Loading...
1893 Alternative Power Solutions piggyback 17/18-28a To: City Clerk E: Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ City Mayor's Signature ❑ Final Plat (original mylars) ® City Clerk Record Keeping ❑ Letter of Credit ❑ Safe Keeping ❑ Maintenance Bond ❑ City Attorney's Signature ❑ Ordinance ® City Clerk's Signature ❑ Performance Bond ❑ Resolution ® Piggy Back Contract — Alternative Power Solutions PBA 17/18-28 Once completed, please: ® Return original ❑ Return copy Special Instructions: Please sign both contracts and return one (1) to purchasing. City Clerk's office may keep one (1) copy for their records. Please advise if you have any questions regarding the above. Thank you! l�fiVLC.t.- From T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc Contract/Agreement Name: City Tracking No. PBA 17/18-28 Pigg Contract Osceola County AR -16 -7878 -PC Alternative Power Solutions, Inc., Department: Public Works Department Contract Approval: purchasing Manage C%j,' Finance Director torney rc; � Date Date Date r Alternative Power Solutions, Inc. Piggyback Contract (PBA -17/18-28} The City of Sanford ("City") enters this "Piggyback" Contract with Alternative Power Solutions, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose address is 6438 University Boulevard, Suite 15, Winter Park, Florida 32792, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with Osceola County, Florida, said contract being identified as "Agreement" relating to Osceola County solicitation "AR -16 -7878 -PC" in order for the Vendor to provide minor and major preventative maintenance inspection, service, repair and installation for emergency power generators to Osceola County (said original contract being referred to as the "original government contract'). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical 1 provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state NIA if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Bilal Iftikhar, P.E., Public Works Director, City of Sanford, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5000 (Extension 5421) and whose e-mail address is BILAL.IFTIKHAR@Sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. F] (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, CYNTHIA PORTER, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, PORTERC a@SANFORDFL.GOV. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. '2.o I Entered this day of Zlci SIGNATURE BLOCKS FOLLOW: 3 Attest: Alternative Power So�tions, Inc., a Florida corvoration Attest. Cynthia orter, City Clerk Approved as to form and legal sufficiency. By:_ Z, Efrainiv ra Preside Director Date: p ". �'. City By: Jeff Date rd Exhibit "A" [Attach original government contract] m4w OSCEOLA COUNTYBOARD OF COUNTY COMMISSIONERS .AGENDA REQUEST ,AGENCY.: FACILITIES MANAGEMENT MEETING DATE: 7/11/2016 DIVISION/OFFICE: PUBLIC WORKS MEETING TYPE: BCC REGULAR ADMINISTRATION DIRECTOR/MANAGER: FRANK RAYMOND REQUEST TYPE: CONSENT AGENDA REQUEST Approval and authorization for the ChairwomanNice Chairwoman to sign service agreements with Mid - Florida Diesel Incorporated, of Bartow, Florida, and Alternative Power Solutions Incorporated, of Winter Park, Florida, for the provision of preventive maintenance and repair services for emergency generators located throughout the County on an as -needed basis, through June 30, 2019 (A/R #16-787&PC); estimated expenditures shall not .exceed $150,000 annually, for a total not to exceed $450,000. TEGIC PLAN GOAL H.#4: Ensure Cost -Effective and.Hilzh=Performing County Government STRATEGIC PLAN ACTION ITEM NANCIAL INFORMATION TOTAL REQUESTED AMOUNT: $450,000.00 Funds are appropriated in various department budgets County -wide for this purpose. Fund availability is confirmed prior to the issuance of a purchase request. Appropriations beyond FYI 6 are subject to future Board approval. BACKGROUND INFORMATION • This engagement provides for preventive: maintenance and repair services for emergency generators Countywide. c Services were separated into four lots based on service location. Award is requested to the responsive and responsible bidder with the lowest bid per lot.. Lots 1, 2 & 3will be awarded to Mid -Florida Diesel, Inc., Bartow, Florida. • Lot 4 will be.awarded.to Alternative Power Solutions, Inc., Winter Park, Florida. • Requesting additional $35,000.00 for year one, two and three, for new equipment or replacement of existing equipment. • A solicitation was issued on April 3, 2016 with a due date of May 3, 2016. • This solicitation was uploaded for broadcast into the Osceola County VendorLink bid notification system, from which a total of 649. notifications were sent, resulting in a total of 22 plan holders downloading the solicitation documents. • The legal advertising and'the uploading into the VendorLink system resulted in 7 responses being received by the due date and time, with no responses received from Osceola County vendors. • The Project Manager for this agreement is Michael Amato, Building Maintenance Manager. • Staff recommends approval. APPROVING DEPARTMENTS .County Attorney Andrew Mai County Attorney Andrew Mai County Attorney Andrew Mai OMB Amanda Clavijo OMB Rebecca Jones BACKGROUND INFORMATION • This engagement provides for preventive: maintenance and repair services for emergency generators Countywide. c Services were separated into four lots based on service location. Award is requested to the responsive and responsible bidder with the lowest bid per lot.. Lots 1, 2 & 3will be awarded to Mid -Florida Diesel, Inc., Bartow, Florida. • Lot 4 will be.awarded.to Alternative Power Solutions, Inc., Winter Park, Florida. • Requesting additional $35,000.00 for year one, two and three, for new equipment or replacement of existing equipment. • A solicitation was issued on April 3, 2016 with a due date of May 3, 2016. • This solicitation was uploaded for broadcast into the Osceola County VendorLink bid notification system, from which a total of 649. notifications were sent, resulting in a total of 22 plan holders downloading the solicitation documents. • The legal advertising and'the uploading into the VendorLink system resulted in 7 responses being received by the due date and time, with no responses received from Osceola County vendors. • The Project Manager for this agreement is Michael Amato, Building Maintenance Manager. • Staff recommends approval. I AGREEMENT THIS AGREEMENT is made by and between OSCEOLA COUNTY, a political subdivision of the State of Florida, 1 Courthouse Square, Kissimmee, Florida 34741, hereinafter referred to as the "COUNTY", and Alternative Power Solutions, Inc., 6438 University Boulevard, Suite 15, Winter Park, Florida 32792, hereinafter referred to as the "CONTRACTOR". WITNESSETH: WHEREAS, the COUNTY has competitively solicited for the provision of major and minor preventive maintenance inspection, service & repair and installation for emergency power generators pursuant to AR -16 -7878 -PC; and WHEREAS, the CONTRACTOR has exhibited by its response to the solicitation that it is capable of providing the required services; and WHEREAS, the parties hereto have agreed to the terms and conditions cited herein based on said solicitation. NOW, THEREFORE, in consideration of the mutual covenants, terms, and provisions contained herein, the parties agree as follows: SECTION 1. TERM. The term of this Agreement shall begin on date of execution by the Board of County Commissioners and continue through June 30, 2019, and may be extended when in the best interest of the County. SECTION 2. SCOPE OF SERVICES. The CONTRACTOR will furnish and install all necessary labor, materials, and equipment to complete the services set forth in Exhibit "A" which is attached hereto and 'incorporated herein. SECTION 3. OBLIGATIONS OF THE CONTRACTOR. Obligations -of the CONTRACTOR shall include, but not be limited to, the following: A. It is understood that the CONTRACTOR shall provide and pay for all labor, tools, materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, which are necessary to fully complete and deliver the services requested by the COUNTY, and shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against, the COUNTY, or any property owned by the COUNTY. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this Agreement. B. The CONTRACTOR will ensure that all of its employees, agents, sub- contractors, representatives, volunteers, and the like, fully comply with all of the terms and conditions set herein, when providing services for the COUNTY in accordance herewith. C. The CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set forth in the Scope of Services. D. The CONTRACTOR will maintain an adequate and competent staff, and remain authorized to. do business within the State of Florida. The CONTRACTOR may subcontract the services requested by the COUNTY; however, the CONTRACTOR is fully responsible for the satisfactory completion of all subcontracted work. E. The CONTRACTOR shall use appropriate tools and/or equipment which are in good repair and proper working order, so as to enable the CONTRACTOR to complete the services required hereby. SECTION 4. WARRANTY. The CONTRACTOR agrees to provide a full warranty to the COUNTY for all services which it provides hereunder for one full year following the date of final completion of said services. In the event that the CONTRACTOR is called to perform warranty work, the CONTRACTOR will be responsible for all costs incurred in repairing the areas under warranty. If it is determined that new problem areas have appeared, which were not areas repaired by the CONTRACTOR under the Scope of Services set forth herein, the COUNTY will be responsible for the costs incurred in repairing. the new areas. Any manufacturer's guarantee related to the materials installed by the CONTRACTOR shall extend for the full warranty period. SECTION 5. STANDARD OF CARE. A. The CONTRACTOR has represented to the COUNTY that it possesses a level of knowledge, experience, and expertise that is commensurate with firms in the areas 2 Rev 04-16 the CONTRACTOR agrees that the CONTRACTOR will exercise that degree of care, knowledge, skill, and ability as any other similarly situated contractor possessing the degree of skill, knowledge, experience, and expertise within the local area, working on similar activities. The CONTRACTOR shall perform the services requested in an efficient manner, consistent with the COUNTY's stated scope of services and industry standards. B. The CONTRACTOR covenants and agrees that it and its employees, agents, sub- contractors, representatives, volunteers, and the like, shall be bound by the same standards of conduct as stated above. SECTION 6. COMPENSATION. A. The amount to be paid under this Agreement for services rendered will not exceed One Hundred Fifty Thousand and 00/100 Dollars ($150,000.00) annually, for a total not to exceed amount of Four Hundred Fifty Thousand and 00/100 Dollars ($450,000.00) for the term of this Agreement, in accordance with the pricing schedule set forth in Exhibit "B" which is attached hereto and made a binding part hereof. B. Compensation for services completed by the CONTRACTOR will be paid in accordance with section 218.70, Florida Statutes, Florida's Prompt Payment Act. C. Services to be performed in accordance with this Agreement are subject to the annual appropriation of funds by the COUNTY. In its sole discretion, the COUNTY reserves the right to forego use of the CONTRACTOR for any project which may fall within the Scope of Services listed herein. In the event the COUNTY ismot: satisfied with the services provided by the CONTRACTOR, the COUNTY will hold any amounts due until such time as the CONTRACTOR has appropriately addressed the problem. SECTION 7. TERMINATION. Either party.may terminate this Agreement, with or without cause, given thirty (30) days written notice to the otherparty. SECTION 8. PAYMENT WHEN SERVICES ARE TERMINATED. A. In the event of termination of this Agreement by the COUNTY, .and.not due to the fault of the CONTRACTOR, the COUNTY shall compensate the CONTRACTOR for all services performed prior to the effective date of termination. 3 Rev 04-16 B. In the event of termination of this Agreement due to the fault of the CONTRACTOR, or at. the written request of the CONTRACTOR, the COUNTY shall compensate the CONTRACTOR for all services completed, prior to the effective date of termination, which have resulted in a usable product or otherwise tangible benefit to'the COUNTY. All such payments shall be subject to an off -set for any damages incurred by the COUNTY resulting from any delay occasioned by early termination. This provision shall in no way be construed as the sole remedy available to the COUNTY in the event of breach by the CONTRACTOR. SECTION 9. INSURANCE. A. The CONTRACTOR shall maintain the following types of insurance, with the respective limits, and shall provide proof of same to the COUNTY, in the form of a Certificate of Insurance prior to the start of any work hereunder: AUTOMOBILE LIABILITY: Combined Property Damage and Bodily Injury, One Million Dollars ($1,000,000.00) — Any Auto; 2. GENERAL LIABILITY: One Million Dollars ($1,000,000.00) each occurrence; 3. MEDICAL EXPENSES: Five Thousand Dollars ($5,000.00) — Any one person; 4. PERSONAL &. ADV. INJURY: One Million Dollars ($1,000,000.00); 5. GENERAL AGGREGATE: Two Million Dollars ($2;000,000.00) per year; 6. PRODUCTS — COMPLETED OPERATIONS AGGREGATE: One Million Dollars ($1,000,000.00) 7. EXCESS/UMBRELLA COVERAGE: One Million Dollars ($1,000,000.00); and, 8. WORKERS' COMPENSATION: Employers' liability insurance which covers the statutory obligation for all persons engaged in the performance of the work required hereunder with limits not less than $1,000,000.00 per occurrence. Evidence. of qualified self-insurance status will suffice for this subsection. The CONTRACTOR understands and acknowledges that it shall be solely responsible for any and all medical and liability costs associated with an injury to itself and/or to its employees, sub -contractors, volunteers, and the like, including the costs to defend the COUNTY in the event of litigation against same. B. The CONTRACTOR shall name the "Osceola County Board of County Commissioners?' as a certificate holder and/or as additional insured, to the extent of the services to be provided hereunder, on all required insurance policies, and provide the COUNTY with proof of same. Rev 04-16 C. The CONTRACTOR shall provide the: COUNTY's Procurement Services with a Certificate of Insurance evidencing such coverage for the duration of this Agreement. Said Certificate of'Insurance shall be dated and show: I . The name of the insured CONTRACTOR, 2. The specified job by name and job number, 3. The name of the insurer, 4. The number of the policy, 5. The effective date, 6. The termination date, 7. A statement that the insurer will mail notice to the COUNTY at. least thirty (30) days prior to any material changes in the provisions or cancellation of the policy. C. Receipt of certificates or other documentation of insurance or policies or copies of policies by the COUNTY, or by any of its representatives, which indicates less coverage than is required, does not constitute a Waiver of the CONTRACTOR's obligation to fulfill the insurance requirements specified herein. D. The CONTRACTOR shall ensure that any sub-contractor(s), hired to perform any of the duties contained in the Scope of Services of this Agreement, maintain the same insurance requirements set forth herein. In .addition, the CONTRACTOR shall maintain proof of same on file and made readily available upon request by the COUNTY. SECTION 10. COUNTY OBLIGATIONS. At the CONTRACTOR's request, the COUNTY agrees to provide, at no cost, all pertinent information known to be available to the COUNTY to assist the CONTRACTOR in providing and performing the required services. SECTION 11. ENTIRE AGREEMENT. This Agreement, including referenced exhibits and attachments hereto, constitutes the entire agreement between the parties and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matters set forth herein, and any such prior agreements or understandings shall have no force or effect whatsoever on this Agreement. SECTION 12. APPLICABLE LAW, VENUE, JURY TRIAL. The laws.of the State of Florida shall govern all aspects of this Agreement. In the event it is necessary for either party to initiate legal action regarding this. Agreement, venue shall lie in Osceola County, Florida. The parties hereby waive their right to trial by jury in any action, proceeding or claim, arising out of this Agreement, which may be brought by either of the parties hereto. 5 Rev 04-16 SECTION 13. PUBLIC RECORDS. A. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICA'T'ION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT.) CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE FOLLOWING: Public Information Office 1 Courthouse Square, Suite 3100 Kissimmee, Florida 34741 407-742-0100 BCCPIO@osceola.org B. The CONTRACTOR understands that by virtue of this Agreement all of its documents, records and materials of any kind, relating -to the relationship created hereby, shall be open to the public for inspection.in accordance with Florida law. If CONTRACTOR will act on behalf of the COUNTY, as provided under section 119.011(2), Florida Statutes, the CONTRACTOR, subject to the terms of section 287.058(1)(c), Florida Statutes, and any other applicable legal and equitable remedies, shall: 1. Keep and maintain public records required by the COUNTY to perform the service. 2. Upon request from the COUNTY'S custodian of public records, provide the COUNTY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Florida law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the CONTRACTOR does not transfer the records to the COUNTY. 4. Upon completion of the contract, transfer, at no cost, to the COUNTY all public records in possession of the CONTRACTOR or keep and maintain public records required by the COUNTY to perform the service. If the CONTRACTOR transfers all public records to the COUNTY upon completion, of the contract, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirement. If the CONTRACTOR keeps and maintains public records upon completion of the contract, the CONTRACTOR shall meet all 6 Rev 04-16 COUNTY'S custodian of public records, in a format that is compatible with the information technology systems of the county. 5. If the CONTRACTOR does not comply with a public records request, the COUNTY shall enforce. the contract provisions in accordance with the contract. SECTION 14. INDEPENDENT CONTRACTOR. This Agreement does not create an employee/employer relationship between the parties. It is the parties' intention that the CONTRACTOR, its employees, sub -contractors, representatives, volunteers, and the like, will be an independent contractor and not an employee of the COUNTY for all purposes, including, but not limited to, the application of the fallowing, as amended: the Fair Labor Standards Act minimum wage and overtime payments, the Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State of Florida revenue and taxation laws, the State of Florida workers' compensation laws, the State of Florida unemployment insurance laws, and the Florida Retirement System benefits. The CONTRACTOR will retain sole and absolute discretion in the judgment .of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder. SECTION 15. APPLICABLE LICENSING. The CONTRACTOR, at its sole expense, shall obtain all required federal, state, and local licenses, occupational and otherwise; required to successfully provide the services set forth herein. SECTION 16. COMPLIANCE WITH ALL LAWS. The CONTRACTOR, at its sole expense, shall comply with all laws, ordinances, judicial decisions, orders, and regulations of federal, state, county, and municipal governments, as well as their respective departments, commissions, boards, and officers; which are in effect at the time of execution of this Agreement or are adopted at any time following the execution of this Agreement. SECTION 17. INDEMNIFICATION. The CONTRACTOR agrees to be liable for any and all damages, losses, and expenses incurred, by the COUNTY, caused by the acts and/or omissions of the CONTRACTOR, or any of its employees, agents, sub -contractors, representatives, volunteers, or the like. The CONTRACTOR agrees to indemnify, defend and hold the COUNTY harmless for any and all claims, suits, judgments or damages, losses and expenses, including but not limited to, court costs, expert witnesses, consultation services and attorney's fees, arising from any and all acts and/or omissions of the CONTRACTOR, or any of its employees, agents, sub -contractors, representatives, volunteers; or the like. Said indemnification, defense, and hold harmless actions shall not be limited by any insurance amounts required hereunder. Rev 04-16 SECTION 18. SOVEREIGN IMMUNITY The COUNTY expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Notwithstanding anything set forth in any section, article or paragraph of this Agreement to the contrary, nothing in this Agreement shall be deemed as a waiver of sovereign immunity or limits of liability which may have been adopted by the Florida Legislature or may be adopted by the Florida Legislature, and the cap on the amount and liability of COUNTY for damages, attorney fees and costs, regardless of the number or nature of claims in tort, equity or contract, shall not exceed the dollar amount set by the Florida Legislature for tort. Nothing in this Agreement shall inure to the benefit of any third party for the purpose of allowing any claim against the COUNTY which would otherwise be barred under the Doctrine of Sovereign Immunity or operation of law. SECTION 19. BANKRUPTCY OR INSOLVENCY. If the CONTRACTOR files a Petition in Bankruptcy, or if the same shall be adjudged bankrupt or insolvent by any Court, or if a receiver of the property of the CONTRACTOR shall be appointed in any proceeding brought by or against the CONTRACTOR, or if the CONTRACTOR shall make an assignment for the benefit of creditors, or proceedings shall be commenced on or against- the CONTRACTOR's operations of the premises, the COUNTY may terminate this Agreement immediately, notwithstanding the notice requirements of Section 7 hereof. SECTION 20. BINDING EFFECT. This Agreement shall be binding upon and enure to the benefit of the parties hereto, their heirs, personal representatives, successors, and/or assigns. SECTION 21. ASSIGNMENT. This Agreement shall only be assignable by the CONTRACTOR upon the express written consent of the COUNTY. SECTION 22. SEVERABILITY. All clauses found herein shall act independently of each other. If a clause is found to be illegal or unenforceable, it .shall have no effect on any other provision of this Agreement. It is understood by the parties hereto that if any part, term, or provision of this Agreement is by the courts held to be illegal or in conflict with any law of the State of Florida or the United States, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular part, term, or provision held to be invalid. Rev 04-16 SECTION 23. WAIVER. Failure of the parties to insist upon. strict performance of any of the covenants, terms, provisions, or conditions of this Agreement or to exercise any right or option herein contained, shall not be construed as a waiver or a relinquishment for the future of any such covenant, term, provision, or condition, or right of election, but same shall remain in full force and effect. SECTION 24. NOTICE. The parties hereto agree and understand that written notice, mailed or delivered to the last known mailing address, shall constitute sufficient notice to the COUNTY and the CONTRACTOR. All notices required and/or made pursuant to this Agreement to be given to the COUNTY and the CONTRACTOR shall be in writing and given by way of the United States Postal Service, first class mail, postage prepaid, addressed to the following addresses of record: COUNTY: Osceola County Attention: Procurement Services I Courthouse Square, Suite 2300 Kissimmee, Florida 34741 CONTRACTOR: Alternative Power Systems, Inc. Attention: Efrain Rivera 6438 University Boulevard, Suite 15 Winter Park, Florida 32792 SECTION 25. MODIFICATION. The covenants, terms, and provisions of this Agreement may be modified by way of a written instrument, mutually accepted by the parties hereto. In the event of a conflict between the covenants, terms, and/or provisions of this Agreement and any written Amendment(s) hereto, the provisions of the latest executed instrument shall take precedence. SECTION 26. HEADINGS. All headings of the sections, exhibits, and attachments contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit, or change the provisions contained in such sections, exhibits, and attachments. SECTION 27. ADMINISTRATIVE PROVISIONS. In the event the COUNTY issues a purchase order, memorandum, letter, or any other instrument addressing the services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, 9 Rev 04-16 memorandum, letter, or other instrument is for the COUNTY's .internal purposes only, and any and all terms, provisions, and conditions contained therein, -whether printed or written, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. SECTION 28. CONFLICT OF INTEREST. The CONTRACTOR warrants that the CONTRACTOR has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual, or firm any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this Paragraph, the COUNTY shall have the right to terminate this Agreement immediately, without liability and without regard to the notice requirements of Section 7 hereof. SECTION 29. PUBLIC ENTITY CRIMES. As required by section 287.133, Florida Statutes, the CONTRACTOR warrants that it is not on the convicted contractor list for a public entity crime committed within the past thirty six (36) months. The CONTRACTOR further warrants that it will neither utilize the services of, nor contract with, any supplier, sub -contractor, or consultant in connection with this Agreement for a period of thirty six (36) months from the date of being placed on the convicted contractor list. SECTION 30. EMPLOYMENT ELIGIBILITY VERIFICATION (E -VERIFY) In accordance with State of Florida, Office of the Governor, Executive Order 11-116 (superseding Executive Order 11-02; Verification of Employment Status), in the event performance of this Agreement is or will be funded using state or federal funds, the CONTRACTOR must comply with the Employment Eligibility Verification Program ("E -Verify Program") developed by the federal government to verify the eligibility of individuals to work in the United States and 48 CFR 52.222-54 (as amended) is incorporated herein by reference. If applicable, in accordance with Subpart 22.18 of the Federal Acquisition Register, the CONTRACTOR must (1) enroll in the .E -Verify Program, (2) use E -Verify to verify the employment eligibility of all new hires- working in the United States, except if the CONTRACTOR is a state or local government, the CONTRACTOR may choose to verify only new hires assigned to the Agreement; (3) use E -Verify to verify the employment eligibility of all employees assigned to the Agreement; and (4) include these requirement in certain subcontracts, such as construction. Information on registration for and use of the E -Verify Program can be obtained via the internet at the Department of Homeland Security Web site: http://www.dhs.gov[E-Verify. SECTION 31. JOINT AUTHORSHIP. This Agreement shall be construed as resulting from joint negotiation and authorship. No part of this Agreement shall be construed as the product of any one of the parties hereto. to Rev 04-16 SECTION 32. EQUAL OPPORTUNITY EMPLOYER. The CONTRACTOR is an Equal Opportunity Employer and will comply with all equal opportunity employment laws. The CONTRACTOR will further ensure that all sub -contractors it utilizes in providing the services required hereunder will comply with all equal opportunity employment laws. SECTION 33. AUDITING, RECORDS, AND INSPECTION. In the performance of this Agreement, the CONTRACTOR shall keep books, records, and accounts of all activities, related to the Agreement, in compliance with generally accepted accounting procedures. Throughout the term of this Agreement, books, records, and accounts related to the performance of this Agreement shall be open to inspection during regular business hours by an authorized representative of the COUNTY and shall be retained by the CONTRACTOR, for a period of three years after termination or completion of the Agreement or until the full COUNTY audit is complete, whichever comes first. The COUNTY shall retain the right to audit the books during the three-year retention period. All books, records, and accounts related to the performance of this Agreement shall be subject to the applicable provisions of the Florida Public Records Act, chapter 119, Florida Statutes. The COUNTY also has the right to conduct an audit within sixty (60) days from the effective date of this Agreement to determine whether the CONTRACTOR has the ability to fulfill its- contractual obligations to the satisfaction of the COUNTY. The COUNTY has the right to terminate this Agreement based upon the findings in this audit without regard to any notice requirement for termination. SECTION 34. PROJECT MANAGERS. The COUNTY and the CONTRACTOR have identified individuals as Project Managers, listed below, who shall have the responsibility for managing the work performed under this Agreement. The, person or individual identified by the CONTRACTOR to serve as its Project Manager for this Agreement, or any replacement thereof, is subject to prior written approval and acceptance of the COUNTY. If the COUNTY or CONTRACTOR replace their current Project Manager with another individual, an amendment to this agreement shall not be required. The COUNTY will notify the CONTRACTOR, in writing, if the current COUNTY Project Manager is replaced by another individual. A. The COUNTY Project Manager's contact information is as follows: Michael J. Amato, Building Maintenance Manger Osceola County Building Maintenance Department I Courthouse Square, Suite 3100 Kissimmee, Florida 34741 Phone: (407) 742-7403 Email Michael.amato@osceola.org Rev 04-16 B. The CONTRACTOR Project Manager's contact information is as follows: Efrain Rivera, President Alternative Power Solutions, Inc. 6438 University Boulevard, Suite 15 Winter Park, Florida 32792 Phone: (407) 261-5543 , Email: efrain t@aapowersolution.com SECTION 35. PUBLIC EMERGENCIES. It is hereby made a part of this Agreement that' before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God, Osceola County shall require a "First Priority" for goods and services. It is vital and imperative that the health, safety, and welfare of the, citizens of Osceola County are protected from any emergency situation that threatens public health and safety as determined by the COUNTY. The CONTRACTOR agrees to rent/sell/lease all goods and services to the COUNTY or governmental entities on a "first priority" basis. The COUNTY expects to pay contractual prices for all products and/or services under this Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. Should the CONTRACTOR provide the COUNTY with products and/or services not under this Agreement, the COUNTY expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster, emergency; hurricane, tornado, flood, or other acts of God. SIGNATURE PAGE TO FOLLOW 12 Rev 04-16 IN WITNESS WHEREOF, the parties hereto, by their duly authorized representatives, have executed this Agreement effective the day of 2016. BOARD OF COUNTY COMMISSIONERS OF OSCEOLA PqUNTY, FLORIDA By: j Chairwoman/Vic hairwoman ATTEST: OSCEOLA COUNTY CLERK OF THE BOAR[ • /lf i Deputy Clerklof:•. • As authorized for execution at the Board of County Commissioners meeting of: �4l STATE OF FLORIDA COUNTY OF ALT hi IVE POWER ELUTIONS, INC. By: The f egoing in ument was executed foie e this is day of �� , 2016, by k f -> as b�A, o lternative Power Solutions, Inc., who personally swore or affirmed that he/she is authorized to execute this Agreement and thereby bind the Corporation, and who isersonally own to me OR has produced V" 7) produced identification. � (stamp) 4�; JORGE C CGLON :;!�• MY COMMISSION # FF987113 EXPIRESAAptl127, 2020 JA07)39"153 floWalloUryService.com 13 of Florida Rev 04-16 Exhibit "A" Scope of Services 1. Intent: The CONTRACTOR shall ,provide MAJOR (Annual) and MINOR (Semi -Annual) PREVENTIVE MAINTENANCE INSPECTION, SERVICE & REPAIR (PMI&S) for (both routine and emergency) and INSTALLATION of emergency power generators located throughout OSCEOLA COUNTY, No work may be performed without authorization from the COUNTY. 2. Safety: The CONTRACTOR shall be responsible for ensuring that any work performed in connection with this Agreement conforms to the guidelines set forth by the Occupational Safety and Health Act (OSHA). 3. Security: The following security guidelines must be followed as part of this Agreement: (a) All posted facility security requirements shall be maintained at all times while performing work. Failure to comply and follow these security requirements may result in the worker(s) removal from the building at no additional charge to the COUNTY. (b) All personnel affiliated with the CONTRACTOR that will enter COUNTY facilities covered by this contract may be required to complete a background .investigation. The depth of these investigations will vary by location' and shall be detailed by the 'COUNTY Contract Manager or his designee upon the, award of this Contract. The initial cost, at contract start-up shall be covered by the COUNTY, any subsequent investigations, at any time, for any reason, shall be the cost of the CONTRACTOR. (c) The CONTRACTOR shall provide the COUNTY's Project Manager a list of employees authorized to work under this Agreement, along with a copy of each employee's valid US State issued Driver's License and the CONTRACTOR'S Company Identification Card. Only employees on the list provided shall be allowed access. (d) The CONTRACTOR'S employees shall at all times carry a proper photo Identification. The Identification Cards shall be current. The CONTRACTOR'S employees upon request must present their photo identification for entrance into COUNTY facilities or Job -site for verification of identity. (e) The CONTRACTOR'S employees shall wear company uniforms/shirts with their name and/or company logo. 4. Personnel: The CONTRACTOR shall have qualified individuals, properly trained and equipped with the necessary tools and equipment, to make. inspections, adjustments, and repairs. The personnel shall be competent, properly licensed, experienced, courteous, neatly dressed and skilled in the services provided by the CONTRACTOR. Failure to comply with security requirements and any security violations may be considered a breach of this Agreement and grounds for termination. 5. Frequencies: The CONTRACTOR shall provide TWO PM's per 12 month period, one Major Preventive Maintenance Inspection & Service for each unit on the Master List AND one Minor Preventive Maintenance 'Inspection & Service which will take place six (6) months after the Major PMI&S. The CONTRACTOR sha11 perform the Major and Minor PMI&S within industry standards and in accordance to all Local, State and Federal rules, codes, statutes and regulations. The CONTRACTOR shall also provide suggested corrective actions as needed and any Repair to ensure the overall safety and or operational use of the generators. The CONTRACTOR shall inspect, test and service the following generic list of items along with any non -listed, items that may be associated with, and specific to, the individual generator and location, per industrystandards and provide a detailed service report including any deficiencies and suggested corrective actions for each unit per location to include an estimated cost for repair. 14 Rev 04-16 MAJOR ANNUAL PREVENTIVE MAINTENANCE.SERVICE All TASK items performed will meet or exceed requirements in the National Fire Protection Agency (NFPA) levels one (1) and two (2) in Section 110 as amended. TASK ONE (1) - FUEL SYSTEM (a) Main tank level — Check level and record. (b) Solenoid valve operation — Verify electrical operation as well as the transfer of fuel. (c) Condition of piping, vents- Inspect condition of all fuel piping and vents. (d) Condition of. hoses — Inspect all fuel connections for tightness, condition and all hoses for pliability and over all condition. (e) Fuel Filter(s) — Replace all engine mounted fuel filters with new original manufacturer equipment (OEM). The COUNTY must approve any alternate aftermarket parts. (f) Fuel Sample —Test condition of fuel, specifically for cetane content, water, and algae. TASK TWO (2) - LUBRICATION SYSTEM (a) Oil sample- obtain sample prior to replacing oil. Sample .to include at a minimum, the following requirements to determine the engine condition: viscosity, total solids, total base number, oxidation, fuel dilution (water, antifreeze and other contaminants). (b) Oil — Replace crankcase engine oil using new oil as recommended by the manufacturer. (c) Filter(s) - Replace all engine mounted oil filters with new original manufacturer equipment (OEM The COUNTY must approve any alternate aftermarket parts. (d) Level — Verify oil level is at appropriate level as indicated by dipstick located on engine. (e) Crankcase breather — Remove, inspect, and clean and replace if necessary. TASK THREE (3) - COOLING SYSTEM (a) Antifreeze protection level — Test protection level of coolant and document. (b) Inhibitor level — Test level of inhibitor in coolant system and document. (c) PH level — Test Ph.level of coolant system and record. (d) Radiator exterior condition — Inspect deterioration of cores and contamination build up. (e) Fan and alternator belt(s) — Inspect condition and adjust as needed. (f) Water Pump — Visually inspect for leaks and condition. (g) Hoses, clamps, and connections — Inspect condition and pliability; tighten all hose clamps, and replace when necessary. (h) ,Jacket Water Heater — Verify operation of heater and thermostat where applicable. (1) Coolant Filters - Replace all engine -mounted filters with new OEM or approved equivalent only. (j) Visually inspect level inside radiator, heat exchanger, and/or recovery bottle. TASK FOUR (4) - EXHAUST SYSTEM (a) Silencer, piping, and flex:. inspect for cracks and excessive corrosion. (b) Drain cap — Verify free movement. (c) Insulation and Fire Hazards — Inspect and document. (d) Hangers and supports — Inspect and check hardware for tightness. (e) Excessive Back Pressure — Check engine backpressure, under load/ compare to OEM specs. TASK FIVE (5) - INTAKE SYSTEM (a) Air filter — Inspect and replace as necessary. (b) Hoses, clamps, and connections - Inspect condition and pliability; tighten all hose clamps. TASK SIX (6) - BATTERY and CHARGING SYSTEM (a) Electrolyte level — Check electrolyte level in accordance with battery manufacturer specifications; add proper fluids as needed. (b) Specific Gravity — Test and document the lowest and highest reading. (c) Terminal and connections — Remove terminals and treat for corrosion, torque accordingly. (d) Cables — Visually inspect condition. (e) Load Test — Perform load test utilizing battery manufacturer approved procedures and record battery age and size. (f) Battery charger float — Verify operation and document. 15 Rev 04-16 (g) Battery charger equalize - Verify operation and document. TASK SEVEN (7) - PRIME MOVER (a) Wiring harness and connections — Inspect all engine wiring. (b) Mounting hardware — Check and tighten. (c) Vibration Damper - Inspect hardware and components. (d) Ignition — Inspect cap, condenser, points, rotor, and spark plugs; clean and recalibrate as needed. (e) Governor and Carburetor Linkages — Inspect for freedom of movement and grease as necessary. (f) Document hours listed on engine run time. TASK EIGHT (8) - SYSTEMS OPERATION (a) Place control switch to manual, record time to start: (b) Unusual noise or -vibration — Record if applicable. (c) Leaks (fuel, coolant, oil, exhaust) - Inspect and correct if any are loose due to connections or corrosion. (d) Exhaust opacity and wet stacking — Inspect and record. (e) Oil pressure gauge — Record initial and warm, warm equals after five (5) minutes continuous run. {f) Coolant temperature gauge — Record initial and warm, warm equals after five (5) minutes continuous :run. (g) Battery charging Amp/ Direct Current (DC) meter — Record. (h) Safety shutdowns — Test and verify the operation of all. shutdowns. (1) Pre -safety shutdowns - Test and verify the operation of all pre -safety shutdowns. Q) Remote Enunciator / Control Panel lights and operations. (k) Alternating Current (AC) Voltage - Record no load and loaded. (1) Amperage — Record A -phase, B -phase, C -phase. (m) Hertz - Record no load and loaded — Potentiometer working properly. -.TASK NINE (9) — GENERATOR (Power Plant) (a) Brushes, commutator:, slip rings — Check wear, condition and polish as necessary. (b) Diodes/surge-suppressor/isolators— Inspect proper mounting, tightness, and remove grease build up with dielectric. -spray. (c) Rotor, stator, exciter field, and armature — Inspect windings, connections and hardware. (d) Bearings — Inspect for overheating and grease as necessary. (e) Hardware (mounts, flex plates, covers) — Verify proper torque based on hardware S.A.E. grade. (f) Leads (output, stator, fields, sensing) Current Transformer's (CT)'s — Inspect insulation and connections. (g) Voltage regulator, breaker, fuses — Inspect* all mounting hardware and ohm across each pole/fuse; record. (h) Controller wiring and component connections — Check all wiring inside control panel and components. (i) Control panel -enclosure, mounts — Inspect condition of control panel and mounts. (j} Check insulation on wires in the main stator, main field, exciter armature, and exciter field with Megger test equipment. TASK TEN (10) - GENERATOR ENCLOSURES (a) Document exterior condition of finish, corrosion, hinges, hardware, and keyways; correct as needed. (b) Cleaning of the exterior roof and all sides of the generators to remove mold, dirt, wasp nest, and the like. TASK ELEVEN (11) - AUTOMATIC TRANSFER SWITCHES The CONTRACTOR shall inspect and test transfer switches associated with generators that are permanently connected to structures to supply emergency power. Emergency generators must exercise regularly, and will utilize the building(s) transfer switches to provide the needed exercise 16 Rev 04-16 for afifteen (15) minute duration, and then automatically stop. Additional requirements are as follows: . (a) record ac�Yd�0� (W(c) Time d6l6y.to start � V&ify operation and d record accordingly. g� (d) -rime delay'.to emergene - Veri operation and record iim'e delay. (6) Time delay , to normal -Verify operation and record time delay. AD Delay neutral orio-phnoemooitor—Verdyopena|oo. (g) Status indicatbr,la�npo—Ve�yoperation and nyp�ceo�naqu|reU. (h) Exerciser — Verify operationand record day, time and length cfexercise. CLEANING OFGENERATORS (m) Document extehorcondition of finishes, oornnniun, hinges, handwavo, and keyways; correct as needed. (b) Cleaning of the exterior ouof, generator ends, and sides to remove mo(d, d\d, wasp nests, and the like. TASK THIRTEEN (1-3) — BN 'SECURITY (a) All COUNTY generators should be found locked pr�rtotesdnQ. and must be locked when tested and ina ' n is completed. Please document any Units found open or unlocked upon arrival. (b) All four hundred (4UU)kilowatt, trailer mounted generators are keyed alike. (c) Towing specifications for the trailer units may beobtained by Site -Visit only, upon written request. TASK FOURTEEN (14) — FOUR HUNDRED (408) -KILOWATT TRAILER MOUNTED AVTRON RESISTIVE LOAD BANK — TRAILER MOUNTED UNITS ONLY - The CONTRACTOR shall perform o two (2) hour load bank test during the MAJOR Annual Preventive Maintenance Service; Each unit will bwload bank tested utilizing the COUNTY owned Avtnon Portable Resistive Load 8onk, with each unit load bank tested up to 100Y6 of nameplate Kilowatt, but noless than S396ofnameplate rating. (o) Perform o load bonk test for o total of 120 minutes uninterrupted at full load. A minimum of fifteen (16)minutes ofwarm -up period Will beperformed sd5U96load prior totwo-hour test. (b) Al load bank cable � are� UL Listed., for outdoor use; Osceola, COUNTY has established as a otandanjoonnecioousing Ho/ox#1SCam Loosfor all portable, generator connections. (o) Separate ground nods will be temporarily established if an equipment safety ground in not adequate. (d) If the unit has to be ohu[off due to performance issue, payment will be pro -rated based on Aoremmontph�eandtimeintoteaL Repair orpa�onnonoeissue vviUthen baaddressed and test nsschedu|ed. (a) The following are the minimum. accepted items to be recorded every fifteen (15) minutes from the start ofthe teat i AbemnadiDg Current Vobammetry(ACV) Phase one (1)and two (2): Record voltage, make minor mdjustmaoto,ownecessary. -ii. Alternating Current Vo!bamrne{ry (ACV) Phase one (1) and two (2): Record voltage, make minor odjuo$nentuaanecessary. iii. Alternating GunardVo|bammetry (ACV) Phase one (1) and two (2): Record vo|bsge, mak eminor adjustments oonecessary. iv. A|tennohogCurrent (AC)Amps / one (1):Record. Alternating Current (4C)Amps /2:Record. v. Alternating -Current (\C)Amps /3:Record. Vi. Hertz: Record hertz and make minor adjustments hocorrect oonecessary. Kilowatt: Recohd. vii. :Oil Prpnyure� Record and advise what the published original equipment manufacturers ([)FMUspecifications are. viii. Water Temp: Record and advise what the published original equipment -manufacturers (QEK8)specifications are. 17 Rev 04-16 ix. Battery :Charger/Alternator: Record and advise published original equipment manufacturers (OEM) specifications. x. Exhaust Opacity: No darker than Number one (1) on .Ringelrnann Chart or twenty percent (20%) for more than ten (10). seconds. Exhaust Back Pressure; Record and advise published original equipment manufacturers. (OEM) specifications A. Exhaust Temp: Record exhaust temperature using calibrated infrared laser device at exhaust outlet point prior to exhaust flex. Record and advise published original equipment manufacturers (OEM) specifications. xii. Radiator Temp: Record outlet and inlet temperatures using calibrated infrared laser. xiii. Vibration: Record any abnormal vibration; any excessive vibration that identified shall be cause for termination of test. xiv. Unusual Noise: Record any unusual noise; that cannot be easily identified shall be cause for termination of test. xv. Ambient Temperature: Record. NOTES: 1) Load Bank testing on all non-trailered generators will be on an as requested basis. Contract Labor Rates for Service will apply. 2) Towing/Hitch/Hookup specifications for the trailer units may be obtained by Site Visit only, upon request. MINOR SEM! -ANNUAL PREVENTIVE MAINTENANCE SERVICE FOR ALL GENERATORS: All TASK items performed will meet or exceed requirements in the National Fire Protection Agency (NFPA) levels one (1) and two (2) in Section 110 as amended. TASK ONE (1) - FUEL SYSTEM (a) Main tank level — Check level and record. (b) Day tank level — Check level and record. (c) Transfer pump and control operation- Test controls and float assemblies. (d) Solenoid valve operation — Verify electrical operation as well as the transfer of fuel. (e) Fuel Sample —Test condition of fuel, specifically for cetane content, water, and algae. (f) Condition of piping,. vents- Inspect condition of all fuel piping and vents. (g) Condition of hoses — Inspect fuel connections for tightness, condition of hoses for pliability and over all condition. TASK TWO (2) - LUBRICATION SYSTEM (a) Level — Verify oil level is at appropriate level as indicated by dipstick located on engine. (b) Crankcase breather - Remove, inspect, and clean. TASK THREE (3) - COOLING SYSTEM (a) Level — Inspect level inside radiator, heat exchanger, or recovery bottle. (b) Antifreeze protection level — Test protection level of coolant and document. (c) Inhibitor level, — Test level of inhibitor in coolant system and document. (d) PH level.— Test Ph level of coolant system and record. (e) Radiator exterior condition — Inspect for deterioration of cores and contamination build up. (f) Fan and alternator belt(s) — Inspect condition and adjust as needed. (g) Water Pump — Inspect for leaks and condition. (h) Hoses, clamps, and.connections — Inspect condition and pliability; tighten all hose clamps. (i) Jacket Water Heater— Verify operation of heater and thermostat. TASK FOUR -(4) — EXHAUST SYSTEM (a) Silencer, piping, flex - Inspect for cracks and excessive corrosion. (b) Rain Cap - Verify free movement. (c) Insulation and Fire Hazards - Inspect and document. (d) Hangers and. supports -Inspect and check hardware for tightness. 18 Rev 04-16 TASK FIVE (5) - INTAKE. SYSTEM (a) Air filter- .Inspect and replace as necessary.. (b) Hoses, clamps, and connections - Inspect condition / pliability and tighten all hose clamps. TASK SIX (6) -BATTERY and CHARGING SYSTEM (a) Electrolyte level - Check level to be in accordance with battery manufacturer specifications. Add distilled water as needed. (b) Specific Gravity - Test and document the lowest and highest reading. (c) Terminal and connections - Remove terminals and treat for corrosion, torque accordingly. (d) Cables.- Inspect condition. (e) Load Test - Perform load test utilizing battery manufacturer. approved. Procedures / record battery age. (f) Battery charger float - Verify operation and document. (g) Battery charger - Verify operation and document. TASK SEVEN (7) - PRIME MOVER (a) Wiring harness and connections - Inspect all engine wiring. (b) Mounting hardware - Check and tighten. (c) Vibration Damper - Inspect hardware and components. (d) Governor and Carburetor Linkages - Inspect for freedom of movement and grease as necessary. TASK EIGHT (8) - SYSTEMS OPERATIONS (a) Place control switcWto manual, record time to start. (b) Unusual noise or vibration - Record if applicable. (c) Leaks (fuels, coolant, oil, exhaust) - Visually inspect and correct if any are due to loose connections. (d) Exhaust opacity and wet stacking - Visually inspect and record. (e) Oil pressure. gauge - Record initial and warm, warm equals after five (5) minutes of continuous run. (f) Coolant temperature gauge - Record initial and warm, warm equals after five (5) minutes of continuous run. (g) Battery charging Amp/' Direct Current meter - Record. (h) Safety shutdowns -Test and verify the operation of all shutdowns. (i) Pre -safety shutdowns : Test and verify the operation of all pre -safety shutdowns. 0) Remote Enunciator - Test and verify the operation of all items. (k) Alternating Current Voltage - Record no load and loaded. (1) Amperage - Record A -phase, B -phase, C -phase. (m) Hertz - Record no load and loaded. TASK NINE (9) GENERATOR (a) Hardware -mounts flex plates, covers - Verify proper torque based on hardware Society of Automotive Engineers (S.A.E.) grade. (b) Leads (output, stator, fields, sensing) Current Transformer's (CT)'s - Inspect insulation and connections polehuse, record accordingly. (c) Controller wiring and component connections - Check all wiring inside control panel and components. (d) Control panel -enclosure, mounts - Inspect condition of control panel and mounts. TASK TEN (10) -CLEANING OF GENERATORS (a) Document exterior -condition of finish, corrosion, hinges, hardware, and keyways. (b) Cleaning of the roof and all sides of generators to remove mold, dirt, wasp nests, and the like. TASK ELEVEN (11) - GENERATOR SAFETY (a) All COUNTY generators should be found locked prior to testing, and must be locked when tested and inspection is completed. Document any units found open or unlocked upon arrival (b) All four hundred (400) kilowatt, trailer mounted generators are keyed alike. 19 Rev 04-16 (c) Towing specifications for the trailer units may be obtained by Site -Visit only, upon written request. 6. Repair Services: (Emergency a_ nd Routine): The- CONTRACTOR shall respond to the COUNTY's requests. for�service in a reliable and timely manner; to insure the proper functioning of the equipment. (a) The CONTRACTOR shall repair all generators in accordance with the manufacturer's technical data including tolerances, calibrations, specifications, and industry standards. (b) The CONTRACTOR shall install only new original equipment manufacturers (OEM) replacement parts for each respective generator being serviced unless the COUNTY approves an. alternate aftermarket part in advance. (c) The CONTRACTOR shall perform all work in accordance with all local, state and federal building and electrical codes. (d) Detailed repair reports/invoices must be prepared properly to insure prompt payment. The . COUNTY's process is detailed in item E10. (e) Routine Service Calls shall be responded to on-site within 24 hours, unless previously agreed to (f) Emergency Service Calls are detailed in item E7 (b) (Schedules for Repair and Service). 7. Schedules for all Services: The CONTRACTOR shall maintain the following specific schedules for routine repairs, major repairs, and emergency repairs: (a) Routine Repairs: Regular, Straight -Time hours of operation are Monday through Friday 07:00 AM to 5:00 PM. All Preventive Maintenance (Major and Minor) must take place within these hours unless scheduled in advance and approved by the COUNTY. (b) Emergency Repairs: Urgent and Emergency service calls taking place outside of the COUNTY"s "Regular, Straight -Time hours" are considered After -Hours service calls. The CONTRACTOR must be on location and ready to commence with emergency repairs within two (2) hours from written and/or phone notification by the COUNTY.. The CONTRACTOR shall provide emergency repair service either in the field at a COUNTY facility, or at the CONTRACTOR'S facility (for trailer units) twenty-four (24) hours a day, seven (7) days a week, including holidays, when requested by the COUNTY. Repair services should be done at the COUNTY'S location unless approved by the COUNTY. (c) Preventive Maintenance: All locations requiring services to be performed and scheduled outside of the above stated Straight -Time hours will be noted in the LOT listings in Section F. 8. New Installation: On an as -needed basis for the addition of new equipment and/or the replacement of existing equipment the COUNTY may request a written proposal from the CONTRACTOR to provide .for the purchase and "turn -key" installation of new generators and power generating equipment. (The COUNTY reserves the right to competitively bid externally using the County's procurement process.) 9. Use of Premises: The CONTRACTOR shall maintain the following specific guideline for all services performed on the COUNTY's property: No Smoking or profanity will be allowed in view of the general public. During the progress of the work specified herein, the CONTRACTOR shall keep the premises free from accumulation of waste materials and other debris resulting from the work. At the completion of the work, the CONTRACTOR shall remove all waste materials and debris from and about the premises as well as all tools, generator materials, and surplus materials, and leave the site clean and ready for -occupancy by the COUNTY. The CONTRACTOR shall restore to its original condition portions of the site not designated for repair by the COUNTY. The COUNTY reserves the right to remove any CONTRACTOR'S employee from the jobsite for any reason at any time. 20 Rev 04-16 iW. Pricing Terms &Invoicing: Generator Repair Parts- Pricing: The CONTRACTOR will be required to submit separate invoice from the supplierof maintenance part/s: along with the invoice for service. Maiterials purchas:ed by,the CONTRACTOR shall be billed to the County based on actual prices paid bythe CONTRACTOR .plus the percentage markup. Invoices submitted without the required supporting documentation will not be paid by the COONTY, but will be returned to the CONTRACTOR for correction. Additions and/or Deletions qyGenerators: Additions and/or deletions mfGenerators may ba'Made by the COUNTY at any time during the period of the contract at the prices indicated in Exhibit "B" PRICE SCHEDULE, or at prices that may be mutually agreed to by the COUNTY and the CONTRACTOR. 21 Rev 04-16 Exhibit " B" Pricing Schedule 22 Rev 04-16 W10, #4 b& Brldgfe} �- FN ..;.:.: Generator Preventive Maintenance Category ' Outpat�W�' MarLocation y �.ase1 a Maintenan Road and Bridge — Unit #1 1 400 3850 Old Canoe Creek'Road $445.00 $86.00 $531.00 Saint Cloud, Florida 34772 (Trailer Unit) Road and Bridge — Unit #3 2 400 3850 Old Canoe Creek Road $445.00 $86.00 $531.00 Saint Cloud, Florida 34772 (Trailer Unit) Road and Bridge — Unit #5 3 400 3850 Old Canoe Creek Road $445.00 $86.00 $531.00 Saint Cloud, Florida 34772 (Trailer Unit) Road and'Bridge -Unit #6 4 400 3850 Old Canoe Creek Road $445.00 $86.00 $531.00 Saint Cloud, Florida 34772 (TrailenUnit) Road and Bridge— Unit #7 5 400 3850 Old Canoe Creek Road $445.00 $86.00 $531.00 Saint Cloud, Florida 34772 (Trailer.Unit) Road and Bridge Building A 6 25 3850 Old Canoe Creek Road $245.00 $86.00 $331.00 Saint Cloud, Florida 34772 Road and Bridge Building B 7 80 3850 Old Canoe Creek Road $269.00 $86.00 $355.00 Saint Cloud, Florida 34772 Road.and:Bridge Building M 8 15 3850 Old Canoe Creek Road $160.00 $86.00 $246.00 Saint Cloud, Florida 34772 Road and Bridge Yard 2 9 25 1698 Hoagland Blvd $245.00 $86.00 $331.00 Kissimmee, Florida 34741 Bass Road landfill 10 50 750 South Bass Road $280.00 $86.00 $366.00 Kissimmee, Florida 34746 22 Rev 04-16 �� "i".xem #4 P11 Output ,Majors Location- Minorr".. _ Total KW, Mairitenanee ,. Maintenance Fleet Management, Building C 11 125 3860 Old Canoe -Creek Road $430.00 $86.00 $516.00 Saint Cloud, Florida 34769 Animal Services _ Walk -1n Freezer 12 35 3910 Old Cane Creek Road $245.00 $86.00 $331.00 Saint Cloud, Florida 34772 OCPS Transportation Yard Unit #2 13 400 401 Simpson Road $445.00 $86.00 $531.00 Kissimmee, Florida.34744 (Trailer Unit) Parts and Service Rate Category M!2 �" Peser� tion 1ply, ��It raExtended Quantities Total. Generator Parts and Supplies; Mark-up over vendor cost not to exceed 40% Cost Pius 14 $5,000.00 $6000.00 Example: if mark-up is 10%, the total price in oX 20 the last column would be the Estimated Quantity x 110% = Total 15 Labor Rate — Straight time $ 68.00 /Hr X 100 Hours $6,800.00 16 Labor Rate — Overtime (Includes After -Hours, $ 99.00 /Hr X 100 Hours $9,900.00 Urgent, Emergency Service & Holidays) 17 Total Bid Price for LOT 4 $28,362.00 23 Rev 04-I6 Exhibit "C" Generator Location List fc f�'r�on Item. gt aA5 ti 4... ..... '➢ Ma�nnfactrelr Yr?�iA(�a`r-i Qutput MG6rNINNen1 '�.d3. Generator �. _ " � KW� Model #,� ; 5_e hi # Road and Bridge — Unit #1 1 3850 Old Canoe Creek Road Caterpillar 400 3406B 9DR04302 Diesel Saint Cloud, Florida 34772 Trailer Unit Road and Bridge — Unit #3 Diesel 2 3850 Old Canoe Creek Road Caterpillar 400 3406B 9DR04299 Saint Cloud, Florida 34772 (Trailer Unit) Road and Bridge — Unit #5 3 3850 Old Canoe Creek Road Caterpillar 400 3406E 9DR04300 Diesel Saint Cloud, Florida 34772 Trailer Unit Road and Bridge — Unit ##6 4 3850 Old Canoe Creek Road Caterpillar 400 3406E 9DR04297 Diesel Saint Cloud, Florida 34772 Trailer Unit Road and Bridge — Unit #7 5 3850 Old Canoe Creek Road Caterpillar 400 3406B 9DR04296 Diesel Saint Cloud, Florida 34772 Trailer Unit Road and Bridge Building A SEN25FPN4 LM6503359529 Liquid 6 3850 Old Canoe Creek Road Katolight 25 6-1-0204 Propane Saint Cloud, Florida 34772 Road and Bridge Building B QT08054GVSN 4294865 Liquid 7 3850 Old Canoe Creek Road Guardian Elite 80 Propane Saint Cloud, Florida 34772 Road and Bridge Building M Liquid 8 385.0 Old Canoe Creek Road Generac 15 TAG# 0044563 3944996 Propane Saint Cloud, Florida 34772 Road and Bridge Yard 2 LM650305- Liquid 9 1698 Hoagland Blvd Katolight 25 SEN25FPN4 95296-2-0204 Propane Kissimmee, Florida 3474.1 Bass Road. Landfill 253995UBF81 I E5 Liquid 10 750 South Bass Road Ingersoll-Rand 50 OXWCU 5940558061 Propane Kissimmee, Florida.34746 Fleet Management'Building C. 11 3860 Old Canoe Creek Road Lima 125 3108-0945 A46334WC Diesel Saint Cloud, Florida 34769 Animal Services — W/I Freezer Liquid 12 3910 Old Canoe Creek Road Generac 35 91AO2237-S 996517 Propane Saint Cloud, Florida 34772 24 Rev 04-16 25 Rev 04-16 '® AtCb h CERTIFICATE OF LIABILITY INSURANCE ..-%' DATE (MMIDD/YYYY) 5/24/2016' THIS`•CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO :RIGHTS UPON THE CERTIFICATE HOLDER. THIS. CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED' REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is.an.ADDITIONAL INSURED,, the policy(les) must.be endorsed. (f -SUBROGATION IS WAIVED, subject to the.terms and conditions of the policy, Certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER SIHLE INSURANCE GROUP, INC. P'. O. BOX 160398 ALTAMONTE SPRINGS FL 32716 CONTACT NAME: Certificate Department PHONE- 407'-869=5490 FAX 407-389-3580 EMAIL . Certificates@sihle.com INSURERS AFFORDING COVERAGE NAIC q Y INSURERA:Cincinnati Specialty Und Insurance 13037 CSUD07.1100 INSURED ALTEPOW-01 INSURER B :Cincinnati Companies anies 10677 Alternative Power Solutions, Inc. INSURERC:Torus Specialty Ins. Co. 6438 University Blvd., Suite 15 Winter Park FL 32792 INSURER D INSURER E: INSURER F: DAMAGE TO RENTEly PREMISES Ea"occurrence $100,000 Cr1VFRAr;FS CFRTIFICATF NIIMRFR 405021952 REVISION Nt1MBER- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED'TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,'THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS'SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSD WVO POLICY NUMBER POLICY EFF MWDDIYYYY POLICY EXP MMIDD/YYYY LIMITS A. X COMMERCIAL GENERAL LIABILITY Y CSUD07.1100 6/4/2016 6/4/2017 EACH OCCURRENCE $1,000,000 CLAIMS -MADE o OCCUR DAMAGE TO RENTEly PREMISES Ea"occurrence $100,000 MED EXP (Any one person) s0 PERSONAL & ADV INJURY $1,000,000 AGGREGATE LIMIT APPLIES PER: 'OT GENERAL AGGREGATE $2,000,000 X POLICY ❑ JE � LOC PRODUCTS - COMP/OP AGG 52,000,000 $ OTHER: AUTOMOBILE LIABILITY Ea accident $ BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS BODILY INJURY (Per accident) $ PROPERTY 5 Per acc dent NON-OWNEDAMA HIRED AUTOS AUTOS 1 $ C UMBRELLA LIARX OCCUR 78354NI61ALI 6/4/2016 614!2017 EACH OCCURRENCE $5,000,000 AGGREGATE 65,000,000 X EXCESS LIAR CLAIMS -MADE DED X RETENTION s N/A $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNEWEXECUTIVE STATUTE OERH E.L. EACH ACCIDENT 5 OFFICERIMEMBER EXCLUDED? ❑ (Mandatory In NH) NIA E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ II yes, describe under DESCRIPTION OF OPERATIONS below B Contractors Equipment CAP5239291 6/4/2016 6/4/2017 Leased & Rented Equip $25,000 Deductible $1,000 DESCRIPTION OF OPERATIONS'/ LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Job: AR -11 -2117 -DW and PBA -12 -2441 -DW 30KW Generator Osceola County Board of County Commissionefs are included as Additional Insured with respect to General Liability when required by written contract. CFRTIFICATF NOLDFR CANCELLATION IV 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Osceola County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1 Courthouse Square, Suite 2300 ACCORDANCE WITH THE POLICY PROVISIONS. Kissimmee FL 34741 AUTH RIZED REPRESSENTATIVE G 0,.IJA� IV 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD POLICY BOLDER NOTICE CERTIFICATE HOLDER CANCELLATION NOTICE SCHEDULE Should this policy be cancelled before the expiration date hereof, the producer will endeavor to mail 30 days written notice* to the certificate holder named herein, but failure to do so shall impose no obligation or liability of any kind upon the insurer, the producer, or the respective agents or representatives of each. SCHEDULE' CERTIFICATE HOLDERS AS IDENTIFIED ON THE MOST RECENT QUARTERLY SCHEDULE OF CERTIFICATE HOLDERS PROVIDED BY THE INSURED'S BROKER OF RECORD TO THE INSURER. 0 AC-40RE0 T C E GERTIFICA E OF LIAR INSU WN DATE (MMIDD0YYYY) 06/12115 ­ - TYPE OF INSURANCE A�IDLJ§qpp INSR THISCERTIFICATE-IS'ISSUED'-AS,-AMATTER zOF-INFORMATION'ONL-Y'AND'CONFERS,NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS 6 k-R-T-10l't A—YE; DO' ES NOT Aff-IRMATIVELY'�dk.kgGATjV 'AMfltP, EXTEND ORALTER fRE-b6i 15 BY THE POLICIES .AFFORDED BELOW.'THi§ CERTIFICATE OF' INSURE 'WtS NOT CONSTITUTE, A ZONTRACT BETWEEN THE ISS'Ul-Aid INSURER(S), AUTHORIZED REPRESENTATIVE 011,FROQUiCERIAND THEiCERTIFICATE HOLDER. --'IMPORT-ANT�lfthe!cLiitfii:At6;h6ldZ-r,iii-an,AQDITIONAL tq(ji.�s ri_d(jrsed;-WSUBRQGATION'IS 'jedt to' MSURED', tffe 06V ffiusf be e.. WAIVE4, sub It,ftelerin.s.Aand conditions -oft'h6'0011c �-6&tiifi may1requkean endorsement kstatbiri&ft orithis certftate,does; wdiconfer rights: to the-edirtiflO& holder Milieu of suchtendorserribbt(d). PRODUCERCONTACT - k� Inc of Florida NAME- Aon Risk'Ser&es, Inc of Florida - F WFZ*..Ext):!800=743_8130 A tAIC-No): 800-522-7514 i(;61 3rickel Bay'Drve, Suite #1100 Miami, FL331314937 EMAIL AoDREss: ADP:COI.Cimter@Aon;corn EACH OCCURRENCE $ INSURENS)-AFFORDING COVERAGE NAIC # .MED EXP (Any -one oerson) $ INSURER A. IllinoisNational lcmuraiiceco 23817 PERSONAL& ADV INJURY INSURED ADP . TotalSource CO XXI, Inc. INSURER B: INSURER.C: 10200 Sunset Drive k,ami,.FL 331.73 INSURER D: ALTERNATE EMPLOYER tAltemativq Power S6kdio6s 6MM(in�Blvd. Suito 15 INSURER E. -- INSURER F: Winter Perk,, FQ4792 I k;UVlMt(AfLiLb t;L11TWICA7 LaNUMEEK: 1081233 -REVISION *NUMBER: THISAS TO -CERTIFY THAT THE:POLICIES OF '_INSPRA -,LISTED BELOW HAVE BEEN ISSUEDTO'THE INSURED 'NAMED:ABOVE I�ORJME POLICY PERIOD' _,NCE .INDICATED. NOTWITHSTANDING ANY REQUIREMENT Ttkiibk CONDITION OF ANY CONTRACT OR DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR ' 9___ ZY'n... M1, � I—- I 'bt�04tatb HEREIN IS SUBJECT TO ALL THE TERMS, MAY PERTAIN: THE INSURANCE, AFFORDED -BY THE POLICIES 6 tRCLUSIONSANCY'CONDITIONS OF SUCH`PbF1CiES: OWETS,SHOWN MAY HAVE,BEEKREDUCED BY PAID;CGAIBAS.. LIMITS SHOT ARE AS REQUESTED. INSR LTR ­ - TYPE OF INSURANCE A�IDLJ§qpp INSR WVD, - - . POLICY NUMBER POMYEFF IMMIDDIYYYY). POLICY EXP - LIMITS 011 dtAb 6etv&.P_A, QaCQfd'ZDtidQ. &q Aj -WMMERCtAL GENERAL LIABILITY :CLAIMS­MA0E . FJOCCUR EACH OCCURRENCE $ "DAMAGE -TO RENTED, PREMSES,(F-a occurrence) $ .MED EXP (Any -one oerson) $ PERSONAL& ADV INJURY GEWL AGGREGATE LIMIT APPLIES PER: POLICY F-1 PROJECT r❑I LOC OTHER -, ., GENERAL AGGREGATE $ PRODUCTS - COMPIOP AGG' $ $ 777---- AUTOMOBILE LIABILITY .ANY AUTO ALL OWNED F,SCHEDULED A AUTOS NON -OWNED HIRED AUTOS AUTOS COMBINED SINGLE LIMIT .(E6 &ddentl - $ BODILY INJURY (Per pei-Ion) $ BOO1LY:INJURY (Pw.&ci�Mj $ tPROPERTY-OAMAG (Per accident) U MBRELLA UAB EXCESS LIAR OCCUR CLAIMS -MADE EACKOCCURRENCE. !6 AGGREGATE' $ 1* 1:DEC I.' j RETENTION$ A WORKERS,COMPENSAT)ON AID 'EMPLOYERS LIABilLITY YIN ANY'I!kOPOJEETORIPAOTNEREkCTIVEWC PFFICERIMEMBEA EXCLUDED? (OapdatiNy in NMI. 14". !-ad. U(A- DESCRIPTION OF OPERATIONS below NIA 034123292 Fl. 7/1/2015 7/112016 TFF -)C[STE& STATUTE j I ER E.L.,EACH ACCIDENT .2 600,000 EA,M DISEASE:- E kOY-EE S' U -DISEASE - �666Y-6M-rf -2,00000 DESCRIPTION OF OPERATIONS LOCATIONS'/VEHICLES (ACORD 101; A"tional Remarks Schedule, may be attached if more space is required) Ad.worksite.cn*6yeftwmkingior.ALTtki4A7:tVE.POWERSOLUTiCiNS�-*i 1&xler ADO i&ALSOURCE, INC: payroll, are covered under Ilhe above statedpolicy. ALTERNATIVE paid ve POWER SOLUTIONS is an allernatti employer under Ilnis policy. CERTIFICATE HOLDER CANCELLATION Osoeola County. Board,6f'County Commissioners SHOULD ANY OP THE,A_BO'VE DESCRIBED POLICIES BE CANCELLED' BEFORE 'EXPIRATION 1 Courthouse Square, Suite 2300' THE ;DATE THEREOF, NOTICE WILL BE DELIVERED IN Kissimmee, Ft. 34741 ACCORDANCEWITH THE:POLICY PROVISIONS. AUTHORIZED REPRESEfi_T4Tik'_ 011 dtAb 6etv&.P_A, QaCQfd'ZDtidQ. &q Aj 01988--2014 'A ' CORD'CORPORATION. All rights reserved. ACORD 26;(2014101) The ACORD name and logo are registered marks of ACORD Policy Numbec.,CSIA071100 EARLIER NOTICE OF'-CANCELLATIONTROVIDED BY US This endorsement modifi.e& insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE PART COMMERICAL :PROPERTY COVERAGE PART LIQUOR LIABLITV COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPUTED OPERATIONS COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART EXCESS LIABILITY COVERAGE PART SCHEDULE Additional Insured's Name: Osceola County Board of County Cornmissioiners Mailing Address: 1 C6urthduswSquare, Suite 2300 Kis,ii(nine.e, FL 34741 Cancellation Notification - Nuihber of Days: 30 For any statutorily permitted -reason other than nonpayment of premium, the number of days required for notice of cancellation is amended to the number of days shown in the Schedule above. We agree to mail or deliver notification to the first Named Insured and the person or organization shown in the *Schedule. CSIA405 (08109)-B Page 1 of 1 Policy Number: CSU0071100 COMMERCIAL GENERAL, LIABILITY CSGA 437' 11..08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE. READ IT CAREFULLY. This endorsernent,modifies,insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11- Who is an Insured is amended to include as an. additional'insured. any person or organization when you and such person or organization have agreed in writing .in a con- tract or agreement- that such person or or- ganization be added as �an additional insured on your policy, but only with respect to "bodily injury", "property damage" or' "personal and advertising injury"'caused, in whole or in part, by: 1. Your acts or omissions in the perform- ance of your ongoing operations for the additional insured; 2. The acts or omissions .of those acting on your behalf in the performance of your ongoing operations for the additional in- sured; or 3. "Your work" performed for the additional insured and included In the "products - completed operations hazard. If not specified otherwise in the written con- tract or agreement, a person's or organiza- tion's status as an additional insured under this endorsement ends oneyear after your operations 'for that additional ,insured are completed. The, written -,contract or agreement must be currently in effect or become effective during the term of. this Coverage Part. The contractor agreement must be executed prior to the "bodily injury"'', "property damage" or "personal and advertisiri0'injury" to which this endorsement pertains. B. With respect. to the insurance afforded to these additional .insureds, the following addi- tional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, in- cluding: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or draw- ings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily Injury" or "property damage" arising out of "your work" for which a consolidated (wrap-up) insurance pro- gram has been provided by the prime contractor/project manager or owner of the construction project in which you are involved. 3. "Bodily injury", "property damage" or "personal and advertising injury" to any employee of you or to any obligation of the additional insured to indemnity an- other because of damages arising out of such injury. 4. "Bodily injury", "property damage" or "personal and advertising injury" for which the Named Insured is afforded no coverage under this policy of insurance. C. With respect to the insurance afforded to these additional 'insureds, SECTION Ill - LIM- ITS OF INSURANCE is amended to include: The limits applicable to the additional insured are those specified in the written contract or agreement or in the Declarations of this Cov- erage Part, whichever is less. If no limits are Includes copyrighted material of ISO CSGA 437 1168 Properties, Inc., with its permission. Page 1 of 2 ❑ specified. in the. written contract or agreement,, the .limits applicable to the: additional :insured :are those specified in 'the Declarations of this Coverage Part. The limits of'insurance are in- blusive .of and not in :addition 'to the limits of insurance,shown in the Declaeations. D: With respect to the insurance .afforded to these additional insureds, SECTION IV - COMMERCIAL GEWb.1 L UABILi1Tlf` CON- DITIONS, 4. Other Insurance is amended to include: Any coverage provided. herein: will be excess over.any other valid and collectible insurance available to the additional insured. whether primary, excess, contingent or on any other basis unless you have. agreed in a written contract or written agreement executed prior to any loss that this insurance will be primary. This insurance will be noncontributory only if you have so agreed in a written contract or written agreement executed. prior to any loss and this coverage is determined to be pri- mary. Includes copyrighted material of ISO CSGA 437 1108 Properties, Inc., with its permission. Page 2 of 2 ❑ Detail hvEnhtvName Detail by Entity Name :,IoHdA Profit Corporation POWER INC. tilin-q . jb&ument P01000835230 FEY8EXNNumnber 59~3722718 Date Filed O4/03/2001 State FL CT|VE ACTIVE Principal Address 6438 UNIVERSITY BLVD SUITE 1'5 WINTER PARK, FLS27Q2 Changed: 04/28/2009 Mailing Address G438UNIVERSITY BLVD SUITE 15 WNTER PARK, FL 32792 Changed: 04/28/2009 Registered Agent Name -&- Addr 1660 Sapphire Star OVIEDO, FL 32766 Address Changed: 02/26/201.4 Name & Address Page I of 2 onScaroh/SeorobRezn)t[)etaU?inqui — 5/20/2016 I I Detail by Entity Name 1609 W. WESTMORE LAND DRIVE ORLANDO, FL 32804 Annual Reports Report Year Filed Date 2014 02/26/2014 2015 03/10/2015 .2016 03/03/2016 Document images 03/03/`2016.-- ANNUAL RE—PO.E.1 03/1 01201 5 ANNUAL REPORT 02/26/2014 ANNUAL REPORT W/22/2013, ANNUAL REPORT U01 IJ/LU 14 __ f -%l N IN y-_ , - - - . 1 03/;28/2011 --ANNUAL REPORT 0.3/3012010 --ANNUAL REPORT 0 1 4/28/2009 ANNUAL REPORT� D4/28/2008 ANNUAL REPORT .04/30/2007 ANNUAL REPORT 02/151-2 ANNUAL, REPORT 04/28/2005 ANNUAL REPORT 04/2412004 ANNUAL REPORT (ir,1r)71')0f)4 ANNI 1*A1 REPORT 04/03/2001 -- Domestic Profit, View image in PDF formal View image in PDF format View image in PDF format. ­.....j View image in PDF format= View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF form=at View =ima� e in PDF format= View image in PDF format= View image in PDF format � t. ?; and PrlvatYPol`cies stag or Florida, Depa,tinent of State Page 2 of 2 http://search.sunbiz.orgllnquirylCorporationSearchISearchResultDetail?inquiry,type=Entity... 5/20/2016