforrnity w�tk� thl5 Term Contratt. B. Th� Contractor shall submik in�oices for p�yrnent t� the �ounty �or those spe�ifiC servites provided �ursuant to Ex�ibit B, �ee SchedUle, attached hereto and incorpor�ted herein. Procurem�nt Cantract �14�744d100 Page 2 ot�4 Template Revlsed a91151�fli4 TERN1 C�f�TaACT FOR R�P 1427�4LM �DOR C�RRt7�5ION C�NTRtlL SERVxCES C. Th� Gon���ct�r's invoites 5�a1� b� in a form sakisfactory to the Cletk of the Circuii Cn�rt, wha shal� initiate dishursements. T�e Contra�tar is respons�ble for provid�ng all necessary d�Cum�nt�rtion thak mdy �e required by tF�e Caunty. VI. A. The C�r�tr�ct��- shall pay on behalf �f �r �nd�mnffy �r�d F��fd h�rmless Sarasata Ca�nty Governme�t from and a�ai�st a�y an� ail cfain�s, a�ions, dar�a�es, fees� fin��, penaltfes� defense costs, s�its vr 1ia��laties which may arise out of any act, ne�l�ct, erro�, �rrtiss�on or �ef�ult af the Cor�tractar ari5ir�g a�k of or in any way canne��ed wi�h the C�ntractar's ar Subcontra�tors` perform�nCe or Fai��re to p��rm ur�der the terms of�his T�rrn Cpntra�t. B. 7his s�ckfan of the Te�-m Cor�tra�t wifil ext�nd beyond the tecm o#the Term CO ntraCt. VII. N ' A, �efore p�rforming any w�rk purst�ant to this Term Contractr Co�tract�r sF�all prc�cure and maintair�, durir�c� the life af this TErm Cantract unless Oth�rwis8 5peci�ed, in5urdnCe as SpeCi��d in Exhi�7it C, I�15urdnC@ Requirerner�ts, attached hereta a�d made a part o� thi�T�fm Cor�t�act. YII�, RE9PdNSIBItiTIES�F THE C�NTRACTaR A. C�ntractor actcn�wledges tha� it is familia� with the technical specificatian5 aF the so�icitation� inciU�ing any addenda, anc� that it wi11 ��rfOrm th@ S�rviCeS ds �Uire�. �. If Che Contra�tor �s comprised flf m�re than one legal entity, each entity sl�all be joi�tly and severally liable hereund�r. �. The Contractar warrants that he J�as nat em�Eoyed o� retarned any compar�y or person �v�ner than a bo�a fide emglqy�� �vork�ng solely Pvr t�� Car�trackor}, to s�l�cit or se�ure tt�is Terrr� Gont�acr and tn�t h� h�s nat pald vr agree� to pay any persan, �a€npany, co�{�aratio�, indiv�dual, �r�rm other than a bar�a fide empl�yee wr�rk�ng salely for t�e Car�tractar; any fee, cr�mmissian, �ertentage, gift, or �ny other �onslderatia�, contingant u�nn or r�sult�ng fr4rn the award af this "rerm Contra�t. p. The Contrack�r co�enants and a�re�s that it and its �r��laye�es sha�E be bour�d by the 5tandards af Conduct of the Flvrida Statutes, Sect�an ii�.3i3, as it Felates ta war�c perform�d �n�er this Te�nz Co�t�a�k. The C�nkractQr agr�es to incorparate the prov�sions �f this pa�ag�aph in any subcontract inta wh�ch it mi�ht �n�er with refe�ence �o the wark pe��rr�ed. Pracurem�ht Contrdct #142794D1�� ��ge�aF�.4 Template Revised U�115/2Q14 TERM COMTRACT FOR �FP i42?941.M �oOR GOR�C�SiON COMTR�t SERViefs E. C4ntr�ackar agrees that it �n� its employe�s shall tommuni��#e with Ca�nty ernplvyees and rnemfaers �f the p€�blic in a civil m�nner. All �spects of� Contr�ctor's performancer ir�cludin� compiaf�ts re��ived Fr�m CQunty employees or rneml�ers of the publit, m�y irrtpacC the County'� decisian to renew or term€nate this Term Contract ir� accarda�c� with �h� provisions cantai�ed �e�eirt. Tri� County+ ��rther r��erves the �ight to suspend or debar the Cantr�ctor F�4m co�sider�t�vn far awart� of futur� co�kracts in accardan�� with Se�tia�n �-223 af the Sarasata County �ode, Chapter �., Arti�le VY Caunty Pracur�rnent Cade i� rhe c�ntra�tor d�es c��t abide by the terms af th�s setti�n VIIi.E. F. The ContraEtar shafl �tornply uvit� Florida �tatut�s, Se�tian 287.f33, ��b�ic Entity C�imes. G. The Ca�trattas sha�i comply with a�l �ede�al� stat�, and �oca� laws, �egulations and ardir�an�es �pplicable to th� work o�- paymer�t f�r wark Ehereof, ar�d shall not discriminat� �� the �rounds of r���, colar� reiigion, sex, vr natio�af vrigin ir� the performance of wari� u�d�r t�is Term �o�traCt. H. 7he ContraGt�r 5halk maintain �oaks� r�t�rds, docurnenC$, and o�t�er evide�n��: dire�#ly pe�t�ir�ing to �r connect�d with the services �tr�der this T�rm Contract which shalf b� availaE��e a�d ��tessible at the Contr�ctor's af�ices for khe purpose of inspe�tion, audit, and copying during normal busin�ss ho�rs by th� Caunty, t�r any of it� autharfzed r�present�tives. SuGh t��car�� shall be retained far a m�n�rnum af th��ee (3) years after �omp�etiQn �F tl�e s�rviCes. I. Settion �87.135, �Ic�rida St�tutr�s, prohi�its a�encfes frorn �ontractir�g v+rith comp�ni�s Par c�t�+�t�� or service� of $1,Q�O,Q00 or m�i-e, that are an eith�r the Scru�inize�i Carnp��ie5 with Activiti�s in Sudan List a� t#�e Scrutinizerf Ct�fnpanies wit� Activitfes in the Ira� P�tr�leum Er�ergy Sector Ust. Bath lis�ts are createti pursuant to se�t�on 2Z5.�73, FEarEda St�tutes. Contr�ctoF certffte5 that the crg�nizatian is r�ot IiSt�d an �ith€r thQ Scrutinized �ompanies with A�ti�itie5 In S�dan List or th� Serutinized Camp�ni�s with Activitie� in the �ra� petr�leum �r�ergy �e�tar l.ist and understas�ds that pu�su�nt to s2t4ion 287.135, �lari�a Statutes, the submisslon of a false �ert��itation m�y subject comp�ny to civil penalki�s, attorney`s fees, ar�d/ar ct�sts. ]. The Contr��tor shall nafilfy ti�e £at�nty's Admir�istrative Ager�t at I�ast one �1� d�y in adaance oF any r�eeting betu�eert th� �vntractar �nd �ny s#akeholderr in�ludingr but �rot Ifrnited tot Cau�ty �omrnissioner�r regulat4�r agenci�s at- private titizens. Procureme�t Contratk ►t14z74�4Qf00 Page 4 of 2A 7emplake Revised U�1/iS�2014 1`ERM CONTRAC� �OR RPP l.4�794L�+! t3DOR CORR�SYQI� C�h�TRt�� SERVFC�S IX. TIMELY PEg I�RMANCE DF CQMTRACTOR'S PER��EE. A. T�e tErnely per�o�mance anaf cornp��tio� of the requrred servi�es is uitally impart�nk to the knter�est of the �aunty, B. The per5ari��l assign�d by tt�� Ccrntr'a�tor to perform tl�e servi��� of this Terrn �antract s�ai� co�'nply with the infarmation pr-�5e�t�d fn the so�icit�tion, The [ontra�tor shall ensure tha# all key persa�nel, suppa�t �1�r5aflrl@I, and other ���nts are fully c#u�lif��d and capable ka p�e�farm t�eir assig�red tasks. +4r�Y chan�e or �ubstl�utiar� to the �ont�a�tar`s key personn�E must re�eive the Caunty's Administrative Agent's written apprav�l befare saici �hanJes or substitutf�r� +�an becflrr�� ef�e�tiu�. C. 1'h� Car�tra�kor specifically agrees that all wor� pe�f�rmed under tt�e te�ms a�d conditions of this Term �antr�ct shali b� camplete� wit�in the time limits as set f�r�t#� in th� solicit�tian, or as atherw�se identE�ie� �n the County's Purch�se Clyder ar spetiFied �y the County's Adrninistr�tive Agent, sul�jett only ta del�ys cau5e� by For�e ��jeur�, or as �therwise de�n�d h�r+ein. "Force majeure" shall f�e deerr��� to be any Cause �P��ctE�g the perForrnance a# this Term Contract acEsing frprn ar attribu��hle to �Cts+ ev�nts, ornis�ians ar �GGidents heyanc� the reasonahle contro� of th� parties. X. OS TI hi D� Cfl A. The County's Adrni�istratfve Ag�nt Is de�ign�ted to do all things necessary to pro�erly adrrcinister the terms and canditiar�s of thfs T�rm Ctr�trdet, inC�udingr but �ot iimlted to: i. Re�+iew of all Co�tractar payrn�nt requests for appro�ral �r reject"sa�. z, Peris���c reviews of the wark €�f t�e C�ntractar as necessary for �h� completion of �h� Cantra�tor'S ser�i�es �ur�r�g the period o� t�is Term �a�tra�t. B. The C�ounty shall nvk ��'ovide ��y services �o the Co�t�ra�to� in conne�tion with any tlaim brought oc� be��lf�f or against the Co�tractor. XI. TERM�NATIi]�l A. The �vunty sh�ll h��e the right at �ny time �pan tharty (3t3) C�lendar day`s wr��ten not�c� tq th� Cvnkra�kar to �erm�nate the s�nri��s of �t�� Contr�et�r. The County shall pa}� to the CanEractor �r�d the Car�tractor �haU accept as fu�l payme�t far its sen+ices� a sum of rno�ey equal tv t�e wo�k cample�ed ir� any cornrrtenced but fntom�lete ser'�ri��s. Pracurernent Cpntract #1�279401Q0 Page 5 af�4 TempEate Revised �3/f5I2014 T�RM coNraacs �oa RFP ia�794�M o�a� C��R(3Si�� C�NTR�� SERV�CES 8. A�y f���ur� of the Contractar ta satisfy the requfrernents of this Term Contr��t� as dotumer�t�d I�y th� Adrninistrat�ve Age�t, shall be ��nsidered a det�ult oF the l'erm Cantr��t �nd suf�cient reasar� for terrninatior�. Th� C�ntrac:tor shall be notff��� in writing by t�e Caunty and shall ha�►� an opportu�ity to c�r� sU�F� def�u lt v�rithi� ten 41t�) wr�rking days aft�r notifi�ation. C. in the �vent that th� Contractor has aban�Jaried p�erFc�rrrtance under this T�rm Contract� then xhe Caur�ty may terminate this T��m Ca�tract �por� three (3) calendar day'� writtert notice to the Cont�'actor indicati�g i#s inter�tion ta d� so. Payrnent �or w�rk p�rF�rmed pri�� to t�e Contr�tkor's abando�rn�r�t sh�ll be �s stated above. D. The Contractor shal! h2�ve th� right to kern'�inat� services only �n the e�rent aE the C�unty fallin� to pay the Contractor's properiy documented �nd submitt�d i�voice within ninety (90) ca�endar days of th� ap�rav�l by th� Co�nty's Adr�in�stratiue Ager�t, or if the Projett is suspendecf by the County for a period greater than nir�ety (9t}y ����r�dar days. E. The Caunty reserves �he ri�ht ta t�rr�inate �nd eancel this 'Ferrn Gc�ntra�t in the event th� Co�ntractor shall b� placec! in either volunt�ry �r in�alunt�ry ba�krup�ty �r �n �ssignment t�e rr:ad� for the b�nefit af creditars. F. After consultation witi� and wr�t�en NotEce ta the Contr3Ctor �rovidin� a reast�nal�le oppartun ity to ct�re� the C�urrty sh�ll h�v� the right ta refuse t� ma�Ce paymer��, �n w#�al� cr p�rk, a�d if ne�ss�ry, may demand th� retum of a pt��tforr or dl� of the amount pre�lously paid to the Cont�a�tor du� to: i. The quality of a portian, or all, of th� Contra�a�'s w�rk not �erformed ir� accordan�e wit� the r�qui�em�nts of this Term Con�ract; 2. The quantity of �he Contr�efior's work not delivered or �erformed as re�reser�ted in the Cantractar's P�ymer�t Req�est, ar otherwise; 3. Clairns rnade, ar �ikely to be made, against the Cou�ty, or its �rc�perty; �. �ass ca�sed by the Car�tra�tar; 5. Th� ContraCtOr'S fdilu�'e or refusdl t4 �+�rform any of tt�e o�lig.�tic3n5 tC► th� County after wcitten Nvti�e and � reasonable op�artunity to Cure as set foct� above. Procurement Cuntract#142��a0140 Page 6 aF�4 Template Re�+lsed 09/15/Za14 TERM C��VTRACT f�3R RFP Z42794LM Q�70R CORROSION COtYTROL SERVICES 7iII. DISPUTf RESOLU�IOPi A. Yn the ewent af a dispute ar claim arising out of this Term Contract, the p�r#i�s agre� Frst to try in goad f�ith to settle the dispute by dfre[t discussi�n. If th�� is ur�succe5sfulr the �art�es agree ta enter mtca med�ati�n iri ��rasota Cauntyt Florida, witl� the p�rties sh�fing equ�l�y �n the Cbst Of SuCh mediat�an. B. In the event mediatian ks unsu�eess€ul in r�s�lvfng a di�put�, the parties may proCeed to litigatiar� as set f�rth be�aw. C. Tl�e u�nu� for ar�y legal or judici�l p�oceedings in connectian with the enfprcemen� or interpretation of this Terrr� C�nkr�c� shall I�e in the Twelfth Judic�a� Cfrcuit in and for 5ara5at� County+ Flarid�t which shal) hawe s�bject matt�r juris�iction and personal jur�sdf��fon av�r �ach �f the p�rties to the Term Contra[t. D. The part�es agr�e to wa�ve aN rights to �rial by jufy for any lttigation �nd�rtaken cor�cerning th�s Term Can#�a�t. E. Th9s Tecm Co�tract �nd t�e ri�hts and obligations of the Parties s#�al� t�e +�tivem�d by the taws oF the State af FlQrida without �egard ta it5 cr�rtflict of laws principles. F. Unless ath�rwise �greed in writing, the C�r�tractor s�all be r�quire� to ca�tir�ue its services anct all at�er obl�gations under t#�is Term Contr�cE tiu�rng the per�denCy af G�aim or dis�ute 9ncl�ding, b�t nat lirnited t�, a�tu�l periad af inediation or j�cfi�i�l prbeee+dings. ��II. 57DP U�Q��]RQ�B A. The Cas�rrty's Administrative Agent, m�y �fi �t�y time, by writt�r� arder t� khe Cs�ntr�Ct�r� f��uire the Contra�tor to 5�0� al! ar a�y parE oF th� �uork cailed f�r by tfnis �erm contra�t. Any vrder Shall b� fdentiFed speciiically as a stop woric c�rd�r i�ued pursuar�t to tF�is cl�use. T�niS a�rc�er sh�l� be l� e€fect for a spetiFied p�riad after the order is �e�ivere� to the Cantra�tar. Ugon r�ceipt af s�ct� a� o�der, t�e Cor�tractor sha11 immed�ately cornply with it5 term5 and take ��[ reasonable steps to minimize the incurrence oF �asts aliQ�able t� t�e work covere� by tFte arde�du�ing the �erlod pf wark staQpage. The Contr�ctor sh�f1 not resume work ur�less ��eclfcally 50 dir�cted �n wrftin� by the Count�+. �efore the stop work 4rd�r �xpires ur�less it Es extended, the admir�i�;raNve Ag�nt may take one of t�� f0l�Ow�ng aGtian$: �. Caricel the stap w�rk ard�r; or 2. Termi�ate the wo�c �c�vered by t�e order; 4r F►racuremeat Ca�trB�t #142794b�0� Page 7 oF 2� 'Cernpdate Revised Q9{�5I2a14 TE#tNl C�NTEtACT F�R R��' 142794LM DD4R C�REtQSI011[ COIVTR�L SERV�CES 3. Terrninate the t�fm contract in a�[ordante with p��vi�fons cant�ir�ed in Sectian ?tI. A. In t�� ever�t the Coun�y determines to r�pt dlrec# t�e Contr��tor ta res�rne wark, the sto� work order may be tonverted into a notice of termination for �onv��rienc� purs�ant to S�Ction XI.A. The noti+�e �eri�d �t�r s�ch t�rmination s�all be �eemed ta commen� an the �ate of issuance �f th� sfiap work qr�er. X�1f. MI�eE�uaroE�us A. This �erm Contrack can$titutes t�� s�le and complete under�t�ndinc� �etwee� the parties a�� su��r5�de5 all qther oontrac�s betweer� t�ern, wh�ther oral or wrik�en wi�h respect to th� s�b�ect rn�tter. Na Arner�dment� �hange o� addendum to this Term Ca�tr�rk is �nforc�able untess agreed to in writing by bath p��t'ses and in�prpa�ated i�ta k�is Term Contrac#. B. Time is o€ th� essenc� wit#� negard ta each and �wery �spe�t �f tF�� C�nt�a�tar's perfarm�n�� �nder this Term �ontract. C. The l�nguage oF this T�rrn Contract shall be ��nstru�d, f� �ll case�, according to its fair meanfng and nat for or a��ins� any party her�to. D. Th� p�rties hereto �lo nok ir�t�nd noc shall this Term Contrat� be construed to grant any rights, privEfeges or in�e�-est to any t�lird p��`ty. E. The Contr�[tor sh�ll no� assi�n any interr�st in khis Terrrt Cantrack and shall rtot tranSfer any intefest kn same �whether by assignrnent �r nav�tion� witF�aut the prior wr6tten �onsent of the Caunty� �xcept k��t �IaimS f�r the rnaney due or t� becarne due t�e Gontract�r from t�te �our�ty uc�d��Ch�s Term Cantract may be assigned to a flnancia! lnst'rkukion ac to a ter�stee i� bankruptcy w�th4ut such a�p�oval from tt�e Gounty. Notic� o� �r�y suctr transf�t- o� �ssignmeri� due to bankr��st�y shall be pr�m�tly given ta th� C�unty. F. �'he exercise by eith�r party af any r�ghts or rerne�i�S provided hereir� shaEl n�t cor�stltute a w�i►+er o€ a�y akher ng�t5 or remedie5 auaflable �nd�r this �`ertt� Ca�tr��� Qr any appticabl� law. If�ny term, cor�ditiv�, or covenant oF this 7erm Contratt is he�d by a �our'� of tam�ete�t jurisdittfon to be inv�iid{ vold, or u�enforeeadl�, the r�m�Ening �rov�siar�s o� tt�is Term Cpntr��t shall be aalitf and binding a� each party. G. The �arties cavenant and �gree that each is duly au�horize� to enter fnta �nd �erForm khis Te�m Cantract ana those executing this Terrn C�ntra�C ha►�e al� requ�s�t� power�nd authoriky ta bind th� part�es. Procurerner+t�ant�a�t #14 2 7940 1 0Q Page 8 of ZA Template Revlsed�?9}15f��14 �'ERM C�NTi�4C'1' �4R RFP 1�2794tM �[3flR COR�iQSI��+I C�N7ROL SERV�CES H. �f�ither tY�e County`s revi�w, approval ar ac��ptan�� oft �nor payment For, tne servi�es required under this Term ��ntr��'t sha!# b� con�txued to aperate as a w�i�er of any rights und�er this �erm Cor�#ract t�r of any eause �f actian arising out of t�� perF�rmar��� of this Teren Cantract. I. The �ights and re�nedies of th� Caunty pror�ided far unde� thi5 '��rrn Contra�t arQ in addttian t� any other right5 and rem�edies pravi�ed by Faw. J, Any �oti�es, reports, or ac�y other Cy�e o# docUmentati�� r�quired by this T�rm Ca�tract s�all be 5uffi�ient If $�nt by the par�f�s via Unite� �tat�s mai�� �os�a�e paid, t� the �ddresses li�ted b�law: Ca�trac�or'S Represent�tive; C�ur�ty's Admfnistrative Ager�t: Nam�: David Mordn� �am�: Dav�d Sell Title: �ales Support Title: �perati�ns Manag�r M����er qddress; ZbSO Tallevast Rflad Ac�dreSS: 7945 S. P7�Int�sh Rd. S�ras+ara, FL 34�43 - Sar�sGt$, �L 3�238 fefephflne: 941-359-74Q8 TelephQne: 941-�50-Z7t�6 Fac.simile: 941-359-7985 Fa[sirt7ile; N/A E-mail: co� �rnarano�evaqua E-Mail; dseJiCc�scgov.net K. Ac�y �h�nge in administrati+ve agenk5 will require prompt nt�tF€ication by tt�e party rnaki�g tl�e chan�e. L. Paragr�ph i��adings are for kl�e convenlence of th� �arties and Eor reference purpases o�ly and sha#� be giv�n np legal effett. M. The sa�icit�tior� �nd �atE attathrn�nts arrd addend� thereta are t��r�by i�carp�rat�d �n the T�rm �ontra�t by ref�r�nce. P�. In the e�ent of conf�icts or incor�siste�c�es, t�� do�uments sh�ll be give� precedence in the following arde�: 1. Term C�anCra�t 2. S�li��tation 3. CfllJllty'5 PUrChdS� OE�dE� Procurement Contract #14�734Q10d p�9� g�f�'� Template Revised d9fi5/�014 TERM C�N'f'RACT �OR RFP 142794E.IY! ODOR CORlt05l�N CONTRDL S�RVYC�S IN iM�7'IVE$5 YIfHFIrE[�'F� the parties have execut�d the Term Contrac� as o� the date last below wrEt��n. WITNESS: �vaqua Water Technol�gie�r �.�.0 Print N�rr1e: ��+erL whalen Print Ak�mB: J • fer R �i_ r Sign�d Signed By: Date: ko� ___ Ti�le; v.g. & G,M. date: i�/i6/i4 . F ,. , � SARASOTA COkINTIf.,;� ,� 5 " 3 B�ARD OF alif�TY C�MMISS�QNERS 0�SARA C UN � � A � �, - �� � tk - BY: " . j �i �� qI -1,�a1"�,�'� �, . � : ' �� � , DATE: �a� � �� �'�;�'� ;,, . �..� -: ,.,�� ,,'� AY�'�5Y: ., f_^,����a , ��f� KAREN E. RUSH�iuG, C`J�i-k eF the �ireuit CaU�k and �x-fiFficio Clerk o� �f�e B�oard o# County Cammissianers BY: � ��ca.,r��• �i��" Appra to�m nd �o�rectness: BY: � CQUN'FYATi'�RNEY `�tL3 �racurefnent Cw�tract#142794010� Page 10 nF Z4 Template Revlsed 09fI5/2014 R�P i�Z794LM-dDOR Ct�EiR4SI0iV COiVTROL SERVI�ES ��C�iIBIi' A — TECHNICAI. SP�CIFICaTIONS 1.0 SCQP� Cor�tra�tor shall �mvitie O�dor and Co�-rosi4n Cnntrt�l serviEes f�r the 5arasota Count�+ Utilities Department, Lift Stati�nst �rid TrQatme�t �lanCs. �he C�ntr�etor 5h�ll furr�ish the necess��+ ��rsonnel, ma�erial suppl�es� tr�nsp�rtatior� service5 and othen+�rise do all tl�ings neCe55�ry ko pt�dvid� t7�ltir ar�d Cr�rrosion Control Service5. The Ca�tractar shal� pravide specifi� c�dorJ��rrvsfan tre�tment related wast�water treatmenE pl�nt issues/costs, est�bli5hin� ob,�eGtir�es and m�nitoring prpgr�rns for o�or�lCprr�Sion �Rntmt treatrner��. �.O REQUIRENl�(rFTS Z.�. Co�tra�tof shall pro�id� �he ��test technically proven and most cost e#Fectiwe rne�n5 a� tre�tme�t possible. ContraGtar shall pr�vide �roblem defnitio�, t�eatm�nt selectio� a nd �ngain� manitc�ring prot�ss. Z.2 Cor�tractor �hal! �$t�blish a m�r�thly comrnur�ication �ink with Caun#y personnel as determ�ned �Y the Utility Qperations Manager. the �Qunty shall �aue fina� a�pra►ral of angoing adorJcorr�sion control pl�nr�Mrrg and adjustment process as wastewater eall�ctionJtreatm�nt syst�ms [tanti�ue t� 2x��ntf. 2.� Contt�actor shall, based upon treatrnent �r�t! butfg�t�ry obj�ctives estab�ished by the Utfliti�s D�partment, refine and adjust the e�xisting ador/corrosion con�rol p�agram. T�e pragram shail �n�lude but not be 4imit�d to expandir�g services to tr�atment plants an� des�gnate� pumping statians adjusting th� cambinatian oF [urrent �dor��rar�osion prot�uets� �nd pilot t�stin� �dditional treatment t��hniq�e� a� partic�lar situatio�5 dlct�tes altemative te�hnlques and mor� cost �ffectiv� programs. 7he Cou�ty is currently usi�g bio�'�Iter scrubb�rs fivr vapor phase odar con#rol at se�ect�d iiFt statio�s and fa�iliti�s. TF�e C�unty !s current�y using Thioguard from F�remier N3agn�si� f�r I�quid ph�se ador tontrol �t s�letted li� stati�rns within t�e C�I�eCtion syst�m. 2.4 [ontrattor shall provi�e a s�rv�ce/ma�nten�nce pr�gram t� 'snclud� �autine gatt�ering oF dissolved and atmaSphQric hydragen sulFid� d��a using portable and fixed devices at key rnar�itar�ng points. The extent oF the Qata c�jtection will be appraved by the Utility Operati4ns Manager and fo0�vwed wit�t regut�r written seport Cc� the County. Cor�tr�ctor st�alf provide serrices that fnclude tra�F�c c�ontrgl, saf�ty meas�re f�r bath th� �ubllc and workers, and shall caordinate all sci�eduliny with C�unty appr�val. Coritrac�or shall have personnef available �4 hours a day, 7 days a we�k ta res�ar�d ta odo� comp#ai�ts and c�d�r ���tro� equipment fail�res. �ontract4r shall respond within one haur of bei�g natiF�ed a� any odar fiontrs�l e�ui�mer�t failures. Procurement Car�tract�142794Q1UQ Page ii oF 24 Templat�ReVlsed 09j25J2014 R�P 142794LN4-�i��R C�RRGS�iiN CONTRt3L SERVICES ExFfIBIt A � �E�HNxCAL SPE�IFICaTIONS 2.5 Contraetor shall pfovit�e ronti�uous hydroge�t sul�de m�nitar��� for key odar a�d corrosEan cantrol paints as identified t�y the Caur�t�. The manitors shall record hy�rogen sul�de at least �nce ev�ry five minutes. Recarded data shall b� mad� a�ailabl� ta the Caunty wi�hin 24 �ours and shall automatica�ly u�loa� al� recorded �ata �n � website at feast onee ev�ry �Q t�ours. z.� UQon authorization by the County, the �ontractor shall be capable oF instaliin� Eemporary odvr cantrol systerns wlthin two days af not�fic�ti4n to proteed. �.7 C�ntr��:tor sh�ll provid� a� intr�dt��tqry ar�d Urgdn�zdtiqna� sBrr�E�dr r2ga�ding iks servi�es �nd sta� rnernbers to the Cour�ty repf�se�tatives wit#�ir� thirty (34) days af#er cantract award, �.8 Th� CO�trBCtOr shall hold at Itdsk or�e {�} ye�rky warkshap Fo� County employees at a Ca��ty desigr�ated Io[�tinr� to des��ibe the I�test techniques in the a�or and rorrosian cQntrol treatmen�. �4n ag�r�da a�d de�affed autl�rie ot taplcs of rate workshop sha�l be provided to th� Caunty �t I��St khirty (�p3 ddyS pr�or to �ach workshop as agreed to �y tf�e Caunty. 2,9 The Contra�tor s�a�l provide a safety semF�ar every six {�j months to select C��rnty employees describing all s�Fety prec�utior�s necess��r far odar and corrosian conxrol che�ica�s �hat ar� in us� ancE �o�7ies oF M$D� sheets Far khose cherni�als. �.1L}7he Cont�acta� 5h�ll work wit(� t�� Cou�ty In estab[lshing prEanties in �erfarmin� �II work. Contractar shall respand to all calls a� adar c�mp�atnts w�t�in Cwa {2) haurs. 2,11The Ccntratt�� 5half be cornnletely responsib�e for ti�e tontrol of the enr�Eranment af the wonc site during on-sEte operatior�s. All pc�cautians 5hafl be takQn by the Cantractor ta arotec� the work site� the public, and Cou�ty staff frpm �ny exp�5�re to harmful qr hazardous suk�stances within t#�� sew�r system ar�d frurn dangernus wark m�t�r�als and eqUipment. �.12 Contractar s�all be fully �-espvn��ble �or the op�ratifln of tJ��ir w�hi�(eS ar�d handflnq of all mafierials r�lated to khe odqr and corfasion cantro� services at all 1aCations within the C�unty. 2,I�Contractar sha!! I�e fulJy r�sponsibl� for confqrming ta a�y and af� �epuirernertts regdrding h��dlingt hauling, s�ill rep�rtir�g �r�d dispt�sa� vf �hernicals far the control services provlde�i at each county wpr�C sFte fn accardante with �S�IA r�gulatior� and th�se that may be m$ridated by f�d�ra� ar S#�te G�v�rnrrtentS. Procurement Contract #142?94�1QQ Pa�ge 12 Of 24 Tem�late Revised 4gJ1512014 RFP 142794E.M-�D��C�RROSIt?N C[1�ITROL S�RVIC�S EXHIBIT A - TECHPfICAL �R�CY�ICATIOIHS �.14Cantrac�or shall pre�are an ann�tal report detailing the ong�ing od�r and carrosian Go�trol �r�atment program and �r�y specifi� odor and cantrol ar�a�ysis that has be�n �erformecl. 2.15 Contract�r s�ral! inform th� Caunty �f it� pl�nr�ed wark sche�ule ane� shall afford t�e county reas�r�ab�e op�ortunity ta o�senre ar�d ins�ect ��e [ontractor's work ir� progress. �END EXHIBIT�) Prvcurem�nt�ontr�ck �14�7g4fl 1�0 Fage f 3 flf 24 Template R¢�i5ed 09J�5J�014 RFP 142794LIN-OD�I� CQRRDSIdM CONTRClL SERVICES E7fHIBIT B - F�E SCH�DIl�E A. CH�MICAL/BIOLOGY�AL�RODUC7S TABLf Ai Itern # Descrlptivre Pria� i B3flx�de +�1.�x�gallon 2 8lcxlde Plus Tt �t3.25j�allon 3 �iaxide A� �2.55/gaiion 4 �d�ophas $a.73jgat�on � Odophos plus $1.3�Jgallan 6 FerrEc SuEtate t9�lo} �1.34Jqallon 7 PRi-SC�daphos �0.8t1Jgallor� $ PRI-5C Odophos P�us $1.55�ga�lo� 9 P�x-SC Ferrlc Sulfate {+�4�ag �1.55/gallon 10 S��Io Hydrogen Peroxrde $a.4��J�b 11 PRI-SC Peroxide �0.470j1b 1� VX-4SB (Bulic?�nke�) ;1.i5/I#� 13 YX-455 (To�e� �1.44J�b 1� Aktivax (Bulk7anker} ��,$�/Ib ProcurErnertt Cor�traGt#142?440l�t) P�ge 14 of x� TernplaEe�tevised 09/15JZU14 RFP �4�394LM-O�OR CORlZ�SIQN C�NTR�t SERVICES EXMIBIT 8 � FEE SCHfDULE It�r� Desc�iptioq Pr�ce �s Akt�u�ox �Tote} $Z.aa/�b iG Te�ctone L $0.79 f I b 17 Aquik $15.4g/�b 18 Alkagen AQ �i.�SJ�allon i9 M�gesEum Hydroxide� ��.iSjg�llan 2p SodFum Hydroxide 25°/a #2.22{�ap�n 2i Sodivm Nydraxide 5b8ib �4.89/ga�ion a� Sodierm Nyp�chlor[te ;2.iB/gallon Fabla Ai (Con�inuad Abave} All produ�t prlces fcr Ta�le A1 intEude dellvery, applfGatior� equipment, oqgoi�tg rnaintenance, techr�lcal eva�uatioe/�.upport serveat and le�hnaiagr licenses. * Ava�lable a�te��ebruary 21, 2415 for adar co�trcl applEcatlons. f�roturemer�t Contract �14279��18Q �age f5 oP 24 Ternplate Revised 09J�Sj2014 RFP �4Z7+��4LM-Ol�+DR COR�t?S�ON CONT�tDL aERVICES E]fIiIBIT $ � Ff E SC�EbULE �. EQUIPM�N� Table�� IT�M pESIGN AIR fL�W AYERAG�GES�RCN H�S CONCENTRA'�O�! (cEm} {pp�n�r} A.�1� B. iD-154 c. 1�0-30� D.300-500 1 N�dWral Draft #129.00 '�3a9.OQ Nf� M/+4 2 �-75 ;53i.aa #871.04 MfA �1{� � �-140 $906.00 $1,329�0� �1,481.D0 �Zt03�.fl0 4 0-28G �1,171�04 fr1r48�.bD �Z,ii�.� �3�205.C� 5 O•6�Q0 ;5,934.b0 $�,��9.00 $3,�05.110 �3,373.aa 6 O-$50 *��Z56�00 '!'r2��57A0 �3r373.Q0 $4i�50.00 7 D-1i5O �Z.�'i7$.00 $�r5S�A0 #3.75Q,OQ $4f37$.00 8 0-1500 �2r9��.00 �r3,573.tF0 I '�4,��O,QO �4,9S�,b0 9 fl-7�QQ $3,14Z.00 #.3,663.tbD �4,378.00 #5,2d�.OQ lb Q-3Q00 ;3�6Q5.Q0 �4,378.Oa ;.+,G50.00 ¢7,?2S.�Q 11 O-4Q� �4,�94.00 '.F+4�93�.OQ S5.2Q2.40 �ia,si5.�4 12 tl�-9040 ;4A8X.04 $7�xSo.o� ;7,725.00 #it,845.oa 13 a-$Q00 �7r$50.00 f7,79�.0� ;10,815.Od $14,379,C14 i¢ o-itaa+� x�Q�4�.o0 �:o,eis.�o �i�+75o.0�0 �2i►63o,ao is a-isvoa ��i,��a.�o �si,�as.aa �ss,�sa.oa N!a 18 Q-1804 $13�364.00 $i4�3T4.04 ;�1F630.00 Nfa Prpcurement Contract #14�794t�10a �'a9e !.8 of 2A Ternplate R�viSed 09�151�Q34 �tl�P �.42794L�+!-OQ�R CI)RROSICII� ��1+ITR('tL S�RVICE5 E?CHIBIT 8 - FEE SCHEDUL� Notes pertafning to Table B1: The tatble in 81 represents rnonthly cast for new�nstallatEans inst�lted in Sarasota Cc��nEy after Aagast �, zQi4.Alt fee� are based an a min�mum aF 36 manths r�ntaf peteotE for nea+r s�t�s. �ontrattor will wo�k with the Caunty an pr�viding the most ca5t-ef#ettive scr�utions for odor and carrc�ian�ssues.The County wlll be eharged the rate5 shawn in Table B1 bas�d an air flow aad li�� le�e15 on sftes wlth retatiuely stable hydrogen sulf�d� tfladir�g and typ4cally law arganic �aads. The table show as Bi represents t�e�ontractar's��imary vapar phase tec�nolvgy chaices. 1. A Mobflizdtian Fee flf 2 times the rnonthly rent�f tee shal� applay for al1�,niEs, A de-mablli¢atian Fee af 2 tfines th�manthly renk�l Fee shaa3 apply Por all un#ts �emoved. 2, IF a chemlcat 5crubber�s requfred alt applic�ble sc�dium hy�rc�xade and �leach s�all Ize tharQed in ad�itlon ta t#�e abav�, NQtes pertainin4 ta'r'able B2: The fallowing table re��esents rna�thly cust for exist�ng fs�tal�at���s instaEled in Sardsota Cou�ty prb4r xo August i, 2014. All Fees assume a minimum of 24 ma�ths fpr�xistln�sites. l. iF a ct�emical scrubber is in��ace�IE applicab� sadium hydr�xide and bleach shall De ct�arged in �dditla�ta the fees listed an tabbe 8�.. 2. A derr�obi�izatEan f�e of 2 tlr�es the rnanthEy r+2�tal fee shall a#ply for�Il units remaved prior to 36 manths. Note�e�taining to Table Bi an�82: B!/A= f►!at Applicabl�. P�OGurentent Contr�[k#14279401Ap Page 17 of 24 Templat�ftev�sed p�/15/2014 itPP 1�2734LM-ODaR CaRR�S��N C��ITROL SERVIC�S E�HIB�T B — FEE S�HEDIlL� TABLE 82 ITEM DESI61� AIR F�OW AVEi[AGE DESIG!!I1iS CGNC�M�RAfiOH t��1 t pPmY� A.�io �. �a-�so c.iso-�oa a.3ao-�oa 1 N�tural Draft �i�S.Qd �3flO,oa N/A NfA Z 0-7� �50#,00 �693�04 N1A Nja 3 0-140 �$84.00 �1,Z90.Ob �1,425.fl0 $��980.OR 4 O-26G ��8�1.00 $1,425.00 $1,48Q.�G ��1900.Q0 5 0�600 �1,S�Q.Oa ¢1,�ibQ.Od $2�900.Q�b $3,275.0� 6 �-650 $�a�D.4Q #2,g0�.00 �3,lOQ.aO �3�750.Oa 7 �I�50 �2s800.Q0 �3,100.00 #3,275.00 #4.25Q.00 � 0-l5i#0 �2,85��00 �3�275.OQ �.3i750.E1Q �4,7G�7.OQ 9 a-3D00 ;3�Q5��00 #3,780.00 �4.250.QD ;5�050.OQ 10 0-3000 �3,500.�0 $4,250.00 �4,740.00 ���SOC�00 �1 O�qpp�p �3,97S,O�0 $+L,740.OQ �5,450A0 �10,540.00 �,� 0•SflOd '�4r350.oG $3,D54.Oa ¢y,S00.� ;L1,500,OQ 13 0-8040 �6,60fl.OD #7,50G.04 $10,S4d.�J0 ;13,46�.00 24 D=���00 $9,d50.Od j10,S�O.OQ �Ll,St?���0 $Z1,000.0� 35 0-1�000 #10RBOO.Oa #11R50fl.�Q �13r9B�.fl0 HIA i6 0-1$OQ �12r��0.40 $33,96�.Op +�21,OOO.flO N(A PrGturement Car�tract �11A279�0144 Page 18 of�# Ternpla�ke i�evised 09/S5J2414 �t�� 142794LM-OQOIZ CORR4�ION CQNTRQL SERVICES EXHIB�T B — ��E SCH�RIJLE C. PROFES$It?NA!SERYICES &fl7HLR PRO�tIC'Y'S The Fol�owjrx� servi�es are offered in Canjur�ttian with actor control projects thak�a nat indud� pravfsfan of technalagfes ar services frorn kh�Conrractor that�re found elsewrher�+�th�5 term cor�kract: FUI�y Autv mate�Od a r Cont�ol Rroducts Ztem De$�r� tion P�ece f H S Monitor ���-�� ��At� Z A�l�anced Dos�n Co�troller& Monit�r 4�I�.00 manth Mantf�ly fee ine�udes interAet access Ea�ata, Caunty shali be r�sponsibke fflr any netessary site irnpravements, utilitie�r and security re��,Ued far the applicatien of the products and ser�Fces tisred herein. Professiona�Services: xfiem I�escrl tie►n Rrice i En ineer or Chemist �6�.g0 haur z P�o�essianal En It�eGr P.E. 18�.Q0 hour Procurerner�t Coatract �ta2794a1OQ Pag� 19 oF 24 �ernplare Re++ised 49fi5/201� RFP 142794�l�-OD�R C�RROS�OI'+i CONTR�L SERVICES �XHIBYT [ — IAISURAiYC� REQVIREMENT5 A. tPlSURANC� BeFoce pe�fo�rning any contract work, Co�tractor �hall prac�re and �aE�tain, durjng the life af the ca�tract, unless atherwise sRecifled, �nsu�a�tce IkSted below, The poEl€ies aF insurancg 5halt be primary and wrJtten on fcrms acceptable ta the Caunty and �laced wfth �nsuranr�e carriers a�{�rc�ued and licensed �y the�nsura�te Q�p�rtment 3n the State of Flor#da and meet d r�inimu� financi�al AM Best Company�aNn� of na less than"A- Exce�ler�t: FSC V[I" P!a changes �re ta �e rnade to these s ci�cattsans wiEhout rio�writte�s ific a aval b Cnun Risk Mana ement. . i � � i r��q�i�� 1. WORKEKS'COMPEM5A1'TON: C�rit�actor will provid�Warkers'Compensatlon insurence on �ehalf of all employ�es wria are to provide �5e�viCe under thls Contract,as requir��by the laws oP th�state where the ca�usctar ks darnlciled. FlqF�d�Cbnti'ettor5 musk pravide evidQnce nf Workers'Compensation inwrance which meets the requirements af F3crida 5t�tutes, CMapt�r 44�,ANp Ernplflyer`s Liability with 19mits ai�at less th�n �1aE},�40 per emplayee pe�accident, $�#3�,Oaa tlis�ase aggreg,�te, and ��D�,O�Q per employee per dEsease. If appl�e.�hl�,�overac�e fqr the 3ones Aet an� lengsh�re Harbar Work�rs�xpasures must�diso be included. **NO'fE�• Cantractars who are exem�t frpm Florfda`s Wark�rs'Com�ensatMon I�w must provid�proaf oF such exemption is�ued by the Flor;da Departmer+t af F�nancial Serv�c�s, �ur�eau aF Worker�' Campertisakion. In the event khe Gontr�ctor has"leased"'emptoyeesr the Co�t�actor ar tt�e srnpl�yee leasing campany must}�ra�vide evidenee of a Warkers'Cum�ensatl�n�alicy For aN personnel � ar� the worksite. Requlred - �• C�fi�lbEERCIA6 GEN�kAL LIABILIIY: In�iudinc} but not �Spec�y Amaunt li�it�d to bod�ly i�jury, pcoperty damage, contractu�l, ���#w prt�dutts and comp�etecS aperatians, and per�Onal in�ury with �$5�0,4(�0 Nmit5 oF nat less than the amaunt shown at IePt Far each otcurren�e, co�ering all v+rark perFormed under this contracc. �$�1,aaa,ODO Required - �. - BU5INE5S AClTONIGgILE LIA�I�iY: Cantractar ag��es to �$pe�iFy Amau�t mair�tain Business Autam�bile �iabilkty at a limit aF Natitl�ty not ���w �ess tnan the amou�rt s�own at le�t tnr each att6dent to,nering all w4rk perform�d u�der thfs can#ract. �����`a�� Cnntractor further agrees couera�e s�all Intlr�de Eiability far f'$i,00Q.00U Owned� �fan•�wned & H1red autarnobfles. In t�e event r $�'Q44'Q�� Contractar does nat awn aUtamabiJes, Ganttactor agre�s to rnaintain toverage Par liired & fd�n-Owned A�tto Lia�ility, v�hich Enay be satisfied by way of endorsement to the � Commercfak Gener�l Uat�ifEty pal��y+ or separate 8usiness Auto Liability pallcy. iF prfuate pass�enger aut4mObil�s are u58c! in the busirlesS, they must be mmmerci�i�y insured. Ff the Cantractar is shi i� a rafuct wEa �omman carrie� the Protvrernent Cvr�tratt #1A27�34Qifl� � Aage 20 aF 24 TernpFate Revised t14/15/2�14 R�P 142794LM-DDOR CORROSIt'�N C4NTRflL S�RVIC�$ E?CHIBYY C — INSURA�ICE REQUIlt�Mfi+ITS , . . . co�tractor shall be respar�sibGe fcr any loss ar damage susta�ned fr►delive kransit. � R��� 4, uM�R�LLA I.�A�ILITY: With IEmits af n4t lass than the amount shawn at lel� edch accurr�ace tt�vering alf work f$1,aoa,ODO perPormed ur:der thls contrack. r�a,aoo,a�o ���,d��r��� 1�'��.a��oo,aa4 r Required �. PROF�SSi�NA� l.IABILI�'Y: With IlmitS of nat less t�an the C�"�54�,00� amaunt shawR at �eft far pral�ssianal 5ervl�es fendered �n accarda�tce witlt th�s contract. T'!ie Gcrnsultant sh�ll mair�taln r-$i��ad��OQ such insurance �Or at least twa (2} years frorn che terminatfofi aF this aantract and d�ring tt�is t+rre (2) year per� the ConSultant ShaFl use his �est ef�ort5 t� ensure tl�at there iS �o change of the retcoactive date an th�s insurance cffuerage. If th�re ts d chartge that r�ctuces ar r�stricks the coa2rag� ta�rEed duri�g the oaatrdCt, the Cansultant shatl natify County Risk Managernent wikhin thirty 430}day5 aF the Criange, ��epc�ired �• HAZARDOUS MATERIAF.S I�15iJRAhxCE: For the purpose of th(s sectfan, the te�rn 'h�za{dbu5 materials" inrbudes all material� a�d suhst�nces that ar� nnw deslgnatec4 or defined as ha�ardaus by Flor��a or Federat law or by tr�e rules or r2gulations �f Fl�rid� �t arry Federal Agen�y. IF work i7einq per�ormed invalves haz�rdous rnaterials, the need to prp�ur� and rnaffltain any or d�� af the foNowing taverage wIH be speciflcaliy addressed upon r�w�ew �af exp�osure. Haweve�, If hazardous materfals are identified whUe carry�ng out thls cor�tract, ��furtl�er work �5 ko k�e peribrmed f�the area ot the riaza�daus material u�tll County Rlsk Managernent has been C+`Reguired cansulted as to the potentlal need ta procure and mairitaFn �ny ar all af the follaw�ng cave�age thr�ugh an addendum to the contract: a. C�NTRACTORS POLLIiTIflN I.;ABZLiTY - For Suclder� �RequQed and graduat accurrences and fn �n arrcoUnt na (ess thar� $1,000,000 per clalcn and $1,bQb,tTOfl 4n the aggr�gd#e arising aut aF work perlar�ned ufider thls tontr�ct, r Required �dentlfe�d nde the�contr�aCtta� ail haz�rdous rnaterials b. AS$ESTaS I.YABI�ITY - Far s�dden and gradual �ccurrenoes and in an amourrt na le�s than $i,U00,D00 per claim anc� $i3OUa,�00 lrt the aggfegate ahs�ng out of wprk performed t�nder thiS cos�traCt, r Required t. DISP05A� - When applt�ahSe+ the Contract4� shaGl desic�r�ate khe d�sposal site a�� Furnts�h a Certiflcat� of Insurarice From the dispesal Facility fvr Environrnentaf Irnflairment Lfabiri In�uran��t coverin Iiabi�E for Pracurement Cantract #3.�4279401U0 Y Pa9� 2;���4 Templat��tevEsed 09�15JZQi4 RFP 142794LMR�Dt�►R CC�R�t��IaN C��d7R�L S�RVICES �KH�BFT C -� IHSURAI�CE RE�UIREMEIV7S . . � . . sudden and a��idental octurrences in an amount not less tl�an $3,�40,U4� per �laim ar�d $3,Ek0E1,pf�Q �n th� aggregate and shall i,�cl�e IfabiHty F�r rw�-sudd�n occurr�nces fn an amcu�t not less than $6,aao,��0 per claim and$fi�01}a,aOQ in the aggregdte. d. HAZARD�US wASt� TRANSPt�RTATION - �hen appliea�aie, the Conkractor shaii desfynate t�e haul�� artd fiirnish a Certl�icate oF Insuran�e ham th� haule� far A�t4r�ab�le Liatrility insurance wi� Eridcrsernent M�594 for liahiCity aris�ng out of th� tra�spertation af hazardc�us materfals with an amovnt nvt �ss t�an ��,OaO,t}�0 aRnual aggregat� a�+d provide a valld EPA Identipcatior� �umber. ****�N�te: CERTIFICATE5 GF YNSURAHC� shal[ clear�y stste tMe hazardaus mat,eri�l ex�osure w�rk be;�eg �ferformed uncfer the aa�tract. s:*** � Required 7. �iJYR,DERS' RISK - PltOP�RTY COVFRA�'sE: When a�plicable (none requ�red on projeus betow $25Rt10D), a s�ecial form c�verage shall �n�lude, but nat he limited to: a. Storaqe and transport af materials, equJpr�ent, supplies aF any kind whatsoever to�ae used on or fncldental to the Froject b. Theft cflaerage c, Wa�ver of Otcupancy ClauSe �r�d0�rtsent, wt�lch will enable t�e County to o�cupy the facility und�r canstructlon/renaratiar� during suth activity d. Limits vf insuraitCe to equal ifl�D°ib of th� ins�rable tornplet2d contraet arnouni a� sudz �dditlan(s�, � building(s) of structure4s), on �n agreed i amauntJrepiacemen#cost h�sis, a�d �. Max�rnu�n deductible dau�e af S1i�,4aD eac�claEm ;— ��,qui� 8. YNSTALLATION CQYE�� - �UILDERS` RI51C: Fbr ir�taUatian, Cantractor rnust provide 8uilder$'Rfsk in5tallati4n crn+�rage to Indude cave�ag� for rfi�terials stareQ �t the proj8ct slte, �raperky w#�ile f� transit, �nd pr�perty stvr�d at � temporary locatbt�For the arnount af rnaterials invoived !n thls cantract. f"�#�equlred �. LIQI�OR LIAdELIYY: 1�fith I�mlts af not les5 than $1,004,�9U per Q�urrence, when appltzable, Tnis toverage sE�aii be required ifr at any tlm�, tF�e sale or df5trkbution pf alcohallc beverages af any klnd is inhererit ar irnp�3ed within the pray9sions of the tontr�t#, �"' Re�uired ( x�- GARAGE KEEPERS LIA$Yt I'rY: With �Jmits eqval to the fuJl value aF the lot or garage. Leg�l liability �arm will be acce tabf�. �hls covera e shall be r� uEred if the PrC�uremeni Contract#14�794�180 �age 22 atZ4 'Fernp�ake R�vised�9�15/2fl14 EtFP 14279�LM-Oi�f}l� CORR{?SIt?N CONTROL SERYIC�S ��HIBIT C � INSUI�ANG� REQU�RE�++IENTS . ' • . . . maintenar+ee, servicing, r6eaning or r�pairing af at�y Gau�ty mator �ehicles is fnh�rent or implied w�thin the pravisior�s of the contract, (� Required li. 6A1LE�'S CU5TQFIER: A!I ri5k coverage with pruperty �imfts equal ta the Caunty ass�ks in the vendvr's Care, Custady and C4r1 trp I. 1�. OTNEIR: �perify �Required B. PQ1.,��1t Ft]RM �. lfn#ess spec�fic approval Es g�ven, all palities 1'Ec�uir@d by this cankratt with the exceptian of ProFeSsiona! Liabll�tyr and Workers'Cotn�ensati0n are to be wrilte� nn an oaurrence bas�s, Cn�rner�l�) Gen�fdl �i�biHty poEkle� Shdll narne Sarasota Cnur�ty Governme�t as additlor�al i�sured as thelr�r�t�rest may appear under this car�tr�ct. 2. ;ns�rance re�s,ireme�ts ikerniz�d Mn this c4ntract and requlred af khe Contracbar shall be prvvided on behalf of aU subcontractors ta rnver thelr aperatl�ns Qertormed ur�der thls cuntract. The Con4ractor shala be hetd respansible for any rn�d'rfieatiar�, d�viation5, or omissions in these insu�arxe requirements as they �pply to subco�tr�ck4�5. 3. �ach i�tsuta�[E�pollcy r�quired by thl� c[�st�r$Ct.Sh�ll: a. A�ply separately ta each insured against w�orn cla��m is made and sait is b�out�htr ex�epR with respect to airniis aF tne ��surer's IiaAility b. Nat be s�spended, +�ofded or cancel�d by efther party except af�r tt�irty �3U� calernda�days priar written notice b�r certifed rnail, r�turn reoeipt requ�sted, has �een glr+en to Caur�ty Rlsk N9anaQeme�t. 4, 1�e Cour�ty shafl retajn the r�gAt ta �eview, at ar�y tirne� co►�erage, farm, a�d arr�cunt af ansurart�e. 5. The p�ocurittg uf r�quifEil p01ECi@S nF i�surance shall nat be +�or�trued to limit C�ntra�tor's liability n�c tfl fulfil� the �n�emnificatian prauision5 and require�ents� oF this contrect. 6. Tt�e CAntraCtflr shall be salely �espansYble fcs pay�nent nF�11 prernlWms Fpr Insurance cont�iautkng W the satisFectlon of this contract and shdi� 3�e solely respans�dre for tMe payrr�ent of all deductibles a�d r�tenti�ns to wh�eh such polides are subj�ect. 7. �lairn5 Nqa�e Polif3es will be acoept�d fvr prafe6sional Liabilft�+,Wark�r5`C�mpensation and Hazardous Ma#erials, and suth ather Nsks as are authvriz�tl Izy County RiSk Nlanagement. All Clairt�s h4ade Prilicles cantrlbuking to#he satisfactian aF the insu�ance requirem�nts heretn shall h�ve an exte�ded reparting perYad option or automatic Goverage af not iess tha� twa years. iF�arovlded as a� optlt�n, the Cantractar agrees ta purGhase the extenc}�4 ��parttng perlod o�1 Car�cellatlan ar terminatiort unless a new paliCy is eF6ected with a r�t�+�active date, inc��dJng at least the last polEcy year, P�ocureme�t Contrack #142794�10� Pa�ge 23 of�4 7emplate Revfsed O�j15/2014 R�p 1427941.M—ODOR CORR�SI�N CONTR4L S�RVICES �7CHFB�T � — INSURA�ICE REQUiR�M�f�TS �. Certifcates flf Insurar�ee evidencing �IaEms Made o� [�ccurrerice F�rm Caverage a�d candEtions ta tMis �antract a�e ka be �rNshed to �arasat� County Risk Ma�agernent (Xfi�Q Ringling 6oul�v�rd, �th �loar, �arasata, F� 34235) prior to wmmencernent of wark AND a rrdfllmum af thirty [30� caier►dar days �rior tu expiratian oF tk�e insurance contra�t� when applt�a�le. All insurance certiHcates shail be received b� County Risk P�tanagernent heFare the Gcntrattcr wiEl be dllowed ta camme��e or c�n4�n�se w�rk. 9. �Otiees of Actklents taccurrenc�s) and Notic�& of �lairns assaciated with wark �eing pe�f�rmed ur�der tttks C�ntract, shalf be pravaded Kr the Contr�ctor's/subcontractar's/Cansul�ant's fr�surance Gompany and C{aunty Risk Managemer�t as soan as practicable after notife t�a the �nsured. 30, tt�e G�ttfflcate 4f tnsuranc�must f�►clude the followYrrg� a. In the"aescri�tton of Qper�tionsJSpecial Provisians'"settion: . Sarasata C�u�ty Governme�rt� named �s an ad�itiaaal Insured,as their interests rnay appear an tammeFc�a)Ge�eral�eabillty. . Note� ACORD �db4 edit�on tdrt use"�f"�r Generak Uabil�ty Additianal Insu�ed incluslon. b_ In the"Certlfi[�te Ffold2r"SEction: Sarasaka County Go+vernment At��: RiSk M�nagement 1�60 Ringling�Ivd., 4th Hoor Sarasota, �I. 3�23fi �rocucement Contract #�42��4Qaoa page 24 af Z4 TernQlace Revised 17�9/151Z�14 Ex. B. evo�uA �,v„T�r� r�.,:�r.,�;�._������ December 22, 2017 Mr. Samuel Heady Village of Tequesta 901 N. Dixie Hwy. Tequesta, FL 33469-0273 Email: sheady@tequesta.org RE: PIGGYBACK OF SARASOTA COUNTY, FLORIDA TEQUESTA, FL ODOR AND CORROSION CONTROL 2018 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 abiliry to solve your hydrogen sulfide odor and corrosion control needs. I am pleased to be able to offer you the following piggyback contract established with Sarasota County, Florida. I have attached a copy of the contract Agreement for Odor and Corrosion Control Services for your reference. This contract will be good through December 31, 2018. Beginning January 1, 2018, this is the first of two mutual one-year renewals left on the contract. Under the renewal, the pricing for the products and services you are cunently using are as follows. 50%Hydrogen Peroxide: a0.402 per Ib. All terms per the existing contract shall apply. 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 aF assistance in any way, please do not hesitate to call me at(941)586-8813. Sincerely, Evoqua Water Technologies LLC Charles Maltby Charles Maltby Technical Sales Representative 2650 Tallevast Rd. Tel: +1(800)345-3982 Saresota,FL 34243 USA Fax+1(941)359-7895 www.evoqua.com Page 1 of 1 THE VILLAGE OF TEQUESTA PIGGYBACKING CHECKLIST Instructions:This form is to be compieted for any purchase of goods,or contract for services where the Village will utilize a contract competitively bid by another governmental agency(i.e."Piggyback"). *Revised April 19,2017 Department: WTP Date: 1/19/2018 Item/Service Hydrogen Peroxide 50% Vendor/Service Provider EvoQua Water Technilogies, LLC ❑ State Contract�# � Other Govemmental Agency *Chapter 287, F.S. YES NO ❑ ❑ 1 Is the contract current? Effective date: lanuary 1,2018 Expiration Date: December 30,2019 If piggybacking a 5tate Contract please stop here. 2 Other Governmental Agency Sarasota County YES NO a ❑ 3 Was item/service bid out in compliance wJith the Village's Purchasing Policies& Procedures? Is the price that the Viliage will receive by piggybacking equal to the price obtained by the agency 0 ❑ 4 narned above? � ❑ 5 Has the governmental agency given the Village permission to piggyback on the the contract? L�J ❑ 6 Has the vendor given the Village permission to piggyback on the contract? �� � � �� ., �, � .�%� -.� �- ,�,� -�� Department Hea Signature Date