Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2021-008ADocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
#2021-008-A
AGREEMENT NO.�,a\ — FOR
HYDRANT AND VALVE MAINTENANCE, REPAIR AND FLUSHING
SERVICES
THIS AGREEMENT, is made and entered into this � day ofY 6NN x,�
2021, by and between the CITY OF CLERMONT, FLORIDA, a municipal co oration
under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont,
Florida, (hereinafter referred to as "CITY"), and R&M SERVICE SOLUTIONS, LLC,
whose address is: 7256 Westport Place, Suite A, West Palm Beach, Florida, 33413,
(hereinafter referred to as "CONTRACTOR").
WHEREAS, Seminole County through the public procurement process awarded an
Agreement for Hydrant and Valve Maintenance, Repair and Flushing Services, Seminole
County Contract Number IFB-603974-CAR;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms
and conditions of the Seminole County Contract Number IFB-603974-CAR;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE 1— SCOPE OF WORK
The CONTRACTOR shall furnish Hydrant and Valve Maintenance, Repair and Flushing
Services as described in the Seminole County Contract Number IFB-603974-CAR, which
is attached hereto and incorporated herein as Exhibit "A" and shall perform everything
required by this Agreement and the other exhibits attached hereto. Provided, however, that
nothing herein shall require CITY to purchase or acquire any items or services from
CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a
conflict between this Agreement and Exhibit "A", the terms and conditions of this
Agreement shall prevail and govern. In all instances the CITY purchasing policy,
resolutions and ordinances shall apply.
ARTICLE 2 — THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth
in the Agreement documents and the Unit Price Schedule as set forth in Exhibit "C",
attached hereto and incorporated herein.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
ARTICLE 3 — TERM AND TERMINATION
3.1. This Agreement is to become effective upon execution by both parties, and shall
remain in effect until December 11, 2023 unless terminated or renewed by
Seminole County.
3.2. Notwithstanding any other provision of this Agreement, CITY may, upon written
notice to CONTRACTOR, terminate this Agreement: a) without cause and for
CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with
any of the conditions of provisions of this Agreement; or e) CONTRACTOR is
experiencing a labor dispute, which threatens to have a substantial, adverse impact
upon the performance of this Agreement, without prejudice to any other right or
remedy CITY may have under this Agreement. In the event of such termination,
CITY shall be liable only for the payment of all unpaid charges, determined in
accordance with the provisions of this Agreement, for work, properly performed
and accepted prior to the effective date of termination.
3.3. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2)
additional 1-year terms.
ARTICLE 4 — PROVISION OF SERVICES AND COMPLETION OF WORK
4.1. The CONTRACTOR shall only provide to CITY hydrant and valve maintenance,
repair and flushing services upon receipt of an authorized order from CITY and
shall provide the requested items in the timeframe and as set forth in Seminole
County Contract Number IFB-603974-CAR or in the specific purchase order or
authorized order submitted by CITY. Nothing herein shall obligate CITY to
purchase any specific amount of product from CONTRACTOR or create an
exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not
be obligated or required to pay for any items received until such time as CITY has
accepted the items in accordance with the order provided to CONTRACTOR.
4.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify
CITY if it has an issue or question related to the fulfillment of the order or whether
there will be any delay in providing the items requested. Failure of
CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking
payment of any kind for any items that were delayed in delivery. Upon receipt of
notification of the delay, CITY may at its sole option cancel the order and seek the
items from any available source.
4.3. It is expressly understood and agreed that the passing, approval and/or acceptance
of any gasoline, diesel, kerosene, LP gas and bio-diesel herein by CITY or by any
agent or representative as in compliance with the terms of this Contract shall not
operate as a waiver by the CITY of strict compliance with the terms of this Contract
2
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
and the CITY may require the CONTRACTOR replace the accepted gasoline,
diesel, kerosene, LP gas and bio-diesel so as to comply with the warranties and
specifications hereof.
4.4. COMPANY specifically acknowledges that this Contract does not bind or obligate
CITY to purchase any minimum quantity of product during the term hereof.
ARTICLE 5 — PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents,
CONTRACTOR shall submit an invoice to CITY upon completion of the services and
delivery of products to CITY as set forth in the applicable purchase order. CITY shall make
payment to the CONTRACTOR for all accepted deliveries and undisputed product
delivered and services provided, within thirty (30) calendar days of receipt of the invoice.
ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION
6.1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
6.3 The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont, Seminole County, Florida, unless another location is
mutually agreed upon. Agreements reached in mediation shall be enforceable as
settlement Agreements in any court having jurisdiction thereof.
ARTICLE 7 — INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance — The CONTRACTOR shall take out and
maintain during the life of this Agreement, Worker's Compensation Insurance for
all its employees connected with the work of this Project and, in case any work is
sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to
provide Worker's Compensation Insurance for all of the subCONTRACTOR
employees unless such employees are covered by the protection afforded by the
CONTRACTOR. Such insurance shall comply with the Florida Worker's
Compensation Law. In case any class of employees engaged in hazardous work
under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
3
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
7.2. CONTRACTOR's Commercial General Liability_ Insurance — The
CONTRACTOR shall take out and maintain during the life of this Agreement,
Commercial General Liability and Business Automobile Liability Insurance as
shall protect it from claims for damage for personal injury, including accidental
death, as well as claims for property damages which may arise from operating under
this Agreement whether such operations are by itself or by anyone directly or
indirectly employed by it, and the amount of such insurance shall be as follows:
(a) CONTRACTOR's Commercial General Liability, $1,000,000 Each,
($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, &
Property Damage Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury &
Property Damage Occurrence, Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined
Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall
be amended to provide coverage on an occurrence basis.
7.3. Indemnification Rider
(a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify
and hold harmless the CITY and its employees from and against all claims,
damages, losses and expenses, including but not limited to reasonable
attorney's fees, arising out of or resulting from its performance of the Work,
provided that any such claim, damage, loss or expense (1) is attributable to
bodily injury, sickness, disease or death, or to injury to or destruction of
tangible property (other than the Work itself) , and (2) is caused in whole or
in part by any negligent act or omission of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them or
anyone for whose acts any of them may be liable, regardless of whether or
not such acts are caused in part by a party indemnified hereunder. Such
obligation shall not be construed to negate, abridge, or otherwise reduce any
other right to obligation of indemnity which would otherwise exist as to any
party or person described in this Article; however, this indemnification does
not include the sole acts of negligence, damage or losses caused by the
CITY and its other contractors.
(b) In any and all claims against the CITY or any of its agents or employees by
any employee of the CONTRACTOR, any subcontractor, anyone directly
or indirectly employed by any of them or anyone for whose acts any of them
may be liable, the indemnification obligations under this Paragraph shall
not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the CONTRACTOR
n
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
or any subcontractor under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the CITY for the indemnification
provided herein.
ARTICLE 8 — NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight courier
service to the address of the party set forth below. Any such notice shall be deemed given
when received by the party to whom it is intended.
CONTRACTOR: R&M Service Solutions, LLC
7256 Westport Place, Suite A
West Palm Beach, FL 33413
Attn: Samuel Wick, Sales Director
OWNER: City of Clermont
Attn: Susan C. Dauderis, Interim City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE 9 — MISCELLANEOUS
9.1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret
any provision of this Agreement, the prevailing parry shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
9.2. Waiver — The waiver by city of breach of any provision of this Agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this Agreement.
9.3. Severability — If any provision of this Agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision, or
part thereof, shall be deleted or modified in such a manner as to make the
Agreement valid and enforceable under applicable law, the remainder of this
Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
5
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
9.4. Amendment — Except for as otherwise provided herein, this Agreement may not be
modified or amended except by an Agreement in writing signed by both parties.
9.5. Entire Aai,eement — This Agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous Agreements between the parties with respect to the
performance of services by CONTRACTOR.
9.6. Assignment — Except in the event of merger, consolidation, or other change of
control pursuant to the sale of all or substantially all of either party's assets, this
Agreement is personal to the parties hereto and may not be assigned by
CONTRACTOR, in whole or in part, without the prior written consent of city.
9.7. Venue — The parties agree that the sole and exclusive venue for any cause of action
arising out of this Agreement shall be Seminole County, Florida.
9.8. Applicable Law — This Agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9.9. Public Records — Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of CONTRACTOR upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure
requirements. CONTRACTOR shall use reasonable efforts to provide all
records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
2
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552833FC5B5
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTRACTOR SHALL
CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT
CITY CLERK'S OFFICE, (352) 241-7331.
ARTICLE 10 — AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
10.1. This Agreement
10.2. Purchase Order / Notice To Proceed
10.3. An applicable Contractor Quote or Statement of Work
10.4. All documents contained in the Seminole County Contract Number IFB-603974-
CAR
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this—Iday of 7 :
CITY OF CLERMONT
Tim Murry, yor -_
ATTEST:
Tracy Ackroyd Howe, City Clerk
2021.
a
7
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
R&M SERVICE SOLUTIONS, LLC
DocuSigned by:
By:
(Signature)
Samuel wick
Print Name:
Title:
SaleS Director
Date: 2/23/2021
DocuSign Envelope ID: 2097C693-D3DE-4352-8344-E552B33FC5B5 ,,liHIBIT A
� I
TERM CONTRACT FOR HYDRANT AND VALVE MAINTENANCE,
REPAIR, AND FLUSHING SERVICES
(IFB-603974-CAR)
THIS AGREEMENT is dated as of the lk day of 09MAW 20 r '-,by and
between R&M SERVICE SOLUTIONS, LLC, duly authorized to conduct business in the State
of Florida, whose address is 7256 Westport Place, Suite A, West Palm Beach, Florida 33413, in
this Agreement referred to as "CONTRACTOR", and SEMINOLE COUNTY, a charter county
and political subdivision of the State of Florida, whose address is Seminole County Services
Building, 1101 E. 1f" Street, Sanford, Florida 32771, in this Agreement referred to as "COUNTY".
WITNESSETH:
WHEREAS, COUNTY desires to retain the services of a competent and qualified
contractor to provide hydrant and valve maintenance, repair, and flushing services to Seminole
County; and
WHEREAS, COUNTY has requested and received expressions of interest for the retention
of services ofcontractors; and
WHEREAS, CONTRACTOR is competent and qualified to provide materials and
services to COUNTY and desires to provide materials and services according to the terms and
conditions stated in this Agreement,
NOW, THEREFORE, in consideration of the mutual understandings and covenants set
forth in this Agreement, COUNTY and CONTRACTOR agree as follows:
Section 1. Materinls and Servieeg. COUNTY hereby retains CONTRACTOR to provide
materials and services as finther described in the Scope of Services attached as Exhibit A and made
a part of this Agreement. CONTRACTOR is also bound by all requirements as contained in the
solicitation package, all addenda to this package, and CONTRACTOR's submission in response to
Term Contract for Hydrant and Valve Maintenance, Repair, and F1uqhirka-&e=in_ WAWY
(IM603974.20lCAR) ERR0FTKEl3KtWC ftT
Page I of 21 AND
LURK
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
# i
d2is solicitation. Required materials and services will be specifically enumerated, described, and
depicted in the Purchase Orders authorizing purchase of specific materials and services. This
Agreement standing alone does not authorize the purchase of materials and services or require
COUNTY to place any orders for worts.
Section 2. Term. This Agreement takes ei%ct on the date of its execution by COUNTY
and continues for a period of three (3) years. At the sole option of COUNTY, this Agreement may
be renewed for two (2) successive periods not to exceed one (1) year each. Expiration ofthe terns
of this Agreement will have no effect upon Purchase Orders issued pursuant to this Agreement and
prior to the expiration date. Obligations entered by both parties under such Purchase Orders will
remain in effect until delivery and acceptance of the materials authorized by the respective
Purchase Order. The first three (3) months of the initial term are considered probationary. During
the probationary period, COUNTY may immediately terminate this Agreement at any time, with
or without cause, upon written notice to CONTRACTOR.
Section 3. Authorization for Materials and Services. Authorization for provision of
materials and services by CONTRACTOR under this Agreement must be in the form of written
Purchase Orders issued and executed by COUNTY. A sample Purchase Order is attached as
Exhibit B. Each Purchase Order will describe the materials and services required, state the dates
for delivery of materials and services, and establish the amount and method of payment. The
Purchase Orders must be issued under and incorporate the terms of this Agreement. COUNTY
makes no covenant or promise - as to the number of available Purchase Orders or that
CONTRACTOR will perform any Purchase Order for COUNTY during the life ofthis Agreement.
COUNTY reserves the right to contract with other parties for the services contemplated by this
Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so.
Term Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(TS-603974-20/CAR)
Page 2 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Section 4. Time for Completion. The materials and services to be provided by
CONTRACTOR will be delivered, as specified in such Purchase Orders as may be issued under
this Agreement, within the time specified in the Purchase Order.
Section 5. Compensation. COUNTY shall compensate CONTRACTOR for the materials
and services provided for under this Agreement on a Fixed Fee basis at the rates as outlined in
Exhibit C. When a Purchase Order is issued on a Fixed Fee basis, then the applicable Purchase
Order Fixed Fee amount will include any and all reimbursable expenses and will be based on the
unit pricing attached to this Agreement, or as reduced in the quoting process leading to specific
Purchase Orders.
i.
Section 6. Payment and Billing.
(a) CONTRACTOR shall supply all materials and services required by the Purchase
Order, but in no event will CONTRACTOR be paid more than the negotiated Fixed Fee amount
stated within each Purchase Order.
(b) For Purchase Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the
amount due based on the percentage of total Purchase Order materials and services actually
provided, but in no event may the invoice amount exceed a percentage of the Fixed Fee amount
equal to a percentage of the total services actually completed.
(c) COUNTY shall make payments to CONTRACTOR when requested as materials
and services are provided, but not more than once monthly. Each Purchase Order must be invoiced
separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an
itemized invoice, properly dated, describing any materials and services provided, the cost of the
materials and services provided, the name and address of CONTRACTOR, Purchase Order
Number, Contract Number, and any other information required by this Agreement.
(d) The original invoice must be seat to:
Term Contract for Hydrant and V21ve Maintenance, Repair, and Flushing Services
(iMM 74-201GAR)
Page 3 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Director of County Comptroller's Office
Seminole County Board of County Commissioners
Post Office Box 8080
Sanford, FL 32772-8080
A copy of the invoice must be sent to:
Seminole County Environmental Services Utilities Operations Division
3300 Dike Road
Winter Park, FL 32792
(e) Upon review and approval of CONTRACTOR's invoice, COUNTY shall pay
CONTRACTOR the approved amount in accordance with the term as set forth in Chapter 218,
Part VD, Florida Statutes.
Section 7. General Terms of Payment and Billing.
(a), Upon satisfactory delivery of materials and services required under this Agreement
and upon acceptance of the materials and services by COUNTY, CONTRACTOR may invoice
COUNTY for the full amount of compensation provided for under the terms of this Agreement
less any amount already paid by COUNTY. Upon review and approval of CONTRACTOR's
invoice, COUNTY will, in accordance with the terms as set forth in Chapter 218, Part VII, Florida
Statutes, pay CONTRACTOR the approved amount.
(b) COUNTY may perform or have performed an audit of the records of
CONTRACTOR at any time during the term of this Agreement and alter final payment to support
final payment under this Agreement. Audits may be performed at a time mutually agreeable to
CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined
subsequent to an -audit as provided for in this Section and the total compensation so determined
will be used to calculate final payment to CONTRACTOR. Performance of this audit will not
delay final payment as provided by subsection (a) of this Section.
Term Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(MM03974-20fCAR)
Page 4 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
(c) CONTRACTOR shall maintain all books, documents, papers, accounting records,
and other evidence pertaining to materials and services provided under this Agreement in such a
manner as will readily conform to the terms of this Agreement. CONTRACTOR shall make such
materials available at CONTRACTOR's office at all reasonable times during the tern of this
Agreement and for five (5) years from the date of final payment under the contract for audit or
inspection as provided for in subsection (b) of this Section
(d) In the event any audit or inspection conducted after final payment but within the
period provided in paragraph (c) of this Section reveals any overpayment by COUNTY under the
terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within
thirty (30) days of notice by COUNTY.
Section 8. No Waiver by Forbearance. COUNTY's review of approval and acceptance
of or payment for the materials or services required underthis Agreement does not operate as a waiver
of any rights under this Agreement, or of any cause of action arising out of the performance of this
Agreement. CONTRACTOR is and will always retrain liable to COUNTY in accordance with
applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or
wrongful provision of any of the materials or services provided under this Agreement.
Section 9. Termination.
(a) COUNTY may, by written notice to CONTRACTOR, terminate this Agreement or
any Purchase Order issued under this Agreement, in whole or in part, at any time, either for
COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its obligations
under this Agreement. Upon receipt of such notice, CONTRACTOR shall immediately
discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY all
data, drawings, specifications, reports, estimates, summaries, and any and all such other
Term Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(EB-603474-20/CAR)
Page 5 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
information and materials of whatever. type or nature as may have been. accumulated by
CONTRACTOR in performing this Agreement, whether completed or in process.
(b) If the termination is for the convenience of COUNTY, CONTRACTOR will be
paid compensation for services performed to the date of termination.
(c) If the tenmination is due to the failure of CONTRACTOR to fulfill its obligations
under this Agreenwat, COUNTY may take over the work and carry it to completion by other
agreements or otherwise. In such case, CONTRACTOR will be liable to COUNTY for all
reasonable additional costs associated with CONTRACTOR's failure to fulfill its obligations
under this Agreement
(d) CONTRACTOR will not be liable for such additional costs if the fail= to perform
the Agreement arises without any fault or negligence of CONTRACTOR., but CONTRACTOR
will be responsible and liable for the actions by its subcontractors, agents, employees, persons, and
entities of a similar type or nature. Matters beyond the fault or negligence of CONTRACTOR
include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual
capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually
severe weather, but in every case the failure to perform must be beyond the control and without
any fault or negligence of CONTRACTOR
(e) If after notice of termination for CONTRACTOR's failure to fulfill its obligations
under this Agreement it is determined that CONTRACTOR had not so failed, the termination will
be conclusively deemed to have been effected for the convenience of COUNTY. In such event,
adjustment in the Agreement price will be made as provided in subsection (b) of this Section.
(t) The rights and remedies of COUNTY provided for in this Section are in addition
and supplemental to any and all other rights and remedies provided by law or under this
Agreement.
Term Comract for Hydrant and Valve Maiwenance, Repair, and Flushing Services
(M"03974-201CAR)
Page 6of21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Section 10. Conflict with Contract Documents. Wherever the terms of this Agreement
conflict with any Purchase Order issued pursuant to it or any other contract documents, including
proposals submitted by CONTRACTOR, this Agreement will prevail. For the avoidance of doubt,
proposals and any other documents submitted by CONTRACTOR are not incorporated into this
Agreement, unless expressly stated otherwise.
Section 11. Equal Opportunity Employment. CONTRACTOR shall not discriminate
against any employee or applicant for employment for work under this Agreement because of race,
color, religion, sex, age, disability, or national origin. CONTRACTOR shall take steps to ensure
that applicants are employed and employees are treated during employment without regard to race,
color, religion, sex, age, disability, or national origin. This provision includes, but is not limited
to the following; employment, upgrading, demotion or transfer, recruitment advertising, layoff or
termination, rates of pay or other forms of compensation and selection for training including
apprenticeship.
Section 12. No Contingent Fees. CONTRACTOR warrants that it has not employed or
retained any company or person other than a bona fide employee working solely for
CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any
person,. company, corporation, individual, or firm, other than a bona fide employee working solely
for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon
orresulting from award or making ofthis Agreement. For the breach or violation ofthis provision,
COUNTY will have the right to terminate the Agreement at its sole discretion without liability and
to deduct from the Agreement price or otherwise recover the full amount of such fee, commission,
percentage, gift, or consideration.
Term Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(MM03974-20ICAR)
Page 7 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Section 13. ConfAct of Interest.
(a) CONTRACTOR shall not engage in any action that would create a conflict of
interest in the performance of its obligations pursuant to this Agreement with COUNTY or violate
or cause others to violate the provisions ofChapter 112, Part III, Florida Statutes, relating to ethics
in government.
(b) CONTRACTOR hereby certifies that no officer, agent, or employee of COUNTY
has any material interest (as defined in Section 112.312(15), Florida Statutes, as over 5%), either
directly or indirectly, in the business of CONTRACTOR to be conducted under this Agreement
and that no such person will have any such interest at any time during the term ofthis Agreement.
Section 14. Assignment. Neither this Agreement nor any interest in it may be assigned,
transferred, or otherwise encumbered under any circumstances by either party without prior written
consent of the other party and in such cases only by a document of equal dignity with this
Agreement.
Section 15. Subcontractors. CONTRACTOR shall first secure the prior written approval
of COUNTY before engaging or contracting for the services of any subcontractors under this
Agreement. CONTRACTOR will remain fully responsible to COUNTY for the services of any
subcontractors under this Agreement.
Section 16. Indemnification of COUNTY. To the fullest extent permitted by law,
CONTRACTOR shall hold harmless, release„ and indemnify COUNTY, its commissioners,
officers, employees, and agents fi-om any and all claims, losses, damages, costs, attorney fees, and
lawsuits for damages arising from, allegedly arising from, or related to CONTRACTOR's
provision of materials or services under this Agreement caused by CONTRACTOR's act or
omission in the performance of this Agreement.
Term Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(WB-64397420/CAR)
Page 8 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Section 17. Insurance.
(a) General. CONTRACTOR shall procure and maintain insurance required under this
Section at CONTRACTOR's own cost.
(1) CONTRACTOR shall provide COUNTY with a Certificate of Insurance on
a current ACORD Form signed by an authorized representative of the insurer evidencing the
insurance required by this Section (Professional Liability, Workers' Compensation/Employer's
Liability, Commercial General Liability, and Business Auto), The Certificate must have the
Agreement number for this Agreement clearly marked on its face. COUNTY, its officials,
officers, and employees trust be named additional insureds under the Commercial Gen�erai
Liability, Umbrella Liability and Business Auto policies. If the policy provides for a blanket
additional insured. coverage, CONTRACTOR shall provide a copy of the section of the policy
along with the Certificate of Insurance. If the coverage does not exist, the policy must be endorsed
to include the named additional insureds as described in this subsection. The Certificate of
Insurance must provide that COUNTY will be provided, by policy endorsement, not less than
thirty (30) days written notice prior to the cancellation or non -renewal, or by a method acceptable
to COUNTY. Until such time as the insurance is no longer required to be maintained by
CONTRACTOR, CONTRACTOR shall provide COUNTY with a renewal or replacement
Certificate of Insurance before expiration or replacement of the insurance for which a previous
Certificate of Insurance has been provided.
(2) In addition to providing the Certificate of Insurance on a current ACORD
Form, upon request as required by COUNTY, CONTRACTOR shall provide COUNTY with a
certified copy of each of the policies of insurance providing the coverage required by this Section
within thirty (30) days after receipt of the request. Certified copies of policies may only be
provided by the insurer, not the agent or broker.
Term Contract for Hydrant and Valve Mainter>tarrce, Repair, and Flustang Services
(IFB-503974-20/CAR)
Page 9 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
(3) Neither approval by COUNTY roar failure to disapprove the insurance
provided by CONTRACTOR will relieve CONTRACTOR of its full responsibility for
performance of any obligation, including its indemnification of COUNTY, under this Agreement.
(b) Insurance Company Requirements. Insurance companies providing the insurance
under this Agreement must meet the following requirements:
(1) Companies issuing policies must be authorized to conduct business in the
State of Florida and prove such authorization by maintaining Certificates of Authority or Letters
of Eligibility issued to the companies by the Florida Office of Insurance Regulation. Alternatively,
policies required by this Agreement for Workers' Compensation/Employer's Liability, may be
those authorized as a group self -insurer by Section 624.4621, Florida Statutes.
(2) In addition, such companies must have and maintain, at a minimum, a Best's
Rating of"A " and a minimum Financial Size Category of"VH" according to A.M. Best Company.
(3) It during the period that an insuranee company is providing the insurance
coverage required by this Agreement, an insurance company (i) loses its Certificate of Authority,
or (ii) Ws to maintain the requisite Best's Rating and Financial Size Category, the
CONTRACTOR shall immediately notify COUNTY as soon as CONTRACTOR has knowledge
of any such circumstance and umediately replace the insurance coverage provided by the
insurance company with a different insurance company meeting the requiremews of this
Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an
insurer acceptable to COUNTY, CONTRACTOR will be deemed to be in default of this
Agreement-
(c) SMifications. Without limiting any of the other obligations or liability of
CONTRACTOR, CONTRACTOR shall procure, maintain, and keep in force amounts and types
of insurance conforming to the minimum requirements set forth in this subsection, at
Term Cantnict for Hydrant and Valve Maintenance, Repair, and Flushing Services
MI B-603974-20/CAR)
Page 10 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
CONTRACTOR's sole expense. Except as otherwise specified in this Agreement, the insurance
will become effective upon execution of this Agreement by CONTRACTOR and must be
maintained in force until the expiration of this Agreement's term or the expiration of all Orders
issued under this Agreement, whichever comes last. Failure by CONTRACTOR to maintain this
required insurance coverage within the stated period will constitute a material breach of this
Agreement, for which COUNTY may immediately terminate this Agreement. The amounts and
types of insurance must conform to the following minimum requirements:
(1) Workers' Com)ensation(E to er's Liabilit
(A) CONTRACTOR's insurance must cover it for liability that would
be covered by the latest edition of the standard Workers' Compensation policy as filed for use in
Florida by the National Council on Compensation Insurance without restrictive endorsements.
CONTRACTOR is also responsible for procuring proper proofof coverage from its subcontractors
of every tier for liability that is a result of Workers' Compensation injury to the subcontractor's
employees. The minimum required limits to be provided by both CONTRACTOR aril its
subcontractors are outlined in' subsection (C) below. In addition to coverage for the Florida
Workers' Compensation. Act, where appropriate, coverage must be included for the United States
Longshoremen and harbor Worker's Compensation Act, Federal Employee's Liability Act, and
any other applicable Federal or State law.
(B) Subject to the restrictions of coverage found in the standard
Workers' Compensation policy, theme will be no maximum limit on the amount of coverage for
liability imposed by the Florida Workers' Compensation Act, the United States Longsboremen's
and Harbor Worker's Compensation Act, or any other coverage customarily insured under Part
One of the standard Workers' Compensation policy.
Term Contract for Hydrant and Valve Maimenanoe, Repair, and Flushing Services
(1FB-603974-20/CAR)
Page 11 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552633FC5B5
(C) The minimum amount of coverage under Part Two of the standard
Workers' Compensation policy is required to be the following:
$500,000.00 (Each Accident)
$500,000.00 (Disease -Policy Limit)
$500,000.00 (Disease -Each Employee)
(A) CONTRACTOR's insurance must cover it for those sources of
liability that would be covered by the latest edition of the standard Commercial General Liability
Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance
Services Office. Coverage must not contain any endorsements excluding or limiting
Products/Completed Operations, Contractual Liability, or Separation of Insureds.
(B) CONTRACTOR shall maintain these minimum insurance limits:
General Aggregate Two Times (2x) the Each Occurrence Limit
Personal & Advertising $1,000,000.00
Injury Limit
Each Occurrence Limit $1,000,000.00
Pollution Liability S1,000,000.00
(3) Professional Liability Insurance. CONTRACTOR shall carry Professional
Liability Durance with limits of not less than One Million and No/100 Dollars ($1,000,000.00).
(4) Business Auto Policy.
(A) CONTRACTOR's insurance must cover CONTRACTOR for
those sources of liability which would be covered by Section II ofthe latest edition ofthe standard
Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the
Insurance Services Office. Coverage toast include owned, non -owned, and hired autos or any
auto used by CONTRACTOR In the event CONTRACTOR does not own automobiles,
CONTRACTOR shall maintain coverage for hired and non -owned auto liability for autos used by
CONTRACTOR, which may be satisfied by way of endorsement to the Commercial General
Term Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(IFB-603974-20/CAR)
Page 12 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Liability policy or separate Business Auto Liability policy. If the contract involves operations
governed by Sections 29 or 30 of the Motor Cniier"Act of 1980, endorsement MCS-90 is required.
(B) The minimum limits to be maintained by CONTRACTOR must be
per -accident combined single limit for bodily injury liability and property damage liability_
(C) The minimum amount of coverage under the Business Auto Policy
is required to be the following:
Combined Single Limit S1,000,000.04
(d) Covera e. The insurance provided by CONTRACTOR pursuant to this Agreement
must apply on a primary and non-contributory basis, and any other insurance or self-insurance
maintained by COUNTY or COUNTY's officials, officers, or employees must be in excess of anti
not contributing to the insurance provided by or on behalf of CONTRACTOR.
(e) Occ ence Basis. The Workers' Compensation policy, the Commercial General
Liability, and the Umbrella policy required by this Agreement must be provided on an occurrence
rather than a claims -made basis. The Professional Liability insurance policy may be on an
occurrence basis or claims -made basis. If a claims -made basis, the coverage must respond to all
claims reported within three (3) years following the period for which coverage is required and
which would have been covered had the coverage been on an occurrence basis.
(fj Obliggions. Compliance with the foregoing insurance requirements will not
relieve CONTRACTOR, its employees, or its agents of liability from any obligation under this
Section or any other Section of this Agrecmerit.
Section 18. Dispute Resolution.
(a) In the event of a dispute related to any performance or payment obligation arising
under this Agreement, the parties shall exhaust COUNTY administrative dispute resolution
procedures prior to filing a lawsuit or otherwise pursuing legal remedies. COUNTY administrative
Term Contract fbr Hydrant and Valve Maintenance, Repair, and Flushing Services
(IFB-603974-20/CAR)
Page 13 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
dispute resolution procedures for proper invoice and payment disputes are set forth in Section
22.15, "Prompt Payment Procedures", Seminole County Administrative Cade. COUNTY
administrative dispute resolution procedures for contract claims related to this Agreement, other
than for proper invoice and payment disputes, are set forth in Section 3.5540, "Contract Claims",
Seminole County Administrative Code.
(b) In any lawsuit or legal proceeding arising under this Agreement, CONTRACTOR
hereby waives any claim or defense based on facts or evidentiary materials that were not presented
for consideration in COUNTY administrative dispute resolution procedures set forth in subsection
(a) above of which CONTRACTOR had knowledge and failed to present. during COUNTY
administrative dispute resolution procedures.
(c) In the event that COUNTY administrative dispute resolution procedures are
exhausted and a lawsuit or legal proceeding is filed, the parties shall exercise best efforts to resolve
disputes through voluntary mediation and to select a mutually acceptable mediator. The parties
participating in the voluntary mediation shall share the costs of mediation equally.
Section 19. Representatives of COUNTY and CONTRACTOR.
(a) It is recognized that questions in the day to day conduct of performance pursuant
to this Agreement may arise. Upon request by CONTRACTOR, COUNTY shall designate and
advise CONTRACTOR in writing of one or more of its employees to whom to address all
communications pertaining to the day to day conduct of this Agreement. The designated
representative will have the authority to transmit instructions, receive information, and interpret
and define COUNTY's policy and decisions pertinent to the work covered by this Agreement.
(b) At all times during the normal work week, CONTRACTOR shall designate or
appoint one or more representatives who are authorized to act on behalf of CONTRACTOR and
bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to
Tam Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(IF&643974-20fCAR)
Page 14 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
this Agreement, and who will keep COUNTY continually and effectively advised of such
designation.
Section 20. All Prior Agreements Superseded. This Agreement incorporates and
includes all prior negotiations, correspondence, conversations, agreements, or understandings
applicable to the matters contained in this Agreement and the parties agree that there are no
commitments, agreements, or understandings concerning the subject matter ofthis Agreement that
are not contained or referred to in this document. Accordingly, it is agreed that no deviation from
the terms of this Agreement may be predicated upon any prior representations or agreements,
whether oral or written.
Section 21. Modifications, Amendments, or Alterations. No modification, amendment,
or alteration in the terms or conditions contained in this Agreement will be effective unless
contained in a written amendment executed with the same formality and of equal dignity with this
Agreement.
Section 22. Independent Contractor. Nothing in this Agreement is intended or may be
construed as in any manner creating or establishing a relationship of co-partners between the
parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an
agent, representative, or enWloyee of COUNTY for any purpose or in any manner whatsoever.
CONTRACTOR is and will remain forever an independent contractor with respect to all services
performed under this Agreement.
Section 23. Employee Status. Persons employed by CONTRACTOR in the performance
of services and functions pursuant to this Agreement have no claim to pension, workers'
compensation, unemployment compensation, civil service, or other employee rights or privileges
granted to COUNTY's officers and employees, either by operation of law or by COUNTY.
Term CorAmcl for Hydrant and Valve Maintenance, Repair, and Flushing Savioes
(WB-603974-20/CAR)
Page 15 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Section 24. Services Not Provided For. No claim for services provided by
CONTRACTOR not specifically provided for in this Agreement will be honored by COUNTY.
Section 25. Public Records Yaw.
(a) CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section
24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members
of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply
with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling
of the materials created under this Agreement and this statute controls over the terms of this
Agreement. Upon COUNTY's request, CONTRACTOR shall provide COUNTY with all
requested public records in CONTRACTOR's possession, or shall allow COUNTY to inspect or
copy the requested records within a reasonable time and at a cost that does not exceed costs as
provided under Chapter 119, Florida Statutes.
(b) CONTRACTOR specifically acknowledges its obligations to comply with Section
119,0701, Florida Statutes, with regard to public records and shall perform the following:
(1) CONTRACTOR shall keep and maintain public records that ordinarily and
necessarily would be required by COUNTY in order to perform the services required under this
Agreement,
(2) CONTRACTOR shall provide the public with access to public records on
the same terms and conditions that COUNTY would provide the records and at a cost that does
not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
(3) CONTRACTOR shall ensure public records that are exempt or confidential
and exempt from public records disclosure requirements are not disclosed, except as authorized by
law.
Term Contract for Hydrant and Valve Maiwmanoc, Repair, and Flushing Services
MB-603974-20/CAR)
Page 16 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
(c) Upon termination of this Agreement, CONTRACTOR shall transfer, at no cost to
COUNTY, all public records in possession of CONTRACTOR, or keep and maintain public
records required by COUNTY under this Agreement. If CONTRACTOR transfers all public
records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any
duplicate public records that are exempt or confidential from public records disclosure
requirements. If CONTRACTOR keeps and maintains the public records upon completion of this
Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to COUNTY, upon request of COUNTY, in a
format that is compatible with the information technology systems ofCOUNTY.
(d) Failure to comply with this Section will be deemed a material breach of this
Agreement for which COUNTY may terminate this Agreement immediately upon written notice
to CONTRACTOR. CONTRACTOR may also be subject to statutory penalties as set forth in
Section 119.10, Florida Statutes.
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
CONTRACTOR's DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTRACTOR MAY CONTACT THE
CUSTODIAN OF PUBLIC RECORDS, THE SEMINOLE COUNTY
PURCHASING AND CONTRACTS MANAGER, AT 407-665-71159
PURCH@SEMINOLECOUNTYFL.GOV, PURCHASING AND
CONTRACTS DIVISION91301 E. SECOND STREET, SANFORD, FL 32771.
Term Contract for Hydrant and Valve Mainknwee, Repair, and Flushing Servi=
ff W603974-24/CAR)
Page 17 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Secdon 26. Governing Law, Jurisdiction, and Venue. The laws of the State of Florida
govern the validity, enforcement, and interpretation of this Agreement. The sole jurisdiction and
venue for any legal action in connection with this Agreement will be in the courts of Seminole
County, Florida.
Section 27. Compliance with Laws and Regulations. In providing all services pursuant
to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations
pertaining to or regulating the provision of such services, including those now in effect and
subsequently adopted. Any violation of these statutes, ordinances, rules, or regulations will
constitute a material breach of this Agreement and will entitle COUNTY to terminate this
Agreement immediately upon delivery of written notice of termination to CONTRACTOR.
Section 28. Patents and Royalties. Unless otherwise provided, CONTRACTOR is solely
responsible far obtaining the right to use any patented or copyrighted materials in the performance
of this Agreement. CONTRACTOR, without exception, shall indemnify and save harmless
COUNTY and its employees from liability of any nature or kind, including costs aw expenses for
or on account of any copyrighted, patented, or unpatented invention, process, or article
manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of
copyright or patent infringement, COUNTY shall pronVtly provide written notification to
CONTRACTOR If such a claim is made, CONTRACTOR shall use its best efforts to promptly
purchase for COUNTY the legitimate version of any infringing products -or services or procure a
license from the patent or copyright bolder at no cost to COUNTY that will allow continued use
of the service or product. If none of these alternatives are reasonably available, COUNTY shall
return the article on request to CONTRACTOR and receive reimbursement, if any, as may be
determined by a court of competent jurisdiction.
Term Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(IFB-603974-24lCAR)
Page 18 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Section 29. Notices. Whenever either party desires to give notice to the other, it mast be
given by written notice, sent by registered or certified United States mail, return receipt requested,
addressed to the party for whom it is intended at the place last specified The place for giving of
notice will remain such until it has been changed by written notice in compliance with the
provisions of this Section. For the present, the parties designate the following as the respective
places for giving of notice:
For COUNTY:
Seminole County Environmental Services Utilities Operations Division
3300 Dike Road
Winter Park, FL 32792
With a copy to. -
Seminole County Purchasing & Contracts Division
1301 E. Second Street
Sanford, Florida 32771
For CONTRACTOR:
R&M Service Solutions, LLC
7256 Westport Place, Suite A,
West Palm Beach, FL 33413
Sectioa 30. Rights At Law Retained. The rights and remedies of COUNTY provided
for under this Agreement are in addition and supplemental to any other rights and remedies
provided by law.
Section 31. Headings and Captions. All headings and captions contained in this
Agreement are provided for convenience only, do not constitute a part of this Agreement, and may
not be used to define, describe, interpret or construe any provision of this Agreement.
Section 32. E—Verify System Registration.
(a) CONTRACTOR must register with and use the E-Verify system to verify the work
authorization status of all new employees prior to entering into this Agreement with COUNTY. If
COUNTY provides written approval to CONTRACTOR for engaging with or contracting for the
Tenn Contract for Hydrant snd Valve Maiutemce, Repair, and FhW ing Servim
(HM-503974-201CAR)
Page 19 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
services of any subcontractors under this Agreement, CONTRACTOR must require certification
from the subcontractor that at the time of certification, the subcontractor does not employ, contract,
or subcontract with an unauthorized alien. CONTRACTOR must maintain a -copy ofthe foregoing
certification from the subcontractor for the duration of the agreement with the subcontractor.
(b) If COUNTY has a good faith belief that CONTRACTOR has knowingly violated
this Section, COUNTY shall terminate this Agreement. if COUNTY terminates this Agreement
with CONTRACTOR, CONTRACTOR may not be awarded a public contract for at least one (1)
year after the date on which this Agreement is terminated. If COUNTY has a good faith belief
that a subcontractor knowingly violated this Section, but CONTRACTOR otherwise complied
with this Section, COUNTY must promptly notify CONTRACTOR and order CONTRACTOR to
immediately terminate its agrectnent with the subcontractor.
IN WITNESS WHEREOF, the parties have made and executed this Agreement for the
purposes stated above.
D�1
` t Name
Ptmt Name
R&M SERVICE SOLUTIONS, LLC
SANWEL WIC& Sales Director -
X?ateIta/
:�OaAa� — --
Term Contract for Hydrant and Valve Maintenance, Repair, and Flushing Services
(IFB-60397420/CAR)
Page 20 of 21
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Print Name
For the use and reliance of
Seminole County only.
Approved as to form and
legal sufficiency.
r
County Attorney
DGSPli tc
MUD]]l512D
TAUMSIepi Secretary CSD?twd msing2020UFB- 03974.d=
Attachments:
Exhibit A - Scope of Services
Exhibit B - Sample Purchase Order
Exhibit C - Contract Pricing
SEMINOLE COUNTY, FLORIDA
1
By:
PMARKLY HARLES, Ptuchasing and
Contracts Ni anger
Date:~ 4 ~
As authorized for execution by the B��o�__ra....rppd of�*� �
County Commissioners at itsiiCF— ��
24 ?4 ,regular n>eetit
Term Contract for Hydrant and Valve Maintennce, Repair, and Flushing Serviccs
(IFB-03974-2MAAR)
Page 21 of 21
DocuSign Envelope ID: 2097C693-D3DE-4352-8344-E552B33FC5B5 _1ibit A
scope of Services
Fire Hydrants - Valves Maintenance and Repair and Flushing Services
Part f
General Scope
GENERAL NESCRIPTIONr
The Seminole County Environmental Services Department (SCES) requires services of experienced,
licensed contractor(s) to provide maintenance, repair and replacement part services for fire hydrants,
valves (induding associated fittings, restraints and pipe), and flushing services on an "as needed" basis at
locations within the SCES utility's distribution systems. SCES will furnish the successful contractor(s) with
the most recent copy of the distribution systems atlas in an electronic format.
The Contractors) will be responsible for furnishing al tabor, tools, equipment, parts and materials to
complete the requested work as specified in the Scope of Service section. The Contractor(s) will also be
responsible for furnishing all required ancillary services to which includes but Is not limited to,
mobilization, excavations, well pointing and pumping, shoring, line stops, wet taps, maintenance of
traffic, and site restorations necessary to complete the requested work as specified in the Scope of
Services.
STANDARDS:
A. SCES Utility Engineering Specifications lbr Water Distribution Construction.
B. Seminole County Standards for applicable public right-of-way improvements under
County jurisdiction.
C. FDOT Utility Accommodation Manual (latest edition) and FDOT Design Standards
for Construction, Maintenance and Utility Operations on the State Highway System (2017
or latest edition).
D. AWWA Standards for Maintenance, Repair and Replacement of fire hydrants (M-17)
and distribution system valves (M-44) (most applicable and latest edition).
E. OSHA Standards as applicable to associated work.
F. Fire Hydrant Flow Testing and Marking (NFPA 291)(most applicable and latest edition).
Includes potential areas of two hydrant testing for main capacity calculations or fire flow
capabilities as requested by SCES.
SPECIIAL CONDITIONS:
Coidraotoes Response Time: Contractor(s) shall be adequately staffed and equipped to respond to
all aspects of the requested work within 72 hours, if required by SCES.
Contmetoes Personnefr The Contractor(s) must employ and assign a Project Manager who will
oversee the desairbed work and who has a minimum of five (5) years continuous field and supervisory
experiencee in all aspects of the described work. The Project Manager shall serve as the single point of
contact for all work, be responsible for coordinating and scheduling all work (including restoration) and be
available (by phone, if not in person) while contractor's crews work within SCES distribution systems.
The Contractor shall employ and designate a qualified Quality Control Manager who shall be
responsible for re -inspection of all field processed data If it falls outside of tolerances. All such data shall be
re -collected. The Quality Control Manager shall also be responsible of random sampling of not less than
10% of the total contract value. This will provide quality assurance of all physical aspects of the service
and validation of all data attributes Collected.
For each job or task assigned under this contraicL the Contractor's Project Manager shall assign
qualified and responsible service technicians to complete requested work. At any time the Contractors
personnel is working within the SCES distribution systems, notification is required to the SCES SCADA
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Operations Center at 407rW5-2767, All Service Technicians shall wear a uniform shirt that identifies the
Contractor by name. All Service Technicians shall arrive at, and travel through the Utility system in
a presentable service vehicle identified with the Contractors name, logo and telephone number.
Contractor's Equipment: The Contractor shall utilize and maintain all equipment in a safe and
responsible manner. It is the responsUlity of the Contractor to maintain .all equipment so as to avoid
any leaking fuel, oil, and/or hydraulic fluid If such leakage occurs, it shall be the responsibility of
the Contractor to protect the environment and the surrounding surfaces from contamination and/or
damage. If said leakage is excessive or cannot be adequately contained, said equipment must cease
operation and be removed from the job site. All Contractor(s) service vehicles shall be
maintained in a presentable manner and have Contractor name and logo adequately displayed,
SCES Roquilrernmts for Work and Site V119 t Management: Contractor personnel shall
notify their assigned SCES representative each day, prior to beginning work within the County utility
system. All contractor personnel shall display on their person a company Identification badge that is clearly
visible at chest level and not covered by clothing or other items. This badge must have the company
name, company phone number, the individual's name and the individual's photo. In addition, SCES
requires that the Contractor create a service call or job order ticket that shall have, at a minimum, the
following information:
Company name and contact information
Company job or work order number
SCES contact name and phone number
SCES job number and Seminole County purchase order number
Dateltirre of beginning and ending of work
Number of Technicians
Work loon and description of work to be performed
Detailed description of solution and/or work completed
SCOPE OF SERVICES:
Hydrant Maintenance: Fire hydrant testing and maintenano shall be in accordance with A1NWA
- M17 Manual and NFPA 291 Manual for Installation, field testing, and maintenance of fire
hydrants, to include the following procedures:
Locate and access each fire hydrant
Locate, access, and exercise fire hydrant isolation valve
Check fire hydrant nozzle height for correct ground clearance
Identity make, model, nozzle size and year of hydrant manufacture
Lubricate operating nut (if appropriate for hydrant make/model) and all nozzle outlets with non-
corrosive FDA approved lubricant
: Open hydrant with nozzle ceps in place to check for seal leakage
Verify that hydrant main (bottom) valve completely doses
Flow hydrant to maximum rate for 15 minutes, record working pressure and calculate flow rate
and gallons flushed. If hydrant fails to flow dear in the initial 15 minute flush, contact SCES
SCADA Operations Center at 407-%6-2767, nofifying them of the anomaly. Continue to flow
hydrant until water dears, checking in 15 minute increments. The use of a calibrated
combination pitot gauge and hydrant diffuser is required for all hydrant flushing.
Close hydrant completely. Bade off the opening nut enough to take the pressure off the packing.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Remove all outlet nozzle caps, clean the threads, check the condition of the gaskets replace as
required, and lubricate the threads. Check the ease of operation of each cap.
Check outlet nozzle chains for free action on each cap. If the chains bind, open the loop end
around the cap until they move freely.
Record static pressure
Re -attach hydrant nozzle caps
Scrape, wire brushfor. sand blast and paint hydrant appropriate color. Paint shall be Sherwin-
Williams Sher-Cryl High Performance Acrylic, ANSI Safety Yellow, Pantone 109 or approved
equal. Coating shall be spray applied to a minimum of a 4 ml dry coat thidmess. In the event bare
metal is exposed on above -ground metal, hydrant is to be primed with Sherwin-Williams Pro-Cryl
Universal primer before new paint is applied. Additional color bonnet painting per NFPA 291 - Fire
Hydrant Flow Testing and Marking may be required per SCES request.
Replace (if defective) hydrant ID tag, or install (d not present) hydrant ID tag.
Replace (if defective) blue reflective road marker, or install (f not present) blue reffective road
marker, Reflective pavement markers in blue shall be used to identify the hydrant locations. Each
marker is to be placed on the center line of the roadway lane closest to the hydrant.
Obtain and record GPS site coordinates of hydrant.
Document any operational deficiencies and/or miscellaneous findings.
NoUftation of all malfunctioning and/or out of service hydrants or valves shall be
inunediately reported to SCES.
• Document all pertinent data into an electronic spreadsheet or database including the following:
o Hydrant ID tag number
o Hydrant address location
o Hydrant GPS site coordinates
o Date of flush or service
o Hydrant brand
o Hydrant model number
o Hydrant year
o Hydrant size
o Hydra nt flow rate obtained
o Hydrant pressure after 5 minutes of flushing
o Total gallons flushed during service
o Degree of operating difficulty
o Deficiencies and/or repairs required to be immediately reported to the Utility.
All data shall be formatted to match existing SCES data system and/or forms. Data shall be
delivered to the SCES in an electronic format compatible with SCES` ArcGIS/AreMap system or
SOL database.
Upper Barrel Repair. An upper bonnet repair shall consist of repairing and/or replacing all necessary
components within the upper portions of the hydrant, from the operating nut downwards to the top of the
break away (upper barrel) flange, in order to return hydrant to working order. Hydrant rotation shall also be
considered as an upper barrel repair.
Lower Barrel ftpair: A lower barrel repair shall consist of repairing and/or replacing all necessary
components of the hydrant from the top of the break away (upper barrel) flange to the bottom of the
hydrant foot valve in order to return hydrant to working order.
Valve Maintenance: Uahve maintenance shall include the following procedures:
Locate and access each valve
Raise valve box to grade (if applicable)
■ AGgn valve box to vertical position (if located outside of pavement)
• Clean debris and standing water from valve box
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
d
Operate valve from open to close and back to open position for two (2) complete cycles
Obtain and record GPS coordinates of valve
a Paint valve box blue. Valves located inside residential or commercial driveways or aprons shall not
be painted upon SCES request.
Mark curve with a' V" marking. Curbing located inside gated communities or commerical properties
shall not be painted upon SCES request.
41 Document all pertinent data including location, type, and size of valve, direction of rotation to
open position, numbers of turns to full open position, degree of operating difficulty, and note
deficiencies and/or closed valves to be immediately reported to the Utility. All data shall be
formatted to match existing SCES data system and/or forms. Data shall be delivered to the
SCES in an electronic format compatible with SCES' AmGIS/ArcMap system.
GPS Mapping: All the water distribution valves and fire hydrants encountered in this contract are to be
GPS mapped within sub -meter accuracy and the data delivered in an electronic format compatible with
SCES' ArcGISIArcMap system software. Coordinate data shag be field -collected with autonomous GPS
readings and subsequently differentially corrected via post -processing. The contractar(s) shall further refine
positions through filtering and inspection to eliminate noise', problematic satellite geometry and multi -path
degradation. Point valve features shall be collected at an epoch of one (1) second with a minimum
occupation of twenty (20) seconds. Specific parameters include.
Elevation mask: la degrees above the horizon
• Coordinate system: as agreed with NAD 1983 State Plane Florida EAST
Satellites: >= 4
• Position Dilution of Precision (PDOP) <6
Horizontal Dilution of Precision (HOOP): {4
« Minimum number of raw positions oollected: 24
In the event of obstructions - where a clear GPS position cannot be captured a laser offset will be
executed from a nearby location
Al a minimum, and in addition to database attribute requirements, the following coordinate data items
shall be generated as a result of this process.
PROP value
HOOP value
• Correction sMS
Date recorded
Time recorded
Total positions
,► Filtered positions
Horizontal Precision
« Vertical Precision
« Standard deviation
« car File Name
X-coordinate
Y-coordinate
Documentation: Documentation data will be oollected on each distribution valve and/or hydrant and
will be agreed upon, and be compatible with SCES' ArcGISJAraft system software in advance of work
start up.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
S
Data documentation will include, at a minimum:
a) Physical data - Identification number, map number, valve size, type of valve, use of valve, valve
structure, depth of valve, number of turns, torque, if dean out was necessary, valve
discrepancies (by category and details), box/vault discrepancies (by category and detals)and
any additional information as necessary.
b) Location data -Mapping grade GPS coordinate data parameters rioted in the GPS mapping
section
c) Discrepancies - Details on discrepancies so that a work order (as described below) can be
concisely created.
Deliverable Data: The Contractor will provide applicable hydrant and valve data in a spatially accurate.
format compliant with SCES ArcGIS/ArcMap system and in the County's existing data structure. Contractor
shall be able to fully integrate date into ESRI ArcGISIAro ft and shall be integrated into the SCES ArcGIS
system. Metadata, including a detailed citation describing field data collection practices, equipment settings,
post processing procedures, base stations used for differential correction and expected accuracy, are to be
submitted with final and interim data delvedes. The data in electronic format shall contain the information
agreed to by SCES and at a minimum the following attribute data:
A unique identification number - For each device
• Data Dictionary --Valve Condition (operable, inoperable)
• Source document reference -valve discrepancies
• Date of Operation -StnwAure discrepancies
Valve Size - PDOP value
• Valve Type-HDOP value
Obstructed GPS data shall be obtained through laser offset method.
Flashing Services: SCES may require the Contractor to perform unidirectional or maintenance
flushing in certain J=tions within the utility's distribution systems. SCES will provide to contractor the
flushing sequences developed by an Engineer for the specified areas. The contractor is responsible for
locating the valves and hydrants identified in the Engineer's sequencing and verifying their operability.
Upon Completion of each sequenced flushing activities, the Contractor will return valves to their original
position. This is to help with valves not being left in the wrong position. Pricing for unidirectional
Cushing will combine item 83 (valve maintenance without GPS location) for turning the valves and item A6
Time Unit for the actual flushing.
Hydrant andfor Valve Replacement and Installatiom Hydrant and valve replaosment andlor
new installation work described in this solicitation package (see Price Schedule) shall be "all inclusive'. The
line item pricing of such work shall include all of but not limited to the following:
• Pre work job site evaluation
• Obtaining all ublity andlor Right of Way (ROW) locates
• Notification of effected customers (with the exception of partial water system shut down)
• Job site safety and MOT
• Site excavation (typical <a' bury to batters of pipe)
• Furnish and install all necessary materials to successfuly complete the job
• Furnish and competently operate all necessary equipment to successfully complete the job
• Furnish and manage all necessary competent labor to successfully complete the job
• Excavation, backfill and compaction
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
a
Removal of all remaining spoil, materials and waste
Complete site restoration unless otherwise specified by SCES
Work In utility Easemmnt/Right of Way (ROW) and (Existing Utilities/ROW
Improvements: The Contractor shall be responsible for obtaining all Utilty Locates
through, and in accordance with "Sunshine State One Cal of Florida (SSOCOF) Excavation
Guide" (latest edition). The Contractor shall take all possible precautions and be responsible
for protecting all underground utilities and other improvements within the utility easement and/
or ROW. The Contractor shalt promptly notify SCES of any conflicts with existing utilities that
occurs ' as a result of said wotic. The Contractor shall be responsible for obtaining
and adhering to all applicable Maintenance of Traffic (MOT) and/or Right of Way permits as
required by Seminole County, State of Florida Department of Transportation (FDOT) or
jurisdictional authority.
Job Site Management: The Contractor shall set, up, manage and. restore each job site in a
responsible manner that includes but is not limited to Maintenance of Traffic (MOT), pedestrian
safety, and property protection. At no time during the active progress of work shall the Contractor
leave the job site unattended. The Contractor must request and gain approval from SCES for any
specific job site -work that may extend past one work day. If approval is granted, all excavated areas
must be bacldilled and enclosed with safety mesh and proper MOT activated at end of each work
day. Each job site (regardless of duration of work) must be maintained at all times in a responsible
manner that does not unduly impact the surrounding areas and allows for adequate ingresslegress
from properties affected. Any and all road andlor ingress/egress closures must be approved by the
SCES in advance of the work. The Contractor shall present a contingency plan for such closures at
time of approval request. Upon completion of work, the contractor shall badcfil and compact affected
areas in addition to clean up and removal of any accumulated dirt and/or rubble from job site. It shall
be the ultimate responsibility of the Contractor to restore the Utility easement andlor right of way to
pre -excavated condition. AN restoration activities including irrigation system repairs shall be the
responsibility of the contractor (reference Restoration and Contractor Pass Through section of this
document).
Sub-eontraetsd and Contractor "Pass -Through" Charges: Certain services shall be
considered as "Hass -through" charges. These charges are interpreted to mean sub -contractor
invoice total plus 10% administration and management costs. For the terms of this contract these
services include landscape restoration (excluding irrigation repairs and <400fe sod), asphalt
restoration, concrete restoration, de -watering (well points) services, extended MOT (>72 hours),
MOT with law enforcement presence during worts activities. Prior to use of sub -contracted or cost
pass through services, the Contractor shall obtain three (3) separate quotes for each of the
sub -contracting activities and present to the SCES a recommendation of award for each
service. If the acceptance of this recommendation Is not approved, SCES reserves the. right to
perform any and an of these pass through activities. The SCES reserves the right to perform any
and an of these pass through activities to avoid the additional pass through charges. If this right is
exercised by SCES, the responsibility for such work will be removed from the Contractor.
Warranty: in order to insure fire hydrant and valve repair, replacement and installation
meets the performance guaranteed by the manufacturer and retain warranties, the contractor
shall guarantee all workmanship and materials for all described work for a period of two (2) years
from the date of the repair or installation.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
ORDER NUMBER:
FLORIDA SALES: 86-80137OW4C-0 Board of County Cammissioners A LLAUXIMG GLV9WV00ftAW 0owwr0r+Dr
FEDERAL SA USE.,R-snMW _ - PURCHASE ORDER Musr RWfA TOTWA OROCRMU&ggn
ORMR DATE
H T '`" REQUISITION
1 O -5f A 4NC-X f C( NTY REQUESTOR
P how" xawx Qx= VENDOR #
Lft
ORDER E1RUOM -
PURCHASM AND COMUCT MOON
EXHIBIT B SA SECOND 32771
PRONE 68&71101 FAX 140 §OEMV
ANALYST
DELIVERY
S
THIS ORDER 18 SUBJECT TO THE TERM t CONDITIONS TOTAL AMOUNT ON THE REVERSE SIDE OF THIS ORDER.
SUBMIT ALL INVOICES IN DOPLr-ATE TO:
CLERK - B.C.C. FINANCE DIVISION
POST OFFICE RQX MO
SAKI.ORD, FL 32772
Acots. Payable Inquiries - Phone (407) 666 7659
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Purchase Order Terms and CondrlEions
1. A04ptanoe/Entire Adreament. This Purchase Order ("PO") Is eritarod Into obligations under PO must not bn ranked by any insurance coverage or by any
between Seminole County, Florida ('County!'') and the Supplier referenced herein provision In or exdusfon or omission from any policy of insurance.
(Mclividually, referred to as 'Party,' and collectively, "Portlea" j. By accepting this 5. inswanCa. Supplier, at its sole expense, shag mak+tala insurance coverage
Pu, auppfier accepts au Terms and Conditions contained herein. This PO, including acceptable to Co". An policies m ust name County as an additional Insured, All
specifications and drawings, If any, and referenced documents such as Insu nce Certificates must be pnovWitd to the Purchasing and Contracts Division
solicitatloos and responses constitutes the entire agreement between the Ponies. Within too (M days of request Supplier shag ratify County, in writing, of any
Whenever terms and conditions of Main Agreement, if any, conflict with any Pa cancellation, materlsl chars walteration to Supplier's Certificate of insurance.
Issued pursuant to Main Ag►eente- , Main Agreement will control.
10. Modtficadow PO may be modified or rescirided In writing by County.
2.InVectlon. Notwithstmdhtgany priorpoymentorInspection, all gdods1servlces sit. Mataiei Sai&V Data Sheets. At time of dol", Supplier agrees to protiide
are subject to I spedkxVrejettion by County at any time, Including duNng County with a current Mat<rrlaI Safety Data Sheet for any hazardous Chemicals or
manufacture, construction or preparedorL To the extent a PO requires a series of toxic substances, as required by law.
performances by Supplier. County reserves right to cancel remainder of PO If 12. Pddrrg. Supplier agrees that pricing Included on PO shag remain firm through
goodsfservises provided during the term of PO are non -conforming or otherwise
and until delivery ofgoodsand/ormmpletim ofservioes,, unlessotherwkb agreed
rejected. Whhout Irri ting any rights County may have, County, at its sate optlory
to by the Parties In wrnl&
may require Supplier, at Suppliees expense to: (a) promptly repair or replace any
13. Imroldes • Payment. ARer delivery of gooc!Vservices by Supplier and
or all rejected goods, or to cure or reverform any or all rejected services; or (b)
acceptance by County, Supplier shop submit a property certified invoice to:
refund price of any or all rejected goods or services. All rejected goods will' be held
Seminole County Clerk of Court and Comptroller, P.O. Box OW Sanford, Florida
for Supplier's prompt impaction at Supplier's chit. NotW*g tottained In PO wig
32'772. Invoices nest be billed at pricing stipulated on PO and must include
relieve 5upplielsoblyation often ling, inspection and quality control.
Cnnty's Order Number. Thereafter, all paymnts and interest on any late
a. Pairing A Shipping. unless otherwise specified, all goods must be packed,
payments will be paid In oompiance with Florida Prompt Payment ACC, 4218.70,
packaged, markedandprieparedfor shipmentinamannerthat W(a)Inaccordance
FloddaSgallutes.
with good commercial practice; (b) acceptable to common carriers for shipment at
tf. Taxes. County Is exempt from Florida sales tay, federal taxes on trdagrortataon
the lowest rate for the particular good; (c) In accordance with local, state, and
charges and any federal erxdse tax. County win not retraburse supplier for taxes
federal regulations; and (4) protected agaxut w eattm Supplier must mark all
pakl.
containers with necessary fig, handIng, shipping information, PO number, date
15. Termination. Cw,nty may terminate M in whole or In part, at any time, a f1w
of shipment and the name of tine consignee and consignor. An itemized parddng
for County's convenience or because of SURiallees failure to fulfill Its obligations
sheet must accompany each shipment.
under PO, by mitten notice to Suppruer. upon receipt of w"M notice, Suppler
A DeGrery; Risk of Lea. Al goods are FOB destination, and risk of loss will remain
must discontinue all deliveries affected unless written notice directs otherwise. In
with suppler until deliverybySWpper and acceptance byCocamty. Goods ddWared
the event of terntkration, County will be liable onlrfor materials procured, work
by Supplier that are damaged, defective, or otherwise fait to mnform to FO may
completed or services rendered or supplies partially fabricated, within the
be rejected by Coumy or held by County at Suppoees risk and expense. Couuhty
authorisation of PO. In no evau will County be )able for incidental or
may charge Supplier *x cost(s) to Inspect;, unpaciy reixaci, store and re -ship
co sequentla I dumps by ream of such termination.
rejected Hoods.
M Equal Opporsrmhy Employer. County b an Equal Employment Opportunity
S. DeRowl of Excess Qum AMW. If Suppler delivers excess quantities of goods
("EEO*) employer, and as sud, requires all Supplle's to comply with EEO
without prior written authorization from Count, excess quantities of goods may
riatuiltions with Tegards to race, color, relVon, $a% mtlenal origin, age, dsabllty
be retuhied to Supplier at Supplier's expense.
orgenetk information, as maybe applicable to5uppr1er. AnysubMRtMCts entered
G, time is of Ifhe Esseruce. Time is of the essence for delvery of goods (services
Into, as authorized by County, must make refereuhee to this dam with tine same
under PO. Failure to meet dekory schedules or deliver within a reasonable- time,
degree of applratiar being enpwaaraged,
as determined by County, entitles County to seek all rarnedies available at few or
17. Aaclgnme*L Supplier may not assim ton4er, or subcontract PO or 3" right
In equity. County reserves right to cancel any PO and procure goods/stuvices
or obligation uhdtr it without CcuWs written consent. Any Purred
elsewhere Wdeily ryisnottinely.SuppleragrestareimburseCountyforallcosts
assignrneig,transfer, orsahwnVactwllbenuland vM,
incurred In eatordrsy its rights. Failure of County to cancel PO, acceptance, or
12, Vence A Applicable Low. The laws of the State of i krida govern validity,
payment will notbedeemedawaiverofCounty'srWtocancelren*WerofPO.
enforcement, and IrterpretaNvn of PO. The sole jurisdiction and venue for any
Degverydate or time in PO maybe extended ff Supplier provides a wrimen request
leSa I action in t:mrmectlon with PO will be In dw courts of Sem3rnge County, Florida
In advance of orignally scheduled delivery date and time and County agrees to
19. Fiscal obit.Funding. In the event sufficient budigeted funds are not avabbb
delayad 4olvety In writing prior 10 **ray scherlrrled deCvery date and time.
for payment to Supplier for a new Paul period, County shall m4*Suppler of such
7. Warranties. Supplier warrants to County that all goodt,(services covered by PO
occun enee and PO will termkeate on the last day of the current fiscal period
conform strictly to spedflattons, drawrrfngs or samples specified or furnished by
withMt penally or aW nse to County.
County, and are free from: (a) defects In title; and (b) intent or patent defects in
W. Public Records, supplier adaowkdges than PO and any relhted financial
material or workmanship. if no qualty is sp%ifled by County, Supplier warrants to
records, au IM reports, plans, oprrespaidem* and other documents may be
County thatgoods/seMces are of t he best grade of their respective finds, meet or
subject to dsclasure to members of the public Pursuant to Chapter jig, Florida
exceed applicable sianderds for Industry represented, are merchantable (as to
Statutes. Supplier shall maintain all public records and, upon mqu>St, provide a
goodo and are fit for Countys particular purpose. Supplier warrants that at the
copy of requested records or allow records to be Inq*ded within a reasonable
tune County accepts the moodS/sermrites, the goodslservlcrs will have hear
time. Supplier shalt also ensure that any public records that are exempt or
produced sold, delivered and furnished Jn strict compliance with all applicable
confidentialfromdisdosunearemAdadosedenWasmAhontedbylaw.inevent
federal and state lairs, regulations, ordinances, Rules, MW ai reemermts and
Supplier fans to abide by 0mvisians of dnapter I", statutes, County may,
warking conditions to wlkh goods/services are subject. Supplier warrants ttie title
without prejudice to arty other right or remedy ad after wing Suppler seven (7)
to goods furnWied under PO is valid, transits• of such title to County Is rightful and
days written notice, during w tHch period Supplier 09 falls to allow access to suds
goods are bee of any dV=s or lens of any nature whatsoever, whether rightful or
documents. terminate PO. IF SUPPLIER HAS auESTIONS REGARDWG
otherwise, of any person, corporation, partnership or association. All applicable
APPUCATIOH OF CTIAPTEL 11% FuMDA STATUTES, To SuPPLIER'S nary To
manufacturers' warranties must be furnished to County at time of deflimy of
PRQtr M PUBLIC REWRDS RELATING TO DO, CONTACT CYSTmMiY OF PLaIC
goods or completion of service. Ali warranties are amudative and are In addition
AMMOS AT! 407-SW71K itt ug2kl riTYFLew. PuRCHASIN0
to any otherexpress or implied warranter provided by law.
AVO CONTRACTS DItiTS10a1,130i E SECOND STRUT, SAiRDRD, FL 3277L
AL hider muiiradom To the fullest extemt pe rmMed by law, Supplier assumes arty
21. Rlgbt to Audit Reeads Comity wll be entitled to audit the books cad records
and all ilabgky ibr dunages, brm& of PO, loss or lyury of any kind or nature
of Supplier to the extent that the books and records relate to this PO. Supplier
whatsoever to persons or property caused by, needling from or related to the
must mairhtetn books and recardsmistingto this POfor a period of three (3) years
goodsiservicespmoded under PO.To theiadlestextent permitted bylaw, Suppler
from the date of final payment under the Po, Wiles the County authoN:es
shall indemnify and hold harmless County, its *ommissieners, offices, employees
otherwise in writing.
and agents from and against any and all claims, damagrhs, demands, lawsuits,
22. SMrabiUr. If any section, sentence. clause, phrase or pardon of PO are, for
losses, costs and expenses, Including attorneys' k*s, per, copyright or
anyreason,held kmwiidoruncom tkudonalbyanycmxtofcompetentjunsft lilon,
trademark inf►ingement, judgments; deaees of whatsoever nature which County
such portion will be deemed separate, dlstlna, and independent and such holdins
may incur as aresultofclaims, demands, lawsuitsorcausesofaction ofany kind
will not affectvaldWofremaining portion ofPo.
or nature arising from, caused by or related to goods/services fumishecl try
U Heodiugs & Captlona. Al headings and captions contained In PO are provided
Supplier, Its ofifaers, employees, agents, partners, pdndpais or subcontractors.
for convenience only, do not Constitute a part of PO, and may not be used to
Remedies afforded to County by this section are cumulative with and to no uray
define, describe, Interpret or coastrueany provisionof PO.
affect any other legal remedy County may have under PO or at law. Stepplier's
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Exhibit C
Contract Pricing
Part 4
Price Submittal
IFS-603974.201CAR - Term Contract for Hydrant and Valve Maintenance, Repair and
Flushing Services.
Name of Bidder:
Mailing Address;
Street Address:
R&M Service Solutions, LLC
7256 Westport Piave Suite. A
7256 Westport Place Suite, A
Cityifstate/Ax West Palm Beach, FL 33413
Phone Number: ((877047.6747 FAX Number: I561 290.01393
E4W Address: swick@rmservicesolutlons.corn
Deals noted Pnoled Manager Information:
projed wnaga; Michael George
Project Manager Telephone No.: (952) 398-9127
E401911 Address: nVeage@rrrtservicesotupons.eom
Fax No.: (561) 290-0593
19
Pursuant to and in compiianoe with the IFS Documents, the undersigned Bider agrees to provide and
furnish any and all of the labor, matertal, and tools, equipment, incidentals and transporladon services
necessary to complete all of the Wale requilmd In connection with the required sarviceslcommodilies all in
strld conformity Bid Documents for the amount hereinafter set forth.
The undersigned, as Bidder, declares that the only persons or parties Irderested in this bid as principals are
thaw named herein; that fits bid is made wither collusion with any person, firm or corporation; and he
proposes and agn wwk if the bid Is accepted, that he/she will execute a Term Carta with the COUNTY in
the form set forth in the Contract Documents; that he/she will furnish the Insurance Cer6fmaies.
Costs shall be Inclusive of all direct and Indirect oasts including but not limited to, materials, labor,
equipment, transportation, coordination and Incidentals necassry for the performance of the work
specified in Bid documents.
The cost of the materials/equipment shall. include alf costs, Including but not limited to:
General Administrative Overhead, fringe and benefiits and proft all documentation required
for operation, delivery/transpottation of unit(s) to the CounWs service delivery address,
indireat costs, i.e.; Insurance, eta., Indirect labor costs.
IFB-803872-200CM - Term Contract for Hydrant and Valve Nlah*tw ce end Repair and Fllahing Swwk es
Docu5ign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
i r/EM DmRNr'ww
wow• ,6 1 wi lR Al1la,.Nta
BID SHEET of
uNrT i iPBAt�BB UNIT PACE ! WnUIDED COST
Al
Hydrant MshAmomm (h�*dsx scrape, wire bnreh and paktt)
EA.
3000
$ 53.00
S 10.00R00
A2
Hydtarrt IVMWmartoe (++Atout ataW, wire Mah and paint)
EA.
800
143.00
$ 21,500.D0
AS
Hydrant Mairibm ae #wktdao aeaxt blest and poet)
EA.
2.5
S 275AO
S 618T8.00
A4
Furnish and aduch Hydrant LD. tap (wilh regained ktforrrts0m)
EA
260
i W.00
12,t500.00
A6 jFuwAh
and k aw mf ed w road ntatloer
EA.
Goo
$ 10.00
$ 6,000.00
A6
Exlendstl Flush Tine (16 minute Unit)
EA.
250
$20! 00
$ 51000.00
A7
t3a mN andlor break away 1lanpe bok raepbwnent
EA.
28
$5000
S 1,250.OD
AS
Upper barrel repair
EA
36
$ 400.00
S 14.A0.00
AID lower barrel repair
EA.
QO
$ 7W.OD
Is wo00.00
Al O liyd w a ftawion 0r)
EA.
26
SM-00
6 20.000.00
All 1140rortaftnsten (12")
EA.
20 Isamm
s 18,900.00
Al2 Hydrant ftW*W.. (1W) FA 120 $ 80R04 iC 18AOD.00
RepWpO tolulbiry OW) hydnft an funtllenkg and restrained fecknon
A13 valve (Mdudee sxamsticn, malmtaie. bads l and port pefftnj MIN not to 10 Si 5.1 IXIM S 60,0 AD
mquft a shut &wm or Mire sto . _
Replace typical twry (46') hydntnt and Vw baW unmftnetl I I I I 160n
aaa vski pro"Ing vaMs b roechanieat joint and not Vwh e f pndudes
ca ■n to •en nn •� � nnn ww
excaaaaaa, Rmso w, oscxrls anp wif" m). mil not roqum a sties
down or Nne stop.
_...
_
-• -- --
_ _ , -- --
A16
RepMoe bury (4V) hyatmtt and (or hrstsN) isobftn vWe an @xis* g
restrained MJ We (hdudes wwavatim mabdals. bm M and compacdwo
UINM re:, vim a shut down or ihm etau.
Ell
16
S 6,SOR00
WARM
A16
Rie$m 40csi bury (41r) hydrant, h dadon valve and be (includes
eowavoedan, ,nalt:tia% bad; and o xnpac lon). YWN rt:quirn s shw down
or Ow
EA.
15
$000.00
$ 07.60R00
Alft
With b" x 6" lee --
I.A.
3
$1,000.00
$3,00000
A16h
W th 8" x Ir We
F.A.
3
$1,100.00
i 3,300.00
A18c
With 6" x 1O• In
EA.
2
$1.5DD.00
13.00R00
Aced
Wlth 6" x 121 No
EA.
2
$2,000.00
S 4JIM.00
Mee
1MNh V x 1 c tee
EA.
2
S 4.000.00
S BAKOD
AM
WKh rx 10" to
EA.
1
$4,100 00
S4,100A0
A10p
WKh r x 2O" tee
EA.
1
$6100R00
S SX0.00
Alth
WIMWx2rom
EA.
1
6,000.00
1b,t]00.:00
A17
nI now hydrertt and (bob" valor on exdng typical 48" bufy *Ww
Ida
lk
25
6 6.100.00
S 1b2.600.00
A17a
Wth IF x 6" wet tap
EA.
2
$1.600.00
$ 3.000.00
AM
WNh V x 8" wet tap
EA.
2
1 1,50000
S 3,000.00
Al To
WNh 5" x 10" wat tap
EA.
2
S 1,680.00
$ 3,OOD.00
A17c
Wkh r x tr vat tap
EA.
2
S 1.80R00 IS11AW00
A17d
wKh r x 14'wettell)
EA
2
$2000.00
$4,000.00
A17e
Wkh 6' x 18"wet tap
EA.
2
SZ,200.00
S4.400.00
A1W
Wkh e" x Wwst tsp
EA.
2
S 2X0.00
S 4r400.Op
Al Tg
Wfth 6" x 24" wet tap
EA.
2
$2,200.00
$4AW-00
A18
Abandon toillf" hydrant by inetallikV rs"ned cep or OW vdth r Now-
df aeemMe in mollalm velure (indudsa nuMrWs, exmvabDn. back(il and
txlmpat kn)
UL
10
$ 3,200.00
$32,40040
A19
Instab*m of hydrant altar Oran t 4V ba adder pw Wi
LF.
30
$2�O
9 T _p0
A20
It hydrant set Is none then 6' sway horn omdedne of lee (adder perfeotj
LF.
25
$=
S6,00D.00
A21
N hydrott net reQulm addt6arrai mdmUmd 8' Nl,l bstid(s) (per R*V)
EA
16
jsmiw
$ 3,376.00
Ip1GAFt - TapA ConYaa kr rb�d■ert and Yatra gt�Ndownos and nrpatrartd FNofyip 8enias
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
BID SHEET
I
ffm DESCRIPTION UNIT �T�i�IlEJ/1L UNITPRICE ArMNIDPD GOAT
GROW B -VALVE SEMCSS
01
Ysirwmain0ensnoa (irtdudas sib+erebr GP$location)
EA.
low
$ 37A0
37,000.00
22
Valve maintsnenae (Indudea sub -foot GPS bcatiorl
EA.
750
$ 37.00
27,7b0.00
Bs
VaW mainlww= i(wi mmA GPS bcdon)
CA,
Wo
$37.00
$ IAOM-00
84
Reim vain box io grade s 12" depth (exclud'ing aonaate areas and
VOMMAW artarles
EA.
125
$71 AS
8,9fii.25
B5
ReW vahre box 10 grade c 12" depth In owwrels areas and vebkxdBr
EA.
100
$42LOO
$ 42,500.00
add"
86
Raiae vulva box to grade (or replace Ww box) > 12' depth but < 42"
EA.
60
$ 200.00
1 OM-00
da�pth in cona�ete sow and Mehlcuulr sftd"
Rolm valve box to grads (or replace valve box) )-12" depth but -4 49" depth
`.
S7
EA.
SO
$ 200A0
S 10,OOWX
In comets ease Sad vehloulm adedw _ _
PA ft oe exMng E' valves wrtedAer it wedge gaW valve en "dry' pipe
Be
EA.
15
$ 2.33000
$ 34,95DA0
(assume Oil" bury, includes excavedom mstoftb, bad= and eompsetion)
Repboe etrlsfing 4' valve whiesllMd wedge gate valve an "d f pipe
Do
EIS
18
$ 3.8MW
$ 37,000.00
(assume 48" bury, include* excavation, maNdsls, badrdll and oornpaClibn)
EA.
510
Replace e>aV B' valve vsfresi Wit wedge gm* vabe on pipe
Is
S 4,500"
567AW.00
(assume 4A" bury. includes emvaAcn, m Wideb, badM and oompeclion)
15
$ 5.00D.W
S 7 OWJDO
811
Repleos erdeting S'valli wlrwiiient wedge gdevaive an pipe
(41=W 4r bury, includes excemoon, momWs, bw Ad and amp edwO
B12
ftPhm a 10" valves wfr "Gotwesdge gets valve an -dry' P"
EA.
10
S5,9D0-DD
;59.000.OP
(assume 46' bury, hdudes tlon, rnsberisls, ba MI end eontpadonj
B13
W Wdst 12" vslva rshesMMA W"90 gift valve cm'dry' pipe
FA
5
$A.000 00
$ 40,000.00
(assures 4B' bury, tnckxbs exWraAon, msrWaft, bscld■ and 0001padion)
Rep" existing 14" valve "ft"MW Wedge gale "" on -dry- plea
914
EA.
5
$12,QOD.00
$ O0AW.00
(aserens 48' bury, in0fudea N=veft%n0berkb, bRJ*M avid 0ompa*an)
B16
Reps "aft IV vdm vvhasAb d vwdge 90A valves on -dry' pipe
EA.
b
S 1 tl,0DD.0D
$ 76,D00.0D
(aeaume 41r bury, Indudsa a matlor% railedets, becM and oainpadla )
Ica&MOMor waive whet wd wedge gore vaWe an "dry' pipe
B16
EA.
6
$17,W0.00
S ASAM.00
s@Kwa 4A" bury, indudes excavation, met% It. be" end 100nrp119*0)
B17
Repboe e>dsnng 24''valve vrrreeiliierrt wedge gale valve on W plea
[Ea
1
$ 27AMW
S 27 000.00
(sommo W bury, kwLdw exmMan. madlerwft baddAl and awfadlon)
Big
kommonof 4" Insertion vah a (a*stm►s 4B" bury, Indudes wmvetion.
EA.
10
$ 7,000 00
IS 70,D00.00
moWale, bo ddM sad adios
019
w4killown d6" Inswlbn valve (am me Mr bury, irAW@* ccr atlon,
EA.
10
$7,A00.00
$ 76MM
msdsrlefs, backM and oompaclion
920
1nelekWm of W imftn vWe (assume 4$" lorry, inokedes excevatlan,
FA.
10
$ 9.000.00
$ 90.000.00
rnaterhla, back III and oast acdm
B21
Instdodott of 10" insertion valve (assume Mr bury, hdudes sxo don.
EA.
g
$16 004.00 $ 76,00040
niab ielc bsdA and coon
S10.OD0.00 $ SO,OOOAO
B22
Ins�don of 72" bmruon vow (ass = Ar lorry. includes emwe0on.
5
raters, bedO and awtaadion
i
_-- _ _J
7z2MAR-Tom Garbedfar edf rA&MVOW MaMn@rA*rindRQ"rRWFOOftt,4XM
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
P
BID SHEET
22
MEN
DESCJW TION
, UNITMT.
i
AIIOIUAL
lE
LtN11171" 06
, EXTENDED COST
OROUP C - VALVE RELATED SERVICES
023
Realign vahre box to grade in dltt. sWaft sad or grxval (0' im 4' dsap)
EA
100
sn-00
1$7.5W.OD
E24
Rsalipn valve boxto grade In dirt, gross, sand or gravel (4- to IV deep)
FIOURL1As
25
$ INAO
$ 3.12590
ON 11410agn
valve WX IO grade In dtt, grass, sender gravel (> 10` deep)
HOURLII 3
25
$12ti.00
$ 3.12b.00
slipt valve box b grade err pevanvertt (01 to 4- desp) hdvdea pemmrront
OW
" pdch or replacement of angre ')pint' if realignment is wWWn a
SWAM&
EA
1s
51.20M
$18.OD0.00
Resbtpn ve%v box to grade In pavement (;RC to 101 indWas perrnenari
1327
asp at patter or replowrne d of entins W N maignmeM is within a
k
HOURLY'-2'3
is
$M-00
$ 4,600.00
SICIPM
Reetgn ►valve box to grade in pavement (r^IIV deep ) Includes pemranont
an
asphat patch or replacement Of wwrhe'Iolnr if walionrWrit is VAIhin a
HOURLYA3
1s
$3w.CO
$ 4AM.00
sidwow
HOURLY"
26
S100A0
$ 2 500.00
F329 Raise valve box to grade In dirt, grass, sand or gravel (s C 1010' deep)
00 ffaise valve box to grads In dirt, grew, nand or gavel ( > 10' deep)
HOLIRLYZA
25
$100.00
$2400.00
r mw valve cox w grace in pamnarrr twq w wj rnm� permansur
M
asphalt patch or relAwcarawt of sabre' ' if ma1grune t is wW* s
HOURLY''�,3 25 $100.00 $ 2,500.00
Slderialk
Raise valve boxio pads m piv�errreM ( -10 deep ) induces permmflow
B32
asphalt patch or replacenrent of a re JoW If mOprtment Is wetvn a
k
HOURLY" 10 ;10iL00 Z 1,000.00
B33
ekkwv
Glean ouVvat#= velva box (pricing bahad on clearing all of to Counys
EA ISOO ; 20.00 ; 90,000.00
valve bm as In (tau of aaaeaemant
Cloth Out valve bm vHiere standard vaman Is not uwceedul b+dlgping,
-
634
l000erdrtp and rernoft knpao*d debris and fill in wound valve box (2
EA 150 $ 150.00 $ 22.500.D0
MEN AND EQLM%M T
Large valve repair as an houdy rate with to P*WrWs ass pass Vntrgtt.
M
The hourly rats should factor In excavrailon equlpahanf cost (3 MEN AND
HOURL1f 100 i61M.D $ 50,Q0D 00
EQUIPME_NTl
Small vreira mp* ouch as 2- blow off This Includes pkn'ib g In a 2- I
_
statNaes stool fig such as a abort Nppla, a sisnless stool ItQ degree
638
1eb w or other horns as may be required. Nudy race Isar labor and
HOURLY 250 $226.00 $
materials will be pass through. The ree�san ttds Is esparata from
.MAD
valves is to etrceva% n most Wehr and be shallow and dome awuany. (2
MITI AND EQUII ROW,
Elf WaMry armor: Where no otter aoarsfe or coat o iedve sears Is
available b d wm w diap n end recommend PamcoRlrod" ntrtil
3
3
dig fa isxtover aid Iderttly cod etTacBtes optlorns. This irdudes:
W7
ExpbratAry Inveellpfla r Or fo N deep
HOURLYW
12D $ 460 00
$ KODO.00
B3B
E;V matory kwasuggl6on > 4' fo 10' deep —
NOURLY'a'o
150 3 223.00
$ 4750.00
B39
E obreibory inwsgetion > W deep.
HDURLYua
Io $ 300.00
$16,000.00 _
940
Installation of a 1W 10surTion valve (hnurne 48" bury. kftdea excavetfon.
EA
2 S45,WOM
S 90.OD0 00
maids be&M !red ocmaavcdon)
841
Inatlejulon ofa W Insertion v' w (aheaurrM Qr bury, indudas exeavatiei,
EA
Y $ 90.600A0
$ 120,000.Ot7
maberrate baddh7l OWoorrs-�adimt)
(1) For itds depth raripe, Um permanent asphalt patch or sidamft jolif- WIN be a pen4vouph Mont. `
(2) Devrafarirtp. trerhdr safaby, aid any assodaMd muk (fo be dboussed I I shard lb ba bid as -pass dwough")
(3) For blilkV purpcess, M hwfly fate Can be p apdtllioned into urorernerds of 15 nrhades.
IFB.609ru2�2prCAR -Tam CarlCaolldr ryarwrc sad Vibe Ieelnteiwnaeaa0 RepaYmd FtatrrreSenr�
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
BID SHEET
W
IrfE11A DEBCI AWMN
DOUP D . FLUSHING SERVICE$
UNIT I . AM AL I UNIT MCE I tI MMDRD CM
D7
Unl�al Rushing SsrAm partonnsd at a aomb'med rate
C4nl *&4r will rrA w the UW- sequanoes developed by SMS and identify
$
Ilta locahans and gU&Wdu of vdm to be opened and dosed for each
D1a
sequenas. Cart radar will dha►ge the price agreed upon for item Ba,'4*ra trouAy 250
$ 100.00
$ 28.000.00
msiri wwnoe (mM hor.d GP5 IorW*n) for the aprnlr{{g and dosing nF values
fore ae�enoe.
Contracbr wall st idsdhI II lvcadons 0ow hydrants for each sequence at
MUM) % so ds{6hred by tha lJDF Engirwar is yanmraie Drs desired flow
Dib
IrabQ and water w hangs. Cantracwrw01 toe hourly race of Cr6k tenence hourly 500
$100.00
$ 5O4100.00
idusi ft (M) This hm* rife only oppura to the ti ns sport by 11t4
ledmiden to a - , stash and close each h ,irons.
$25.000.00
02
MaW tsnsnoe Flushing Semi= perfnmted at an t oudy rate.
how*
250
$100.00
- — EST. ANNUAL
ITEM DESCRIPiIDN UNIT USAGE UWF PRICE EXTENDED COST
GROUP E - ANCRLARY SERVICES {ADD TO ANY OF THE ABOVE HYDRANT ANMR VALVE SCENARIOS IF APPLICASI.S)
Required use of Duedis Iran pipe in Ilse of C4000 PVC pips (Cant to InckWlw any additionpl Isba, maMsrlda sucavallon, ill and
ET
oaahp�iorh]
Elm
8 InM
LF,
50
$ 50.00
S 2AM00
El b
8 inch
LF.
s0
If 61A0
$ 2.550.00
Elc
101rteh
LF.
25
$80.00
$ 2,0M00
E1d
12 inch
I.F.
25
580,00
S 2A00.00
Et•
14 bah
LF.
10
100:00
S1A00.00
Elf
16 in[!t
LF.
50
3100.00
$ 5,00040
919
20 inch
Li.
10
$ 300-00
$3A00.00
Elh
24inch --
LF.
10
$8b0.00
$5,wam
�� �� r�� wa_A�r fL.w{..A.w _ _ _ _ • _ 1. ____ _-- ' ww c �! h.... M NNMr. art wlw� AriRM �wA �wu.�i.�.\ i
4' be slop (SS low � - - - - y
e Oft shop (epoxy "g)
on
EA.
5
$6,000.00
A00.00
M
EA.
6
$ 5,000.00
$ 20,000.00
Etc
e' Ilrw stop (sS WAV)
!A.
10
$ 5Aoo.DD
S 60,000.011
E2d
8' line slop (epmgr fdn11)
EA.
10
S 6,000A0
s 6%=.00
E20
S line stop (881100
EA.
6
$ GA000D
SWKW
Elf
10" Ins stop (SS fdtkV)
EA.
5
S 7.000.00
S35.000.00
Mg
1r Ihrs slop (ear f4W
EA.
5
$ 8A 000
S 400 ao
E2h
W Dw sap (epoxy siting)
EA.
5
$11.000.00
$66AOO.00
E21
IV She slop (epM IMllrtg)
III►.
a
5 9.400:00
$47.000.0
E2j
2ur line 6110p(epmq+1104)
Ell.
6
S1 000.00
67MOMM
Elk
W line stop (epoiq itthtg)
IslisAwn
s s0,000.00
tFBemrk.2DR'4Ui -Tom Cantracitr Hyd{wn w{d%i9w Ahiximarme and Repairand RafihnytinrMW
PROPOSAL PREPARED FOR:
Seminole County
1301 East 2nd Street
Sanford, Florida 32771
Attn: Purchasing & Contracts (PCD)
PREPARED BY:
R&M Service Solutions, LLC
7256 Westport Place, Suite A
West Palm Beach, Florida 33413
.SE��1/NOT E COuNTY
FLAUgs N.AI LIKAL CHOU
Term Contract for
Hydrant and Valve
Maintenance, Repair
and Flushing Services
I F B-603974-20/CAR
R Service
S9tin
PAp* a n cuienoa WeW DkObulbn Sydons
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
R&M SERVICE SOLUTIONS
PROPOSAL FOR SERVICES
INTRODUCTION & EXPERIENCE
Seminole County
Attn: Cassandra Reyes
Title: Senior Procurement Analyst
Address: 1301 East 2"1 Street
Sandford, Florida 32771
Subject: Term Contract for Hydrant and Valve Maintenance, Repair and Flushing Services —
IFB-603974-20/CAR
Dear: Cassandra Reyes
R&M Service Solutions is pleased to offer this RFP response to Seminole County for the Term
Contract for Hydrant and Valve Maintenance, Repair and Flushing Services.
Valve exercising is the single most important for of preventive maintenance for improving reliability
for the water distribution system. Under normal operating conditions main line valves are fully
opened and fully closed only when isolation of a portion of the system is needed. Valves that
remain in the either for extended period become difficult or even impossible to operate.
Additionally, critical valves MUST be operated at any given moment when needed. Therefore,
they should exercise at least once a year or more often if the water is corrosive or dirty. The more
frequent the valve exercising program, the greater the chance that they will operate when needed.
Regular hydrant testing and maintenance is vital for Seminole County's fire hydrants. A number
of conditions can affect a hydrant's performance including Water System improvements or
changes which can affect zone valve settings, usage changes, damage from accidents or
vandalism, wear and tear deterioration, mechanical malfunction and occasionally work performed
on water lines without hydrant isolation valves being reopened. Uncovering any of these problems
and correcting them prior to the hydrant being needed is imperative to determine fire hydrant
capabilities in the event of an emergency.
In addition to determining fire flows, testing can uncover mechanical problems from valves that
do not operate properly, to leaks and even pump damaging debris flowing from hydrants. Flow
test data also provides essential field information to aid water service planners and the Fire
Prevention Bureau to accurately estimate water main capabilities. Water main and hydrant flow
capabilities influence decisions about required fire protection and fire resistance features for new
developments; where priorities should be placed and Water System upgrades of older, smaller
water mains.
GIS Integrated Data collected because of Valve Maintenance Program can be presented to
Seminole County's integration into your database system. For repairing and replacing fire
hydrants and water mains, R&M Service Solutions performs Line Stopping up to 60 inches, as
well as scheduled water shutdowns, and offers a full complement of valve insertion
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
services. Using our sophisticated GPS data collection equipment, R&M can collect both spatial
and non -spatial data and present the data to Seminole County for integration into
its GIS system.
Our Staff experience includes similar work for some of the most respected utilities in the United
States including Ormond Beach, FL; Allentown, PA; Dania Beach, FL; Polk County, FL; City of
Melbourne, FL; Volusia County, FL; Broward County, FL; Hillsborough County, FL; and more
available upon request. R&M Service Solutions is an Equal Opportunity Employer and has the
expertise, experience, equipment and skill needed by Seminole County for a successful
completion of your program.
For the Term Contract for Hydrant and Valve Maintenance, Repair and Flushing
Services project, Michael George, Operations Manager of R&M Service Solutions will act as
Project Manager(mgeorge@rmservicesolutions.com). With his outstanding commitment to
quality and customer satisfaction, Michael has developed long standing relationships with
customers through his ability to assume complete ownership of all aspects of a project,
understanding the needs of his customers and achieving goals with honesty and integrity. He has
been consistently recognized for successfully developing and implementing profitable business
advance initiatives ensuring that projects are completed up to and beyond his customer's
expectations.
The team at R&M Service Solutions look forward to partnering with Seminole County for a
successful Hydrant and Valve Maintenance, Repair and Flushing Services project.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
PROJECT APPROACH / DELIVERY
Valve Maintenance and Assessment (VM&A)
Valve exercising and assessment is the single most important form of preventive maintenance for
improving valve reliability. Under normal operating conditions main line valves are fully opened
and fully closed only when isolation of a portion of the system is needed. Valves that remain in
either position for extended periods of time become difficult or even impossible to operate.
Therefore, they should be exercised at least once a year or more often if the water is corrosive or
dirty. The more frequent the valve exercising program, the greater the chance that they will
operate when needed. Regular valve exercising and maintenance is vital for Seminole County's
approximately 2,100 valves.
Our Valve program is designed to maintain, exercise and
assess all valves within a distribution system. The
Customer designates the valves to be
assessed / exercised.
R&M's standard program includes:
♦ Perform trial shut downs
♦ Locate designated valves using City maps
♦ Document location with GPS coordinates at sub -meter
accuracy using State Plane System
♦ Exercise valve w/ "down line" hydrant opened, record
water loss, clean valve box as needed
♦ Flush area line through hydrants to maintain water
quality, record water loss
♦ Document / report inoperable valves
♦ Confirm / update Customer's valve inventory
♦ Make corrections to GIS viewer, include updated maps
As an integral part of Distribution System management VM&A can help to locate malfunctioning,
closed or frozen valves which, if not located, make isolating a specific area of a distribution system
time consuming at best, and in some instances - impossible. Routine or emergency repairs must
be made in a timely manner to limit costly overtime, prevent excessive water loss and to maintain
superior public relations. A VM&A Program will extend the usable life of valves in a distribution
system, ensure valves can be located, make certain valves can be assessed / operated as needed
and it allows a Utility to more effectively plan time and costs for scheduled system repairs or
improvements.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
R&M Service Solutions' VM&A Program is designed to meet the requirements of environmental
oversight agencies and complies with AWWA standards (including publication M44 — Distribution
Valves; Selection, Installation, Field Testing and Maintenance).
R&M's technicians are trained to expertly operate water distribution valves either manually or with
valve operators. The size, condition of the valve and Utility requirements determine which method
is used on a case by case basis.
VM&A Operating Guidelines for Seminole County
R&M will use a two (2) person crew or multiple crews as and when needed/approved.
R&M's Standard Implementation Guidelines
4" and Smaller Gate Valve Maintenance Process
Unless otherwise directed by the Seminole County, all 4" and smaller valves will be manually
operated to avoid damage.
♦ Locate the valve
♦ Position valve operator accurately for minimum interference with vehicular and / or
pedestrian traffic
♦ Establish and set-up M.O.T. when needed
♦ Remove valve box lid
♦ Clean out valve box to access valve
♦ Verify location, size and operational direction of valve (left or right)
♦ Cross reference data supplied by Utility
♦ Identify type of valve if possible (older valves may be bronze disc plumbing style valves
such as NIBCO or bronze ball valves of the corporation stop style - neither type will have a
standard operating nut - a pronged or slotted valve wrench will need to be utilized)
♦ With great care, move the valve from the open position to the closed position, then back to
the open position until the appropriate number of turns is accomplished.
♦ Unless otherwise directed by the Utility, carefully operate the valve through two (2) full
cycles leaving the valve in the full open position
6" to 12" Gate Valve Maintenance Process
♦ Locate the valve
♦ Position valve operator accurately for minimum interference with vehicular and / or
pedestrian traffic
♦ Establish and set-up M.O.T. when needed
♦ Verify location, size and operational direction (left or right) of valve
♦ Cross reference data supplied by Utility
4 Identify manufacturer of valve if possible
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
♦ Verify torque requirements, actuator requirements and the number of turns from full open
to full closed position with the manufacturer's specifications
♦ Set the hydraulic valve operator to the desired minimum torque and the appropriate number
of turns for a butterfly valve not a gate valve
♦ Verify the operational direction of the valve (left or right)
♦ Move the valve from the open position to the closed position until the minimum torque limit
or appropriate number of turns is achieved (if torque limit is reached prior to obtaining the
appropriate number of turns, continue to operate the valve by repeating the process and
slowly increasing the torque limit up to the maximum torque limit of 300 ft. lb., on actuators
with wrench nut or 200 ft. lb. on actuators with hand / chain wheel until the appropriate
number of turns are obtained - DO NOT EXCEED THE MAXIMUM TORQUE LIMIT
♦ Unless otherwise directed by the Utility, cycle the valve through two (2) full cycles leaving
the valve in the fully open position
16" and Larger Non -Geared Gate Valve Maintenance Process
♦ Locate main line valve (and by-pass valve, if applicable)
♦ Position valve operator accurately for minimum interference with vehicular and / or
pedestrian traffic
♦ Position valve operator accurately for minimum interference with vehicular and / or
pedestrian traffic
♦ Establish and set-up M.O.T. when needed
♦ Remove valve box lid and / or open valve vault hatch covers
♦ Clean out valve box or vault to access valve
♦ Verify location, size and operational direction of main line valve (left or right) and by-pass
valve if applicable
♦ Cross reference data supplied by Utility
♦ Identify size and type of main line valve and by-pass valve, if applicable
♦ Determine if valve is geared
♦ Identify type of valve if possible
♦ Verify torque requirements and the number of turns from full open to full closed position, for
both the by-pass valve (if applicable) and main valve, with the manufacturer's specifications
♦ Set the hydraulic valve operator (first for by-pass valve, if applicable) to the desired
minimum torque and the appropriate number of turns
♦ Move the valve from the open position to the closed position until the minimum torque limit
or appropriate number of turns is achieved (if torque limit is reached prior to obtaining the
appropriate number of turns, continue to operate the valve by repeating the process and
slowly increasing the torque limit up to the maximum torque limit until the appropriate
number of turns are obtained - DO NOT EXCEED THE MAXIMUM TORQUE LIMIT
♦ Unless otherwise directed by the Utility, cycle the main line valve, and by-pass valve if
applicable, through two (2) full cycles leaving the valve in the fully open position
16" and Larger Geared Gate Valve Maintenance Process
♦ Locate main line valve and the by-pass valve, if applicable
♦ Position valve operator accurately for minimum interference with vehicular and / or
pedestrian traffic
♦ Establish and set-up M.O.T. when needed
♦ Remove valve box lid and / or open valve vault hatch covers
6 Clean out valve box or vault to access valve
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
♦ Verify location, size and operational direction (left or right) of main line valve (and by-pass
valve if applicable
♦ Cross reference data supplied by Utility
♦ Identify size and type of main line valve and by-pass valve, if applicable
♦ Determine if valve is geared
♦ Identify manufacturer of valve if possible
♦ Verify torque requirements and the number of turns from full open to full closed position, for
both the by-pass valve (if applicable) and main valve, with the manufacturer's specifications
♦ If valve is geared, activate gear reduction mode on hydraulic valve operator and enter
appropriate torque range
♦ Set the hydraulic valve operator (first for by-pass valve, if applicable) to the desired
minimum torque and the appropriate number of turns
♦ Move the valve from the open position to the closed position until the minimum torque limit
or appropriate number of turns is achieved (if torque limit is reached prior to obtaining the
appropriate number of turns, continue to operate the valve by repeating the process and
slowly increasing the torque limit up to the maximum torque limit until the appropriate
number of turns are obtained - DO NOT EXCEED THE MAXIMUM TORQUE LIMIT
♦ Unless otherwise directed by the Utility, cycle the main line valve and by-pass valve if
applicable, through two (2) full cycles leaving the valve in the fully open position
Butterfly Valve Maintenance Process
♦ Locate the valve
♦ Position valve operator accurately for minimum interference with vehicular and / or
pedestrian traffic
♦ Establish and set-up M.O.T. when needed
♦ Verify location, size and operational direction (left or right) of valve
♦ Cross reference data supplied by Utility
♦ Identify manufacturer of valve if possible
♦ Verify torque requirements, actuator requirements and the number of turns from full open
to full closed position with the manufacturer's specifications
♦ Set the hydraulic valve operator to the desired minimum torque and the appropriate number
of turns for a butterfly valve not a gate valve
♦ Verify the operational direction of the valve (left or right)
♦ Move the valve from the open position to the closed position until the minimum torque limit
or appropriate number of turns is achieved (if torque limit is reached prior to obtaining the
appropriate number of turns, continue to operate the valve by repeating the process and
slowly increasing the torque limit up to the maximum torque limit of 300 ft. lb., on actuators
with wrench nut or 200 ft. lb. on actuators with hand / chain wheel until the appropriate
number of turns are obtained - DO NOT EXCEED THE MAXIMUM TORQUE LIMIT
♦ When the butterfly valve is operational, unless otherwise directed by the Utility, cycle the
valve through two (2) full cycles leaving the valve in the fully open position
♦ If the valve remains fixed between the open and closed position, contact the Utility seeking
permission to access the actuator
♦ If permission is obtained, access the actuator and check for jamming (if nothing if found,
the interference may be in the valve)
♦ If, after accessing the actuator, no reason for jamming is found — STOP and contact the
Utility — DO NOT ATTEMPT TO FORCE THE DISC OPEN OR CLOSED - excessive torque
can severely damage internal valve and / or actuator components
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Valves Found In Closed Position
If a valve is found in the closed position, R&M's technicians will immediately contact the Utility. If
instructed to leave the valve in the closed position, R&M's technicians will document the
appropriate data and proceed to the next valve. If our technician is instructed to operate the valve
to the fully open position, the technician will proceed as accordingly for the type of valve.
Non -Operating Valves
If a technician has been unable to manipulate a valve into completing full cycle, while not
exceeding the manufacturer's maximum torque limit, the technician will verify the valve is in the
maximum obtainable open position, document all pertinent data and contact the Utility. R&M's
technician will not proceed to operate the valve past the maximum recommended torque limits
unless directed in person and by an on -site Utility representative.
Torque Limits for Resilient Wedge — RW or Double Disc — DD Valves
The information below has been compiled from AWWA and manufacturer specifications. Specific
manufacturer requirements supersede the information in this table. 6" through 12" valves have
an opening torque of approximately 30% of the closing torque; where 14" through 60" valves have
an opening torque that is equal to or less than the closing torque during normal operation.
♦ 6" non -geared RW or DD gate valve -50 to 110 ft #
♦ 6" bevel geared RW or DD gate valve -30 to 64.7 ft # (Rotork) or 25 to 56.3 ft # (MasterGear)
♦ 6" spur gear RW or DD gate valve -50 to 60.1 ft # (Rotork)
♦ 8" non -geared RW or DD gate valve -75 to 150 ft #
♦ 8" bevel geared RW or DD gate valve 45 to 88.2 ft # (Rotork) or 40 to 76.7 ft # (MasterGear)
♦ 8" spur geared RW or DD gate valve 40 to 82 ft # (Rotork)
♦ 10" non -geared RW or DD gate valve -90 to 185 ft #
♦ 10" bevel geared RW or DD gate valve -50 to 108.8 ft # (Rotork) or 45 to 94.6 ft # (MasterGear)
♦ 10" spur geared RW or DD gate valve -50 to 101.1 ft # (Rotork)
♦ 12" non -geared RW or DD gate valve -100 to 225 ft #
♦ 12" bevel geared RW or DD gate valve -115 to 132.4 ft # (Rotork) or 105 to 115.1 ft #
(MasterGear)
♦ 12" spur geared RW or DD gate valve -60 to 123 ft # (Rotork)
♦ 14" non -geared RW or DD gate valve -110 to 225 ft #
♦ 14" bevel geared RW or DD gate valve -30 to 75 ft # (Rotork) or 25 to 58.8 ft # (MasterGear)
♦ 14" spur geared RW or DD gate valve -25 to 61 ft # (Rotork 4.1:1), or 55 to 117.9 ft # (Rotork)
♦ 16" non -geared RW or DD gate valve -110 to 225 ft #
♦ 16" bevel geared RW or DD gate valve -130 to 161.8 ft # (Rotork 2:1) or 45 to 91.7 ft # (Rotork
4:1), or 35 to 71.9 ft # (MasterGear)
♦ 16" spur geared RW or DD gate valve -30 to 61 ft # (Rotork 4.1:1), or 55 to 117.9 ft # (Rotork
2.12:1)
♦ 18" non -geared RW or DD gate valve -110 to 225 ft #
♦ 18" bevel geared RW or DD gate valve -80 to 161.8 ft # (Rotork 2:1) or 90 to 91.7 ft # (Rotork
4:1), or 35 to 71.9 ft # (MasterGear 4.5:1)
♦ 18" spur geared RW or DD gate valve -35 to 74.5 ft # (Rotork 4.1:1), or70 to 144.1 ft # (Rotork
2.12:1)
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
♦ 20" non -geared RW or DD gate valve -100 to 300 ft #
♦ 20" bevel geared RW or DD gate valve -65 to 176.5 ft # (Rotork 2:1) or 50 to 100 ft # (Rotork
4:1), or 35 to 78.4 ft # (MasterGear 4.5:1)
• 20" spur geared RW or DD gate valve -40 to 81.3 ft # (Rotork 4.1:1), or 75 to 157.2 ft # (Rotork
2.12:1)
♦ 20" butterfly valve -100 to 300 ft #
• 24" non -geared RW or DD gate valve -160 to 325 ft #
• 24" bevel geared RW or DD gate valve -60 to 127.5 ft # (Rotork 3:1) or 50 to 108.3 ft # (Rotork
4:1), or 40 to 85 ft # (MasterGear 4.5:1)
• 24" spur geared RW or DD gate valve -40 to 88.1 ft # (Rotork 4.1:1), or 60 to 120.4 ft # (Rotork
3:1)
♦ 24" butterfly valve -100 to 300 ft #
♦ 30" non -geared RW or DD gate valve -150 to 450 ft #
♦ 30" bevel geared RW or DD gate valve -80 to 176.5 ft # (Rotork 3:1) or 65 to 132.4 ft # (Rotork
4:1), or 60 to 125 ft # (Limitorque 4:1)
• 30" spur geared RW or DD gate valve -60 to 127.8 ft # (Rotork 4:1), or 80 to 166.7 ft # (Rotork
3:1)
• 30" butterfly valve -100 to 300 ft #
• 36" non -geared RW or DD gate valve -200 to 550 ft #
• 36" bevel geared RW or DD gate valve -80 to 161.8 ft # (Rotork 4-1) or 75 to 152.8 ft #
(Limitorque 4:1)
♦ 36" spur geared RW or DD gate valve -75 to 156.3 ft # (Rotork 4:1)
♦ 36" butterfly valve -100 to 300 ft #
• 42" non -geared RW or DD gate valve -200 to 700 ft #
♦ 42" bevel geared RW or DD gate valve -100 to 205.9 ft # (Rotork 4:1) or 90 to 194.4 ft #
(Limitorque 4:1)
♦ 42" spur geared RW or DD gate valve -90 to 198.9 ft # (Rotork 4:1)
♦ 42" butterfly valve -100 to 300 ft #
♦ 48" non -geared RW or DD gate valve -300 to 800 ft #
♦ 48" bevel geared RW or DD gate valve -115 to 235.3 ft # (Rotork 4:1) or 110 to 222.2 ft #
(Limitorque 4:1)
♦ 48" spur geared RW or DD gate valve -110 to 227.3 ft # (Rotork 4:1)
♦ 48" butterfly valve -100 to 300 ft #
♦ 54" non -geared RW or DD gate valve -300 to 850 ft #
♦ 54" bevel geared RW or DD gate valve -120 to 240 ft #
♦ 54" spur geared RW or DD gate valve -110 to 227 ft #
♦ 54" butterfly valve -100 to 300 ft #
♦ 60" non -geared RW or DD gate valve -350 to 900 ft #
♦ 60" bevel geared RW or DD gate valve -125 to 250 ft #
♦ 60" butterfly valve -100 to 300 ft #
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
FIRE HYDRANT MAINTENANCE AND ASSESSMENT (FHM&A)
Assessing and maintaining Fire Hydrant s is fundamental in Distribution System Management to
protect the public welfare, improve a utility's ISO rating and can aid in maintaining water quality
when incorporated into an organized flushing program.
Our Fire Hydrant program is designed to maintain and service all
fire hydrants within a distribution system. The customer designates
the hydrants within the system to be serviced.
R&M's standard program includes:
• Hydrant lubrication - operating nut area / nozzles
• Complete static test, ensure main valve fully closes, seals
and barrel drains
• Fire flow testing
• Clear weeds / grass around fire hydrant for optimal visibility
• Note / repair operational deficiencies
• Confirm NFPA / local code conformity
• Verify / test hydrant isolation valve including all services in
Valve Exercise and Assessment Program
• Provide GPS coordinates with sub -meter accuracy using
State Plane System
• Confirm / update Customer's fire hydrant inventory
• Make corrections to GIS viewer, include updated maps
• Replace fire hydrants as needed
Regular hydrant testing and maintenance is vital for fire hydrants. A number of conditions can
affect a hydrant's performance including Water System improvements or changes affecting zone
valve settings, usage changes, damage from accidents or vandalism, wear and tear deterioration,
mechanical malfunction and occasionally work performing on water lines without hydrant isolation
valves being reopened. Uncovering any of these problems and correcting them prior to the
hydrant being needed is imperative to determine fire hydrant capabilities in the event of an
emergency.
Table 'l: Programs can be customized to suit the client's specific needs
In addition to determining fire flows, testing can uncover mechanical problems from valves that
do not operate properly, to leaks and even pump damaging debris flowing from hydrants. Flow
test data also provides essential field information to aid water service planners and the Fire
Prevention Bureau to accurately estimate water main capabilities. Water main and hydrant flow
capabilities influence decisions about: required fire protection and fire resistance features for new
developments; where priorities should be placed and Water System upgrades of older, smaller
water mains.
R&M's FHM&A program is designed to comply with AWWA Waterworks Distribution Standards
(M17) and meet the requirements of oversight environmental agencies.
When a fire hydrant has been installed according to industry standards with an isolation valve,
blocking or restraint, and provisions for drainage; a malfunctioning hydrant may be manipulated
back into operation through re -lubrication and proper cycling during maintenance. In many cases,
internal upper- and lower -barrel repairs can be accomplished without excavation. If this cannot
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
be safely accomplished, or if a compromised or missing isolation valve is involved, the condition
then necessitates partial distribution system isolation through shut down or line stopping.
Line Stops
Line stops can drastically reduce the amount of water main to be isolated. R&M Service
Solutions can safely install double or single line stops up through 60". R&M's services include
excavation, locates, M.O.T.'s, repairs and restoration to pre -excavation condition.
Wet Taps
R&M Service Solutions can install a new fire hydrant without shutdown by performing a wet tap.
And in many situations our technicians can tie back an un-restrained isolation valve to the
distribution system tee without isolating the distribution system.
Wet tapping is a very cost-effective process of adding a new service into an existing pressurized
line without interruption of your system. Wet taps are made with the water main under pressure;
the water service does not need to be interrupted and there is less chance of contamination.
Connecting or replacing of lateral valves, lateral lines and service lines to mains or other water
lines are just a few examples of smaller (3/4" through 2") wet tap usage. Other uses for smaller
wet taps include sample point access, disinfectant or additive injection, immediate area flushing
or bulk water filling station installation.
Larger wet taps (4" or greater) are utilized for fire hydrant installation, larger service taps, valve
relocation, water system re-routing and water main extension.
GEOSPATIAL DATA CREATION, MANAGEMENT, ANALYSIS, AND
DISTRIBUTION
For more effective management in both the day-to-day and the long-range operations, GIS is
helping Utilities unify by integrating information from many sources, both internal and external,
into a common framework. As Utilities merge and the workforce shrinks, sharing workflows in an
automated and systematic way is crucial. Better information and a framework for understanding
and collaboration are needed.
The enterprise GIS platform facilitates collaboration by unifying the underlying data infrastructure
and workflows with other key utility information system (IS) platforms such as SCADA; enterprise
resource planning (ERP); asset, work, and outage management; and field force automation. By
using this common geographic language, Utility managers discover new insights that they can
transform into tangible business results such as lower costs, improved asset utilization, and
quicker customer hookup.
New technology such as Web services, location -based services, geoprocessing,
loosely connected distributed spatial databases, smart clients, and intelligent GIS
unifies information for Utility executives, managers, and operators. Decision
making, communication, and asset management can be based on the same information
throughout the organization.
Using GPS for GIS data collection and data maintenance is essential for timely decision -making
and wise use of resources. Any organization or agency that requires accurate location information
can benefit from the efficiency and productivity provided by GPS technology. All over the world,
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
government agencies, scientific organizations, and utility companies use GIS data collection and
data maintenance systems to stay up-to-date and competitive.
The Utility Industry is at the forefront when it comes to the use of GPS and GIS
technologies. From electric, gas and water utilities to telecommunications companies, geospatial
technologies are making it easier for utility workers to manage their complex field assets.
QUALITY MANAGEMENT SYSTEM
Principles
R&M Service Solutions is committed to exceeding customer expectations through
implementation and continuous improvement of our Quality Management System. Absolute
customer satisfaction is the expectation and is achieved through supplying superior
products and services, on -time, at a competitive price.
R&M's Quality Management System is based on two simple principles: fit for purpose and right
first time.
** Fit For Purpose **
The products and services we provide should be suitable for the intended purpose
and meet the customer's needs.
** Right First Time **
R&M places a strong focus on performing the right process for the job at
hand. Our motto is "mistakes should be eliminated — period".
Company Quality
R&M Service Solutions has developed and implemented Company Quality to demonstrate its
ability to consistently provide products and services that meets customer, statutory and regulatory
requirements; and to address customer satisfaction through the effective application of the
system, including continual improvement and the prevention of nonconformity.
The company -wide quality approach places an emphasis on four aspects:
1. Elements such as controls, job management, adequate processes, performance and
integrity criteria and identification of records
2. Competence such as knowledge, skills, experience, qualifications
3. Soft elements, such as personnel integrity, confidence, organizational culture, motivation,
team spirit and quality relationships
4. Infrastructure (as it enhances or limits functionality)
Quality Assurance
Quality Assurance is another aspect of our Quality Management System. Quality Assurance is
more than just testing the quality or aspects of a product, service or facility, it analyzes the quality
to make sure it conforms to specific requirements, complies with established plans and suits the
customer's needs. We are constantly checking our processes to find areas that need
improvement and acting on those accordingly to ensure we provide the best products and
services to our customers.
Quality System Management Commitment
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
R&M's management is committed to the development and implementation of the quality
management system and continually improves its effectiveness by:
• Communicating the importance of meeting customer as well as statutory and regulatory
requirements
• Establishing a quality policy
• Establishing quality objectives
• Conducting management reviews
• Ensuring the availability of resources
Quality Model
R&M has adopted the PDCA model of quality management:
PLANPIan to improve operations first by finding out what problems are faced; determine ideas
for solving these problems. Establish objectives and processes necessary to deliver
results in accordance with expected outcomes. By making the expected outcome the
focus, this quality method differs from other techniques in that the completeness and
accuracy of the specification is also part of the improvement.
DO Do changes designed to solve the problems. Implement new processes to find resolution to
problems and better methods or procedures.
CHECK Check whether changes are achieving full desired result. Continuously check activities
to ensure quality of output is known at all times to identify new problems if they occur.
ACT Act to implement changes. Make changes a routine part of the activity. Act to involve other
persons (other partners, suppliers, or customers) affected by these changes and whose
cooperation is needed to implement on a larger scale. Identify those who may benefit from
what has been learned. Measure new processes and compare actual results against
expected results to ascertain any differences. Analyze the differences to determine their
cause
Management Commitment
R&M's management is committed to the development and implementation of the quality
management system and continually improves its effectiveness by:
♦ Communicating the importance of meeting customer as well as statutory and regulatory
requirements
♦ Establishing a quality policy
4 Establishing quality objectives
DocuSign Envelope ID: 2D97C693-D3DE- 352-8344-E552B33FC5B5
♦ Conducting management reviews
♦ Ensuring the availability of resources
EQUIPMENT
The following types of equipment will be used on the Seminole County's Term Contract for
Hydrant and Valve Maintenance, Repair and Flushing Services:
Valves
♦ Trailer mounted hydraulic valve operator with
adjustable torque control (Wachs ERV-750)
♦ High power vacuum for valve box / vault clean
outs
♦ Extendable valve keys for manual operation now
♦ Miscellaneous hand tools
♦ Arrow Board / signage
♦ Warning lights on trucks �' f
♦ Traffic Control equipment including properly =OF ~
sized traffic cones with reflective stripes, as
needed
♦ All necessary safety equipment including
Rose — confined space entry equipment,
Crowcon Air Monitoring / Gas Detection as
needed,
♦ Valve and hydrant information tracking and
logging system
Hydrants
♦ Fire flow testing equipment
♦ Miscellaneous hand tools
♦ Arrow Board / signage
♦ Warning lights on trucks
♦ Traffic Control equipment including properly sized traffic cones with reflective stripes, as
needed
♦ All necessary safety equipment including Rose — confined space entry equipment, Crowcon
Air
♦ Valve and hydrant information tracking and logging system
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
GPSIGIS
♦ Trimble® R2
♦ iamGIS Software
♦ iamGIS was built specifically for municipal & utility use (operators, field crew, office staff
♦ iamGIS is extremely user-friendly
♦ iamGIS can easily be used out in the field on any cellular phone or tablet
♦ Users can easily Bluetooth a GPS receiver to a phone or tablet
♦ iamGIS customers get UNLIMITED: users, data/media storage & customer support
♦ iamGIS Combines an array of functionality in one easy -to -use, real-time solution:
• GIS & Asset Management
• Work orders for maintenance & task management
• Facility management
• Digital media linked directly to an asset in real-time
• Text & email notifications
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
OUR REFERENCES
References
Fire Hydrant & Valve Programs:
ent
Sarasota County, FL
660 Ringling Blvd, Sarasota, FL
olusia County, FL
151 E. New York Ave, 2"d Floor,
eland. FL 32724
City of Port St. Lucie, FL
900 SE Ogden Lane, Port St.
Lucie, FL 34983
City of Flagler Beach, FL
105 S 2nd Street, P.O Box 70
Fla ler Beach, FL 32136
�599
City of Weston, FL
S Post Rd, Weston, FL
Brevard County, FL
725 Judge Fran Jamieson Way,
-213, Melbourne, FL 32940
itrus County, FL
:ontact service
ason "Jay" Brown alve Exercising
ield Services Operations
Sarasota County (941)-650-3728
ason.brown@scgov.net _
Samuel Farrell — Collection & Fire Hydrant Maintenance
listribution Supervisor Program
386) 822-6465, (386) 822-6466
AX
Leith Fultz - Inspector, Utility
systems
772) 873-6400
Cfultz@cityogpsl.com
k1len Watts — Utility Operations &
Aaintenance Supervisor
386) 276-0180
kwafts@cityofflaglerbeach.com
ose Casio —Public Works
ngineer
954) 385-2600, (954) 385-
!610 FAX
Replacement
Ive & Fire Hydrant
Iintenance, repairs, and
Valve Exercising, Fire Hydrant
maintenance (painting included) &
A.RV replacement
gat Golyer — Utilities Operations Hydrant, Valve and ARV
superintendent maintenance, repairs, and
321) 863-6871 replacements.
'at.goyler@brevardfl.gov
Jane Bargiel, Operations & Fire Hydrant Maintenance and
Maintenance Director iValve Maintenance Program
3600 W. Sovereign Path, Lecanto,K352) 400-0146
FL 34461 3ary,loggins@citrusbocc.com
Seminole County, FL hris Graybosch — Water Fire Hydrant &Valve
Distribution Supervisor Maintenance, repairs and
3300 Dike Road, Winter Park, FL 407) 840-4058 replacements.
32792 ra bosch seminolecountyfl.govE _
City of Boca Raton, FL isa Wilson -Davis, Operations and 'Fire Hydrant Maintenance
nvironmental Compliance (painting included) and Valve
1401 Glades Road, Boca Raton, Manager Maintenance
FL 33431 561) 338-7310, (561) 338-7345 I AX
mter County, FL amon Allen, Battalion Chief
CFEMS, B-Shift
75 Powell Road, Wildwood, FL 352) 569-6844
785 pamon.allen@sumtercountyfl.gov
ire Hydrant & valve Maintenance
rogram
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
ity of Coconut Creek, FL
4800 West Copans Road,
Coconut Creek, FL 33063
City of Pompano Beach, FL
1205 NE 5th Avenue, Pompano
Beach, FL 33060
i Dupuis — Deputy Director of
Fire Hydrant & valve Maintenance
1Program
ies & Engineering
) 973-6786
iuis@coconutcreek.net
Ben — Utilities Field
IFire Hydrant & valve Maintenance
)rintendent
Program
) 786-5508
.ben@copbfl.com
Sarasota County, FL
Jason "Jay" Brown
Valve Exercising
field Services Operations
1660 Ringling Blvd, Sarasota, FL
34236
Manager
Sarasota County (941)-650-3728
Jason.brown@scgov.net
City of Dade City, FL
Jay Sheridan — Utilities Manager
Fire Hydrant & valve Maintenance
813) 6014039
Program
14302 Delmar Street, Dade City,
sheddan@dadecityfl.com
FL 33523
Town of Longboat Key, FL
ichard Walters — Water
Fire Hydrant maintenance, repair
reatment Operator
and replacement
501 Bay Isles Road, Longboat
941) 316-1988
Key, FL 34228
walters@longboatkey.org
ichard Kornbluh - Utilities
Fire Hydrant Maintenance/Repair
City of Longwood, FL
anager
Valve Maintenance
907 E State Road 434, Longwood,K407) 263-2388, (407) 263-2390
FL 32750 IFAX
Broward County, FL
115 S. Andrews Ave, Suite A600
Fort Lauderdale, 33301
City of Ormond Beach, FL
501 N. Orchard St
Ormond Beach, FL 32174
City of Holly Hill, FL
453 LPGA Boulevard, Holly Hill,
FL 32117
ity of Mulberry, FL.
)0 S.W. 2"d Street, Mulberry, FL
ity of Frostproof, FL
11 West First Street, Frostproof,
L 33843
Ian Robby, Utilities Operations
anager
54) 831-3249, (954) 831-
H 9 FAX
lichael Dunn, P.E.
Itilities Engineering Manager
386) 676-3269, (386) 676-3304
AX
lichael.dunn@ormondbeach.org
Armstrong — Drinking Water
visor
248-9463
248-9499 FAX
strong@hollyhillfl.org
John Wright, Utilities Director
863) 661-8954
863) 425-5497 FAX
IwriahtCa citvofmulberrvfl.com
3mes Keene, Public Works
irector
163) 528-2184
keeneO citvoffrostr)roof.com
Hydrant Maintenance &
itenance
Hydrant & Valve
ram
Hydrant & Valve
iir/Replacement
Hydrant Testing & Repair
Hydrant Testing & Repair
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
City of Dania Beach, FL Michael Cassano, Deputy Fire Fire Hydrant Maintenance
Chief
116 W Dania Beach Blvd, Dania (954) 924-6815 x3722, (954) 921-
Beach, FL 33004 0959 FAX
Ilk County, FL
1011 Jim Keene Blvd, Winter
Haven, FL 33880
ity of Melbourne, FL
E. Strawbridge Ave,
bourne, FL 32901
of Tampa, FL
'306 E Jackson St, Tampa, FL
rough County, FL
1925 E. Twiggs Street, Tampa, FL
'33602
Don Silvia, Utilities Underground IFire Hydrant & Valve Mai
Manager Program
(863) 298-4265, (863) 298-4111
FAX
❑onsilvia@polk-county.net
Mike Brink, Utility Operations Fire Hydrant Maintenance
Superintendent Program
(321) 722-5373, (321) 674-5750
FAX
brink@mlbfl.org
ach Worley — Engineer
813) 344-8369 (813) 274-7435
AX
acha .worle tam a gov.net
it Gardner, Utilities Manager —
ine Maintenance
813) 554-5010, (813) 554-5066
AX
Ggardner@hcflgov.net
Maintenance Program
ire Hydrant & Valve Maintenan
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Valdosta
Jacksohvill
Lake CityII ' St. Aug
I a
Gainesville
a
4 ❑ayt04 Beach
b 0
Ocala ;
Orlando
o
r�
Wheurne
Ta7MO 4JILIeland
Clearwater 0 E
i
0 FLORWA
St. Petersburg
Port 5t. Lucie
0
' West Palm
Fort Myers 1r Berh
—t G
v
qr
Naples } ale
Miami
0
Everglades
National Park
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
maeorne@rmservicesolutions com
Qualifications Professional Experience
Highly Skilled in organizational
management.
Proven Ability to effectively handle
multiple tasks and changing levels of
responsibilities.
4t Quick Study with ability to easily grasp
and implement new ideas, concepts,
methods, and technologies.
s• Energetic and self -motivated team
player/builder.
❖ Thrive in both independent and
collaborative work environments.
Computer Skills
• Windows • MS Word
• MS Word • MS Excel
• MS PowerPoint
Education/Training
Twin Lakes High School 1983
Technical Training
Professional Certifications
•Iv FDEP Level I Distribution System Operator
4 FWPCOA A Wastewater Collection
4. FWPCOA C Storm Water C Certification
4 Defensive Driving Course National Safety
Council (2009)
* Project Management Procedures (2009)
4 Creative Problem Solving (2009)
A� Understanding Job Tracking (2009)
4, Understanding Estimating (2009)
4 Contracts & Change Orders (2009)
4s. Intermediate Work Zone Traffic Control (10)
4 NUCA Excavation Safety & Competent
Person Training Program (2009)
•k NUCA Confined Space Entry Program
vie Florida Stormwater Association Storm water
Operator- Level I
Professional Affiliations
o FSAWWA Mac Council
c FSAWWA Distribution Awards Chair
Person
R&M Service Solutions November 2013 - Present
Dade City, Florida 33525
Position: Business Development Manager / Operations Manager
Contacting new clients and providing them information on our products and
services•Heavy networking •Researching and responding to client's
inquiries *Search new leads and secure business through pro -active
approaches* Identifying, qualifying and capturing new business
nationally•Active contribution to our growth strategy and wider business
plan•Delivery of results against set objectives•Work with and respond to
complex, large business Request for Proposals.
MasTec North America Inc. August 2012 - November 2013
Tampa, Florida, 33619 January 2009 - January 2012
Position: Estimator/Supervisor
Coordinated with department personal to assist them in establishing the
project scope and standards of construction projects Assessed scope and
location of the work activity Estimated equipment, manpower, cost of
project, and materials required accomplishing each project•Made sketches or
blueprints to detail work to be accomplished•Assisted in the establishment
of job priority based on general guidelines *Inspected construction sites,
buildings to determine work needed to maintain buildings and construction
sites to code and desired standards• Interviewed, trained, motivated,
assigned and evaluated work, disciplined employees according to established
procedures Performed safety meetings Planned scheduled, selected or
approved, and requested necessary equipment and related supplies.
City of Homestead January 2012 - August 2012
Homestead, Florida 33030
Position: Operations Manager
Supervision of skilled, semi -skilled and non skilled personnel *Personnel
functions includes landscaping maintenance, construction, repair and
maintenance of public buildings, streets, street sweeping, repair of private
property damaged by city equipment, alleyways, sidewalks, curbs, storm
drains, swale areas, parking lots, all parks and municipality properties, care
and maintenance of City equipment *Assisted in the preparation of short and
long range objectives and goals•Assisted in preparation of annual budget
and monitor expenditures and revenues•Work is specialized and required the
coordination of the work force, materials, and equipment to accomplish
tasks• Work evaluated by observation in progress and review of completed
tasks.
Consolidated Pipe and Supply November 2007 - January 2009
Orlando, Florida, 32808
Position: Outside Sales / Municipal Sales
Responsible for outside sales, Municipal sale in Central and West coast of
Florida•Providing education on products, and AWWA Standards.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
o AWWA Member
Professional Experience - Continued
Municipal Waterworks
Orlando, Florida, 32808
November 2006 - October 2007
Position: Outside Sales / Municipal Sales
Responsible for outside sales, Municipal sale in Central and West coast offloridaoProviding education on products, and
AWWA Standards.
Hughes Supply / HD Supply
Orlando, Florida M03
Position: Outside Municipal Sales
February 2005 - November 2006
Resonsible for outside Municipal Sales in the South Florida Area*Providing product knowledge and uses for municipal
applications•Sales manager over 150 accounts in the South Florida area on the East and West coast area
Village of Wellington October 2003. - February 2005
Wellington, Florida, 33414
Position: Utility Field Manager
Responsible for planning and supervisory oversight of water and wastewater distribution and collections systems and meter
services for the Village. Employees in this classification are responsible for effective: management and supervision of
maintenance crews, technical personnel and contract work_' Functional arms under charge include water distribution,
wastewater collections, lift stations, and, meter service
City of West Palm Beach
West Palm Beach, Florida, 33401
June 2002 - October 2003
1985 to 2001
Utilities Engineering Division
Position: Utilities Construction' Coordinator
Inspects utility .construction projects to ensure the.proJ.&t meets construction guidelines and conforms.to city standards and
specificationsoinspects all phases ofpiNic construction projects, including but not limited to, trenching, pipe.' installation,
manholes, water or sewer services. fire lines and hydrants, pump stations; aerial and subaqueous crossings,: air release units and
structures, roadways, sidewalks, landscapes, jack, base installations, building, landscapingeOversees work of contractors to
ensure work meets contract specifications•Coordinates projects with private crigineers, City engineers, City maintenance
personnel, utility representatives and other government entities (County, FDOT, South Florida Water Man ag ' ent, etc.)
eMainWns records of ongohig construction for as -built references; pay request approval and plan verificationeMaked field
adjustments and redesign decisions to resolve problems or conflicts and authorizes change orders regarding it+Assumed
administrative'control.;for projeet:budgetseAdended pre -construction meetings with .City design engineers ta:review plans for
utility.projectseConducis tests of water :And sanitary sewer systems to determine acceptability and compliance with design
specificationseConducts final walk-through of Construction projects:Responded to questions; concerns and complaints
regarding utility construction.projects•Revewed and comments -on design plans and: specifications prior to bid.
Utilities Distribution and Collection July 1999 - January 2001
Position: Utilities Maintenance Superintendent
Interviews, trains, motivate, assigns and. evaluates work, and disciplines employees,aecording to established City procedures.
Conducts performance appraisalS.Support:nud actively promote the City's safety programse0versees and directs daily
activities of a Division. such as specialized electrical services and street lighting, cleaning, maintaining and repair.o f streets. and
right -cif -ways, :repair and maintenance::of water distribution, s itary:collection or stone water -systems, lift station, and,
centralized maintenanceeDeveiops, recommends and implements the -budgets for the D'ivisiorrs'Plans, schedules,. select or
approve, and requisitions necessary equipment and related supplieseReceives, investigates, and responds w citizen questions
and complaints•Inspects completed work to ensure proper work performance.
Position: Infrastructure Operations Coordinator, Field Ups. December 1997 - July 1999
Interviews,. trains, motivate, assigns and. evaluates work,.and disciplines employees according to established City procedures.
Conducts performance: appraisals•S;upports and actively promotes the City'
s safety programs•Plans,<o7ganizes;.directs and
controls infastructure:operations•Deveiops and recommends tactical, sbrw 'cplans and policies.for assigned areas and
DocuSign Envelope ID: 2D97CB93-D3DE-4352-8344-E552B33FC5B5
coordinates efforts with other City staff and outside entitiesoDevelop and monitor. operational and capital budgets• Negotiates,
awards, and oversees and inspects contract work*Revie.ws requests for adjustments or changes to Union contracts and
negotiates with the UnioneMet with neighborhood and community groups to answer questions and address issues*
Investigates and responds or coordinates response to. citizen questions and complaints;. collaborates with the Mayor's Response
Team in resolving issues.
Position: Utilities Maintenance Supervisor April 1985 - December 1997
Delegated and 'supervised work crews in construction and maintenance of the water distribution and sanitary sewer collection
systemoOperated machinery and automotive equipment, arrange and supervised the movement oftools, equipment, and
crewseMaintained work records of assignments, make detailed sketches and prepare progress reports and timelcost accounting
reports•Planned construction activities from blue prints and sketches•Communicate plans and work activities, with consumers
and contractors regarding planned and on -going projects.
J & M Utilities Service February 2001 - June 2002
West Palm Beach
Position: Owner and Operator
Distributor of sewer equipment and chemicals+Contractor repair of sewer lift stations and force mains.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
e
&tate of ,fioriba
11w ePadment of ftbiranmentai Vrotwion
OPERATOR CE MICAnOTi-ROGR.AM
2600 $LMR STONE ROAD, M.S.3506
TALL U ASSM FLOMA 32399-2400
(950)245-7500
MICHAEL G. GEORGE
10482 DUNKIRK ROAD
SPRING HILL, FL 34608
Mate of Poriba
gartmerlt of enbironmentat prDtectiun
LICENSI
CLASS I
MICHAE
is ucEm
VAUD urrnU 4.rjw zl-
btate a f ,oxa
epartment of tubironmead joxotm on
3/2 =9
n-MOA STATUTES
ISSUED: 4l25/2QI9 LICENSE NO.: 0019509
THE CLASS 1 DISTRIBUTION SYSTEM OPERATOR NAMED BELOW IS LICENSED
UNDER THE.PROVISIONS OF CHAPTER 403, FLORIDA STATUTES.
VALID UNM-. 4r3otum
MICHA.EL G. GEORGE
RON DESANTIS NOAH VALENSTEIN
GOMNOR DISPLAY IS REQUIRED BY LAW
sEc a=rnRv
.„�, _ -- -
D
s%
Z W
_O
? W
4 :5io
°' Z
cu W o
oc Q LL,
a� J
Q m w F-
= ZO Z U
- -
V� t►'1 Q-.
Q Zul �.
❑_ U. W r
OC O
O
LL ❑
LL Z
OLLI
Q
I— W
— o
V
L _ Qlll�
O z
F Z Z p
O a
0 V �
W
Q a
LI1
N
a D
o NJ W
� ❑ 2
C'
2
❑0
a'
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
___W4S R&MSERV-01 ED
ACORN" CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNrvY)9/11/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: ff the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terns and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer riahts to the certificate holder in lieu of such endorsement(s).
PRODUCER License # OE67768
Insurance Office of America
Abacoa Town Center
1200 University Blvd, Suite 200
Jupiter, FL 33458
INSURED
Janeth Borno
es. (5611 721-3745 FAX Nal:
National Union Fire Insurance Company of Pittsburg PA 11
R&M Service Solutions, LLC I INSURER C:Transportation Insurance Company
7256 Westport Place, Suite A INSURER D : Travelers Pro Casualty Company of America
West Palm Beach, FL 33413
OVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
NAIC
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.
IADDL SUBR PO
LIC
'� I Y EFF POLICY EXP LIMITS
TYPE OF INSURANCE I wren wvn POLICY NUMBER /MMIDD/Y M rMWOWYYY-A
III, I X COMMERCIAL GENERAL LIABILITY I I EACH OCCURRENCE I S 1,000,0
CLAIMS MADE OCCUR I X X 6042667780 7121/2020 i 7/21/2021 RMIEn encel I S 100,0
GEN'L
AGGREGATE LIMIT APPLIES PER:
POLICY �X PRO F LOC
JECT
OTHER:
A
AUTOMOBILE LIABILITY
X ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
AUTOS ONLY AUTOS ONLYY
B �NUMBRELLA LIAB X OCCUR
EXCESS LLAB CLAIMS
X I X 6081140945
BE013187986
DED I I RETENTIONS 0
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I N
)( 642667794
ANY PROPRIETORIPARTNER/EXECUTIVE
FFICER/MEMBEREXCLUDED9 INII
NIA
Mandatory In NH)
Floater
13831-TIL-20
MED EXP
rrta,, . a - r
EmployeeBenefit
7121/2020 17121/2021
7/21/2020 7/2112021 AGGREGATE
914/2020 f 9/412021
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Eff: 7/21120 to 7/21121 Employment Practices Liability: Carrier - Travelers Casualty & Surety, Policy # 107290404, Limits: $1,000,000 - Third Party Claim Limit:
$1,000,000 - Retention:$0
Seminole County, its officials, officers, and employees are Additional Insured with respect to General Liability when required by written contract perform
#CNA75079XX, and Additional Insured with respect to Auto Liability per form #CNA63359XX. Waiver of Subrogration with respect to General Liability perform
# CNA74705XX, with respect to Auto Liability per form CNA63359XX and with respect to Workers Compensation per form # WC000313
CERTIFICATE HOLDER CANCELLATION _
I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Seminole County 7
1301 East 2nd Street
Sanford. FL 32771
ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
SUBMIT BIDS T
Seminole Count
1301 East 2nd S
Sanford, Florida
Attn: PURCHAIS.
Contact: Crw
S rc
40
40
Cr(
tz.;',:
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552633FC5B5
Part 1
General Scope
GENERAL DESCRIPTION:
The Seminole County Environmental Services Department (SCES) requires services of experienced,
licensed contractor(s) to provide maintenance, repair and replacement part services for fire hydrants,
valves (including associated fittings, restraints and pipe), and flushing services on an "as needed" basis at
locations within the SCES utility's distribution systems. SCES will furnish the successful contractor(s) with
the most recent copy of the distribution systems atlas in an electronic format.
The Contractor(s) will be responsible for furnishing all labor, tools, equipment, parts and materials to
complete the requested work as specified in the Scope of Service section. The Contractor(s) will also be
responsible for furnishing all required ancillary services to which includes but is not limited to, mobilization,
excavations, well pointing and pumping, shoring, line stops, wet taps, maintenance of traffic, and site
restorations necessary to complete the re quested work as specified in the Scope of
Services.
STANDARDS:
A. SCES Utility Engineering Specifications for Water Distribution Construction.
B. Seminole County Standards for applicable public right-of-way improvements under County
jurisdiction.
C. FDOT Utility Accommodation Manual (latest edition) and FDOT Design Standards for Construction,
Maintenance and Utility Operations on the State Highway System (2017or latest edition).
D. AWWA Standards for Maintenance, Repair and Replacement of fire hydrants (M-17) and
distribution system valves (M-44) (most applicable and latest edition).
E. OSHA Standards as applicable to associated work.
F. Fire Hydrant Flow Testing and Marking (NFPA 291) (most applicable and latest edition). Includes
potential areas of two hydrant testing for main capacity calculations or fire flow capabilities as
requested by SCES.
SPECIAL CONDITIONS:
Contractor's Response Time: Contractor(s) shall be adequately staffed and equipped to respond to all
aspects of the requested work within 72 hours, if required by SCES.
Contractor's Personnel: The Contractor(s) must employ and assign a Project Manager who will oversee
the described work and who has a minimum of five (5) years continuous field and supervisory experience
in all aspects of the described work. The Project Manager shall serve as the single point of contact for all
work, be responsible for coordinating and scheduling all work (including restoration) and be available (by
phone, if not in person) while contractor's crews work within SCES distribution systems.
The Contractor shall employ and designate a qualified Quality Control Manager who shall be responsible
for re -inspection of all field processed data if it falls outside of tolerances. All such data shall be re-
collected. The Quality Control Manager shall also be responsible of random sampling of not less than
10% of the total contract value. This will provide quality assurance of all physical aspects of the service and
validation of all data attributes collected.
For each job or task assigned under this contract, the Contractor's Project Manager shall assign qualified
and responsible service technicians to complete requested work. At any time the Contractor's personnel is
working within the SCES distribution systems, notification is required to the SCES SCADA Operations
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Center at 407-665-2767. All Service Technicians shall wear a uniform shirt that identifies the Contractor by
name. All Service Technicians shall arrive at, and travel through the Utility system in a presentable service
vehicle identified with the Contractor's name, logo and telephone number.
Contractor's Equipment: The Contractor shall utilize and maintain all equipment in a safe and responsible
manner. It is the responsibility of the Contractor to maintain all equipment so as to avoid any leaking fuel,
oil, and/or hydraulic fluid. If such leakage occurs, it shall be the responsibility of the Contractor to protect
the environment and the surrounding surfaces from contamination and/or damage. If said leakage is
excessive or cannot be adequately contained, said equipment must cease operation and be removed from
the job site. All Contractor(s) service vehicles shall be maintained in a presentable manner and have
Contractor name and logo adequately displayed.
SCES Requirements for Work and Site Visit Management: Contractor personnel shall notify their
assigned SCES representative each day, prior to beginning work within the County utility system. All
contractor personnel shall display on their person a company identification badge that is clearly visible at
chest level and not covered by clothing or other items. This badge must have the company name, company
phone number, the individual's name and the individual's photo. In addition, SCES requires that the
Contractor create a service call or job order ticket that shall have, at a minimum, the following information:
• Company name and contact information
• Company job or work order number
• SCES contact name and phone number
• SCES job number and Seminole County purchase order number
• Date/time of beginning and ending of work
• Number of Technicians
• Work location and description of work to be performed
• Detailed description of solution and/or work completed
SCOPE OF SERVICES:
Hydrant Maintenance: Fire hydrant testing and maintenance shall be in accordance with AWWA - M17
Manual and NFPA 291 Manual for Installation, field testing, and maintenance of fire hydrants, to include the
following procedures:
• Locate and access each fire hydrant
• Locate, access, and exercise fire hydrant isolation valve
• Check fire hydrant nozzle height for correct ground clearance
• Identify make, model, nozzle size and year of hydrant manufacture
• Lubricate operating nut (if appropriate for hydrant make/model) and all nozzle outlets with noncorrosive
FDA approved lubricant
• Open hydrant with nozzle caps in place to check for seal leakage
• Verify that hydrant main (bottom) valve completely closes
• Flow hydrant to maximum rate for 15 minutes, record working pressure and calculate flow rate and
gallons flushed. If hydrant fails to flow clear in the initial 15 minute flush, contact SCES SCADA
Operations Center at 407-665-2767, notifying them of the anomaly. Continue to flow hydrant until water
clears, checking in 15 minute increments. The use of a calibrated combination pitot gauge and hydrant
diffuser is required for all hydrant flushing.
• Close hydrant completely. Back off the opening nut enough to take the pressure off the packing.
• Remove all outlet nozzle caps, clean the threads, check the condition of the gaskets replace as
required, and lubricate the threads. Check the ease of operation of each cap.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
• Check outlet nozzle chains for free action on each cap. If the chains bind, open the loop end around the
cap until they move freely.
• Record static pressure
• Re -attach hydrant nozzle caps
• Scrape, wire brush/or sand blast and paint hydrant appropriate color. Paint shall be Sherwin-Williams
Sher-Cryl High Performance Acrylic, ANSI Safety Yellow, Pantone 109 or approved equal. Coating
shall be spray applied to a minimum of a 4 ml dry coat thickness. In the event bare metal is exposed on
above -ground metal, hydrant is to be primed with Sherwin-Williams Pro-Cryl Universal primer before
new paint is applied. Additional color bonnet painting per NFPA 291 — Fire Hydrant Flow Testing and
Marking may be required per SCES request.
• Replace (if defective) hydrant ID tag, or install (if not present) hydrant ID tag.
• Replace (if defective) blue reflective road marker, or install (if not present) blue reflective road marker.
Reflective pavement markers in blue shall be used to identify the hydrant locations. Each marker is to
be placed on the center line of the roadway lane closest to the hydrant.
• Obtain and record GPS site coordinates of hydrant.
• Document any operational deficiencies and/or miscellaneous findings.
Notification of all malfunctioning and/or out of service hydrants or valves shall be immediately
reported to SCES.
Document all pertinent data into an electronic spreadsheet or database including the following:
o Hydrant ID tag number
o Hydrant address location
o Hydrant GPS site coordinates
o Date of flush or service
o Hydrant brand
o Hydrant model number
o Hydrant year
o Hydrant size
o Hydrant flow rate obtained
o Hydrant pressure after 5 minutes of flushing
o Total gallons flushed during service
o Degree of operating difficulty
o Deficiencies and/or repairs required to be immediately reported to the Utility
All data shall be formatted to match existing SCES data system and/or forms. Data shall be
delivered to the SCES in an electronic format compatible with SCES' ArcGIS/ArcMap system or
SOL database.
Upper Barrel Repair: An upper bonnet repair shall consist of repairing and/or replacing all necessary
components within the upper portions of the hydrant, from the operating nut downwards to the top of the
break away (upper barrel) flange, in order to return hydrant to working order. Hydrant rotation shall also be
considered as an upper barrel repair.
Lower Barrel Repair: A lower barrel repair shall consist of repairing and/or replacing all necessary
components of the hydrant from the top of the break away (upper barrel) flange to the bottom of the
hydrant foot valve in order to return hydrant to working order.
Valve Maintenance: Valve maintenance shall include the following procedures:
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
5
• Locate and access each valve
• Raise valve box to grade (if applicable)
• Align valve box to vertical position (if located outside of pavement)
• Clean debris and standing water from valve box
• Operate valve from open to close and back to open position for two (2) complete cycles
• Obtain and record GPS coordinates of valve
• Paint valve box blue. Valves located inside residential or commercial driveways or aprons shall not
be painted upon SCES request.
• Mark curve with a "V" marking. Curbing located inside gated communities or commerical properties
shall not be painted upon SCES request.
• Document all pertinent data including location, type, and size of valve, direction of rotation to open
position, numbers of turns to full open position, degree of operating difficulty, and note deficiencies
and/or closed valves to be immediately reported to the Utility. All data shall be formatted to match
existing SCES data system and/or forms. Data shall be delivered to the SCES in an electronic
format compatible with SCES' ArcGIS/ArcMap system.
GPS Mapping: All the water distribution valves and fire hydrants encountered in this contract are to be
GPS mapped within sub -meter accuracy and the data delivered in an electronic format compatible with
SCES' ArcGIS/ArcMap system software. Coordinate data shall be field -collected with autonomous GPS
readings and subsequently differentially corrected via post -processing. The contractor(s) shall further refine
positions through filtering and inspection to eliminate noise', problematic satellite geometry and multi -path
degradation. Point valve features shall be collected at an epoch of one (1) second with a minimum
occupation of twenty (20) seconds. Specific parameters include:
• Elevation mask: 15 degrees above the horizon
• Coordinate system: as agreed with NAD 1983 State Plane Florida EAST
• Satellites: >= 4
• Position Dilution of Precision (PDOP) <6
• Horizontal Dilution of Precision (HDOP): <4
• Minimum number of raw positions collected: 20
• In the event of obstructions - where a clear GPS position cannot be captured a laser offset will be
executed from a nearby location
At a minimum, and in addition to database attribute requirements, the following coordinate data items shall
be generated as a result of this process.
• PDOP value
• HOOP value
• Correction status
• Date recorded
• Time recorded
• Total positions
• Filtered positions
• Horizontal Precision
• Vertical Precision
• Standard deviation
• car File Name
• X-coordinate
• Y-coordinate
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Documentation: Documentation data will be collected on each distribution valve and/or hydrant and will be
agreed upon, and be compatible with SCES' ArcGIS/ArcMap system software in advance of work start up.
Data documentation will include, at a minimum:
a) Physical data - Identification number, map number, valve size, type of valve, use of valve, valve
structure, depth of valve, number of turns, torque, if clean out was necessary, valve discrepancies
(by category and details), box/vault discrepancies (by category and details)and any additional
information as necessary.
b) Location data - Mapping grade GPS coordinate data parameters noted in the GPS mapping
section
c) Discrepancies -Details on discrepancies so that a work order (as described below) can be
concisely created.
Deliverable Data: The Contractor will provide app licable hydrant and valve data in a spatially accurate
format compliant with SCES ArcGIS/ArcMap system and in the County's existing data structure. Contractor
shall be able to fully integrate data into ESRI ArcGIS/ArcMap and shall be integrated into the SCES ArcGIS
system. Metadata, including a detailed citation describing field data collection practices, equipment
settings, post processing procedures, base stations used for differential correction and expected accuracy,
are to be submitted with final and interim data deliveries. The data in electronic format shall contain the
information agreed to by SCES and at a minimum the following attribute data:
• A unique identification number - For each device
• Data Dictionary -Valve Condition (operable, inoperable)
• Source document reference -valve discrepancies
• Date of Operation -Structure discrepancies
• Valve Size -PDOP value
• Valve Type -HDOP value
Obstructed GPS data shall be obtained through laser offset method.
Flushing Services: SCES may require the Contractor to perform unidirectional or maintenance flushing in
certain locations within the utility's distribution systems. SCES will provide to contractor the flushing
sequences developed by an Engineer for the specified areas. The contractor is responsible for locating the
valves and hydrants identified in the Engineer's sequencing and verifying their operability. Upon completion
of each sequenced flushing activities, the Contractor will return valves to their original position. This is to
help with valves not being left in the wrong position. Pricing for unidirectional flushing will combine item 83
(valve maintenance without GPS location) for turning the valves and item A6 Time Unit for the actual
flushing.
Hydrant and/or Valve Replacement and Installation: Hydrant and valve replacement and/or new
installation work described in this solicitation package (see Price Schedule) shall be "all inclusive". The line
item pricing of such work shall include all of but not limited to the following:
• Pre work job site evaluation
• Obtaining al I utility and/or Right of Way (ROW) locates
• Notification of effected customers (with the exception of partial water system shut down)
• Job site safety and MOT
• Site excavation (typical <48" bury to bottom of pipe)
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
• Furnish and install all necessary materials to successfully complete the job
• Furnish and competently operate all necessary equipment to successfully complete the job
• Furnish and manage all necessary competent labor to successfully complete the job
• Excavation, backfill and compaction
• Removal of all remaining spoil, materials and waste
• Complete site restoration unless otherwise specified by SCES
Work in Utility Easement/Right of Way (ROW) and Existing Utilities/ROW Improvements: The
Contractor shall be responsible for obtaining all Utility Locates through, and in accordance with "Sunshine
State One Call of Florida (SSOCOF) Excavation Guide" (latest edition). The Contractor shall take all
possible precautions and be responsible for protecting all underground utilities and other improvements
within the utility easement and/ or ROW. The Contractor shalt promptly notify SCES of any conflicts with
existing utilities that occurs as a result of said work. The Contractor shall be responsible for obtaining and
adhering to all applicable Maintenance of Traffic (MOT) and/or Right of Way permits as required by
Seminole County, State of Florida Department of Transportation (FDOT) or jurisdictional authority.
Job Site Management: The Contractor shall set up, manage and restore each job site in a responsible
manner that includes but is not limited to Maintenance of Traffic (MOT), pedestrian safety, and property
protection. At no time during the active progress of work shall the Contractor leave the job site unattended.
The Contractor must request and gain approval from SCES for any specific job site -work that may extend
past one work day. If approval is granted, all excavated areas must be backfilled and enclosed with safety
mesh and proper MOT activated at end of each work day. Each job site (regardless of duration of work)
must be maintained at all times in a responsible manner that does not unduly impact the surrounding areas
and allows for adequate ingress/egress from properties affected. Any and all road and/or ingress/egress
closures must be approved by then SCES in advance of the work. The Contractor shall present a
contingency plan for such closures at time of approval request. Upon completion of work, the contractor
shall backfill and compact affected areas in addition to clean up and removal of any accumulated dirt
and/or rubble from job site. It shall be the ultimate responsibility of the Contractor to restore the Utility
easement and/or right of way to pre -excavated condition. All restoration activities including irrigation
system repairs shall be the responsibility of the contractor (reference Restoration and Contractor Pass
Through section of this document).
Sub -contracted and Contractor "Pass -Through" Charges: Certain services shall be considered as
"Pass -through" charges. These charges are interpreted to mean sub -contractor invoice total plus 10%
administration and management costs. For the terms of this contract these services include landscape
restoration (excluding irrigation repairs and <400ft2 sod), asphalt restoration, concrete restoration, de -
watering (well points) services, extended MOT (>72 hours), MOT with law enforcement presence during
work activities. Prior to use of sub -contracted or cost pass through services, the Contractor shall obtain
three (3) separate quotes for each of the sub -contracting activities and present to the SCES a
recommendation of award for each service. If the acceptance of this recommendation is not approved,
SCES reserves the right to perform any and all of these pass through activities. The SCES reserves the
right to perform any and all of these pass through activities to avoid the additional pass through charges. If
this right is exercised by SCES, the responsibility for such work will be removed from the Contractor.
Warranty: In order to insure fire hydrant and valve repair, replacement and installation meets the
performance guaranteed by the manufacturer and retain warranties, the contractor shall guarantee all
workmanship and materials for all described work for a period of two (2) years from the date of the repair or
installation.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Part 2
Instructions to Bidders
PUBLIC OPENING: Electronic bids shall be received at PCD in accordance with the instructions in this
solicitation documents, unless otherwise revised via posted Addenda. Persons with disabilities needing
assistance to participate in the Public Closing should call the noted PCD Contact Person at least forty-eight
(48) hours in advance of the Public Opening at (407) 665-7114.
DELAYS: The COUNTY, at its sole discretion, may delay the scheduled due date and time for submission,
if it is to the advantage of the COUNTY to do so. The COUNTY will post all changes in the scheduled due
date and time for submission by written addendum posted to the COUNTY's Website:
{www.seminolecount I. ov/ urchasin ;)
BID SUBMISSION AND WITHDRAWAL: The COUNTY will receive submittals in electronic form. Bids
received after the scheduled due date and time for submission shall not be considered. The
scheduled due date and time for submission will be scrupulously observed. The COUNTY will not be
responsible for late deliveries or delayed mail or submission. The time/date stamp clock located in PCD
shall serve as the official authority to determine lateness of any bid. The COUNTY cautions all Bidders to
ensure actual delivery of bids prior to the scheduled due date and time for submission that has been set for
receiving bids. Telephone confirmation of timely receipt of any bid should be made by calling (407) 665-
7116, before the 2:00 deadline.
The Bidder is required to submit ONE J1D ELECTRONIC FORMATTED file of their complete written
submittal.
Bidders may withdraw their bids by notifying the COUNTY in writing at any time prior to the scheduled due
date and time for submission. Bidders may withdraw their bids in person or through an authorized
representative. Bidders and authorized representatives must disclose their identity, display proper
identification and provide a signed receipt for the bid. Bids, once received, become the property of the
COUNT. At its sole discretion, the COUNTY may request additional information should the COUNTY
deem it necessary.
INQUIRIES: All Bidders should carefully examine the IFB documents. Any ambiguities or inconsistencies
shall be brought to the attention of PCD Contact Person in writing prior to the scheduled due date and time
for submission. Failure to do so, on the part of the Bidder, shall constitute an acceptance by the Bidder of
any subsequent decision made by the COUNTY. Any questions concerning the intent, meaning and
interpretations of the IFB documents including the attached Draft Term Contract, shall be requested in
writing, and received by PCD Contact Person at least seven (7) calendar days prior to the scheduled due
date and time for submission. Written requests can be submitted via e-mail:
cre es c�seminolecount I. ov. The COUNTY will not be responsible for oral instructions made by
employees of the COUNTY or its authorized representatives in regard to this IFB.
ADDENDA: Should revisions to the IFB documents become necessary; the COUNTY will post Addenda
information on the COUNTY's Website. All Bidders should check the COUNTY's Website or notify PCD
Contact Person to verify information regarding Addenda. Failure to do so may result in rejection of the
Bidder's submitted bid and a determination as "Non -Responsive". By execution of the Formal Notice for
this IFB, the Bidder acknowledges receipt of all Addenda issued under this solicitation. Addenda
information will be posted on the COUNTY's Website(www.seminolecountrLaov/purchasinra). It is the sole
responsibility of the Bidder to ensure that they obtain information related to any Addenda.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
10
SELECTION PROCESS AND AWARD: The award will be made in the best interest of the COUNTY, as
determined by the COUNTY, based upon the low total price and/or line -item by line -item, to the Lowest
Responsible Bidder(s) that meet the requirements listed in this solicitation. The COUNTY will determine
the method that will more benefit the organization. The Bidder(s) understands that this Bid does not
constitute an agreement or a contract with the Bidder. The COUNTY reserves the right to reject all
bids/proposals, make multiple awards (award to more than one vendor), make a partial award, to waive
formalities, to re -solicit and advertise for new bids/proposals, or to cancel the project in its entirety. In
evaluating Bids, the COUNTY shall consider the information provided by the Apparent Low Bidder as
described in these "INSTRUCTIONS TO BIDDERS." Any of the following causes may be considered as
sufficient grounds for disqualification of a Bidder or the rejection of a Bid:
(a) Submission of more than one (1) Bid for the same Work by any entity under the same or different
names.
(b) Evidence of collusion among Bidders.
(c) Submission of an unbalanced Bid in which prices quoted for some items are out of proportion to the
prices quoted for other or similar items in the same Bid.
(d) Lack of responsibility as shown by past Work from the standpoint of life safety including, but not
limited to, strict adherence to all maintenance of traffic requirements of COUNTY, workmanship,
progress and financial irresponsibility.
(e) Uncompleted Work for which the Apparent Low Bidder is committed by contract which might hinder
or prevent the prompt completion of Work under this Bid if an Agreement would have been awarded
to the Apparent Low Bidder.
(f) Falsification of any entry made on the Bid Documents shall be deemed a material irregularity and
will be grounds, at the COUNTY's option, for disqualification of the Apparent Low Bidder or rejection
of the Bid.
(g) This section shall be construed liberally to benefit the public and not the Apparent Low Bidder;
however, any other evidence which may hinder or otherwise delay completion of the Project may be
grounds for disqualification.
(h) Non-compliance with the submittal requirements of these Instructions to Bidders.
AWARD CRITERIA: The recommendation of award will be based on, but not limited to the following
criteria:
(a) The ability, capacity and skill of the Apparent Low Bidder to perform the Work.
(b) Whether the Apparent Low Bidder can perform the Work promptly, or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment and efficiency of the Apparent Low Bidder.
(d) The quality of performance of previous contracts or services to Seminole County or any other
agency or client.
(e) The previous and existing compliance by the Apparent Low Bidder with Chapter 220, Seminole
County Purchasing Code & Procedures, the life safety requirements of COUNTY, and other laws
and ordinances, regulations.
(f) The sufficiency of the financial resources and ability of the Apparent Low Bidder to perform the
Work.
(g) The quantity, availability and adaptability of the Apparent Low Bidder to perform the Agreement or
service to the particular needs of the COUNTY.
(h) The ability of the Apparent Low Bidder to retain employees for the purpose of this Work.
(i) The experience of the Apparent Low Bidder performing in a similar manner as required by this
Agreement. Minimum of three (3) satisfactory years shall be required.
Q) The type, structure and experience of the local or branch management proposed.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
11
(k) Quality Control Program.
(1) Claims and Litigation filed against the Apparent Low Bidder or filed by the Apparent Low Bidder for
equitable adjustment, contract claim or litigation in the past five (5) years.
(m) Reprimand of any nature or suspension by the Department of professional Regulation or any other
regulatory agency or professional association within the last five (5) years.
BID PREPARATION COSTS: Neither the COUNTY nor its representatives shall be liable for any expenses
incurred in connection with preparation of a response to this IFB. Bidders should prepare their bids simply
and economically, providing a straightforward and concise description of the Bidder's ability to meet the
requirements of this IFB.
ACCURACY OF BID INFORMATION: By submission of a bid, Bidder acknowledges that they have
carefully examined the IFB documents and agrees to furnish the services/products specified in the
solicitation at the prices, rates or discounts as proposed. Bidders agree that their bid will remain firm for a
period of up to one hundred twenty (120) days in order to allow the County adequate time to evaluate the
submittals.
By submission of a bid, Bidder agrees to abide by all conditions of this bid and understands that a
background investigation may be conducted by the Seminole County Sheriffs Department prior to award.
Bidder certifies that all information contained in their bid is truthful to the best of their knowledge and belief.
Bidder further certifies that they are duly authorized to submit this bid on behalf of the vendor/Bidder as its
act and deed and that the vendor/Bidder is ready, willing and able to perform if selected.
INSURANCE: A misstatement or omission of a material fact, whether intentional or not, regarding the
Proposers insurance coverage, policies or capabilities may be grounds for rejection of the Proposer's
submitted proposal and rescission of any ensuing Award Agreement.
The COUNTY recommends that all Bidders review the insurance requirements listed within the
Draft Term Contract with their insurance carriers. A copy of the insurance certificate shall be
furnished to the COUNTY prior to the final execution of the COUNTY's Award Term Contract. The
COUNTY reserves the right to reject the award to any Bidder that fails to provide the insurance as
required within the COUNTY's Term Contract.
LICENSES: Bidders, both corporate and individual, must be fully licensed and certified for the type of work
to be performed in the State of Florida at the time of submittal of Bid. Should the Bidder not be fully
licensed and certified, its bid shall be rejected. Any permits, licenses, or fees required shall be the
responsibility of the Bidder. No separate or additional payment will be made for these costs. Adherence to
all applicable code regulations, Federal, State, County, City, etc., are the responsibility of the Bidder.
The following licensing requirements shall apply when the applicable Florida Statute mandates specific
licensing for Contractors engaged in the type of work covered by this solicitation. (a) State of Florida,
Department of Professional Regulation, Construction Industries Licensing Board and licensed by other
federal, state, regional, county or municipal agencies having jurisdiction over the specified construction
work; (b) Said licenses shall be in the Bidders name as it appears on the Official Bid Form. Bidder shall
supply appropriate license numbers, with expiration dates, as part of their bid. Failure to hold and provide
proof of proper licensing, certification and registration may be grounds for rejection of the bid; (c) Bidder
shall provide copies of all applicable licenses with their Bid Proposal; and (d) Subcontractors contracted by
the Prime Contractor shall be licensed in their respective fields to obtain construction permits from the
County.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
12
OCCUPATIONAL SAFETY AND HEALTH ACT O.S.H.A.: In instances where such is applicable due to
the nature of the bid matter with which this bid package is concerned, all material, equipment, etc., as
proposed and offered by Bidders must meet and conform to all O.S.H.A. requirements; the Bidder's
signature upon the bid proposal form being by this reference considered a certification of such fact.
POSTING OF RECOMMENDATION AND INTENT OF AWARD: The recommendation and intent to award
for this IFB will be posted on the COUNTY's Website (www.seminolecount I. ov/ urchasina) prior to
submission for final approval of award. Failure to file a protest with the COUNTY's Purchasing & Contracts
Manager within the time prescribed in the COUNTY's Purchasing Code, Policies and Procedures shall
constitute a waiver of proceedings.
PUBLIC RECORDS: Upon recommendation and intent to award this IFB as posted to the COUNTY's
website or thirty (30) calendar days after closing, bids are considered "public records" and shall be subject
to the public disclosure regulations consistent with Chapter 119, Florida Statutes. Bidders must invoke the
exemptions to disclosure provided by law in their response to the solicitation and must identify the data or
other materials to be protected by separate envelope, and must state the reasons why such exclusion from
public disclosure is necessary pursuant to the COUNTY's, "Compliance With Public Records Laval' Form,
which is required as part of the IFB documents. Ownership of all data, material, and documentation
originated and prepared for the County pursuant to the IFB shall belong exclusively to the County and be
subject to public inspection in accordance with the Public Records Law. Trade secrets or proprietary
information submitted by a Bidder shall not be subject to public disclosure under the Public Records Law;
however, the Bidder must invoke the protection of this section prior to or upon submission of the data or
other materials, and must identify the data or other materials to be protected and state the reasons why
protection is necessary.
PROHIBITION AGAINST CONTINGENT FEES: It shall be unethical for any person to be retained, or to
retain any company or person, other than a bonafide employee working solely for the Bidder to solicit or
secure the Term Contract for this IFB, and that it has not paid or agreed to pay any person, company,
corporation, individual or firm, other than a bonafide employee working solely for the Bidder, any fee,
commission, percentage, gift, or other consideration contingent upon or resulting from award or making of
this Term Contract. For the breach or violation of this provision, the COUNTY shall have the right to
terminate the Term Contract at its sole discretion, without liability and to deduct from the Term Contract
price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration.
ACCEPTANCE / REJECTION / DISQUALIFICATION: The COUNTY reserves the right to accept and
make award to those Bidders, who in the opinion of the COUNTY, will be in the best interest of and/or the
most advantageous to the COUNTY. The COUNTY reserves the right to reject all bids/proposals, make
multiple awards (award to more than one vendor), make a partial award, to re -solicit and advertise for new
bids/proposals, or to cancel the project in its entirety. The COUNTY reserves the right to reject the bid of
any Bidder who has previously failed in the proper performance of an award or to deliver on time
agreements of a similar nature or who, in the COUNTY's opinion, is not in a position to perform properly
under this award. The COUNTY reserves the right to inspect all facilities of Bidders in order to make a
determination as to the available resources to perform properly under this award. The COUNTY reserves
the right to waive any irregularities, informalities, and technicalities and may, at its discretion, issue a re -
procurement.
More than one (1) bid from an individual, firm, partnership, corporation, or association under the same or
different names will not be considered. Reasonable grounds for believing that a Bidder is involved in more
than one proposal submittal will be cause for rejection of all bids in which such Bidders are believed to be
involved. Any or all bids will be rejected if there is reason to believe that collusion exists between Bidders.
Bids in which the prices obviously are unbalanced will be subject to rejection.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
13
ADDITIONAL TERMS AND CONDITIONS: Unless expressly accepted by the County, only the terms and
conditions in this document shall apply: No additional terms and conditions included with the bid response
shall be considered. Any and all such additional terms and conditions shall have no force and effect, and
are inapplicable to this bid if submitted either purposely through intent or design, or inadvertently appearing
separately in transmittal letters, specifications, literature, price lists or warranties. It is understood and
agreed that the general and/or any special conditions in these Bid Documents and any addenda issued
under this solicitation are the only conditions applicable to this bid and the Bidder's authorized signature on
the Bid Response Form attests to this. Exceptions to the terms and conditions will not be accepted.
RESPONSIBILITY: The County reserves the right, before award, to require a Bidder to submit such
evidence of his qualifications as it may deem necessary, and may consider any evidence available such as
financial, technical, and other qualifications and abilities of the Bidder, including past performance and
experience with the County. This information may be used to determine the Bidder's responsibility.
BIDS TO REMAIN FIRM. All Bids shall remain firm for a minimum of one hundred twenty (120) days after
the day of the Bid opening to allow for the evaluation and selection process and proper execution of the
Agreement. Extensions of time when Bids shall remain opened beyond the one hundred twenty day period
may be made only by mutual agreement between Seminole County and the Selected Bidder. The
successful Contractor must maintain the bid prices firm for a minimum of one (1) year after the contract is
executed. No cost increase will be authorized during the first year of the agreement.
PURCHASING CODE: The Seminole County Code Chapter 220 (Purchasing Code), Administrative Code
Section 3.55 (Purchasing Policy), and County Manager Policies apply to this IFB in their entirety.
AFFIRMATION: By submission of a bid, the Bidder affirms that their bid is made without prior
understanding, agreement or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. The
Bidder agrees to abide by all conditions of this IFB and the resulting Term Contract.
MISTAKES IN BID: Bidders are expected to examine the terms and conditions, specifications, delivery
schedule, bid prices, extensions and all instructions pertaining to supplies and services. Failure to do so
will be at Bidder's risk. In the event of extension error(s), the unit price will prevail and the Bidder's total
offer will be corrected accordingly. Written amounts shall take precedence over numerical amounts. In the
event of addition errors(s), the unit price, and extension thereof, will prevail and the Bidder's total offer will
be corrected accordingly. Bids having erasures or corrections must be initialed in ink by the Bidder.
GOVERNMENTAL RESTRICTIONS: In the event that any governmental restrictions are imposed which
would necessitate alteration of the material quality, workmanship or performance of the items offered on
this bid prior to their delivery, it shall be the responsibility of the Bidder to notify the Purchasing and
Contracts Division at once, indicating in his/her letter the specific regulation which required an alteration,
including any price adjustments occasioned thereby. The County reserves the right to accept such
alteration or to cancel the contract or purchase order at no further expense to the County.
DRUG -FREE WORKPLACE COMPLIANCE: Bidder shall comply with Section 287.087, Florida Statutes,
and failure to comply shall result in rejection/disqualification of the bid and all agreements as a result of this
solicitation.
PUBLIC ENTITY CRIME: Any Person or affiliate, as defined in Section 287.133 of the Florida Statutes,
shall not be allowed to contract with the COUNTY, nor be allowed to enter into a subcontract for Work on
this Project, if such a person or affiliate has been convicted of a public entity crime within three (3) years
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
14
from the date this Project was advertised for Proposal, or if such person or affiliate was listed on the State's
convicted vendor list, within three (3) years of the date this Project was advertised, whichever time period is
greater. A public entity crime means a violation of any state or federal law with respect to and directly
related to the transaction of business with any public entity or agency (federal, state or local), including but
not limited to, any contract for the construction or repair of a public building or public work involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, forgery, falsification of records, receiving
stolen property or material misrepresentation. Any Agreement with the COUNTY obtained in violation of
this Section shall be subject to termination for cause. A sub -contractor who obtains a subcontract in
violation of this Section shall be removed from the Project and promptly replaced by a sub -contractor
acceptable to the COUNTY.
UNIFORM COMMERCIAL CODE: The Uniform Commercial Code (Florida Statutes, Chapter 672) shall
prevail as the basis for contractual obligations between the Bidder and the County for any terms and
conditions not specifically stated in this solicitation.
PROPRIETARY/RESTRICTIVE SPECIFICATIONS: Bidder, who feels the specifications contained herein
are proprietary or restrictive in nature, thus potentially resulting in reduced competition, must notify the
Purchasing and Contracts Division of their rejection upon receipt of this IFB and prior to the due date.
PAYMENT TERMS/DISCOUNTS: The County's payment terms are in accordance with Section 218,
Florida Statutes, Florida Prompt Payment Act. Cash discounts for prompt payment shall not be considered
in determining the lowest net cost for evaluation purposes.
PRICE REDETERMINATION&
1. During the Renewal Term:_ Petitions for price redeterminations must be made at the time of
County's notification to the Contractor of the renewal period. Any such petition must be made
pursuant to the provisions of this Section and only for those price redetermination categories
specified herein. Unless otherwise expressly set forth in this document, no other price
redeterminations will be allowed. All price redeterminations will be approved by a duly executed
amendment to the Contract to reflect the new prices for the renewal term.
2. Outside the Renewal Term: Petitions for price redeterminations must be made within thirty (30)
days of the anniversary date of the Contract. Any such petition must be made pursuant to the
provisions of this Section and only for those price redetermination categories specified herein.
Unless otherwise expressly set forth in this document, no other price redeterminations will be
allowed. All price redeterminations will be approved by a duly executed amendment to the
Contract.
BASIS FOR PRICE REDETERMINATION& The Contractor may petition the Purchasing and Contracts
Division for price redetermination based on the increased costs of wages, fuel, or materials. Price
redeterminations will be based solely upon changes in pricing or costs documented by either the
Employment Cost Index (ECI) or Producer Price Index (PPI), whichever is applicable, as published by the
Bureau of Labor Statistics. The base index number for the ECI will be for the quarter in which the
solicitation ovens. The base index number for the PPI will be for the month the solicitation opens. Any
subsequent price redeterminations will use the last price redetermination approved for that price
redetermination category as the "base index number." The County shall have the right to audit the
Contractor's records, including, but not limited to, payroll, materials, and fuel cost records, to verify or
otherwise investigate the validity of any price redetermination request.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
15
WAGE PRICE REDETERMINATION. When requesting a price redetermination based upon an increase in
wage costs, the Contractor shall refer to and utilize the Pay & Benefits, Employment Cost Index, Private
Industry, Compensation as prepared by the Bureau of Labor Statistics in the U.S. Department of Labor
available at www.bls.gov.
MINIMUM WAGE PRICE REDETERMINATION. If the minimum wage increases during the term of the
Contract, including any renewal or extension period thereunder, the Contractor may petition the Purchasing
and Contracts Division for price redetermination for those job categories where the pay to the Contractor's
employee(s) is the current minimum wage. Upon verification of the information provided, the County will
grant an increase of exactly the amount of the minimum wage increase (not the percentage increase). The
Contractor must increase the pay to the employee(s) by the amount the Contractor has requested, which
shall not exceed the amount of the minimum wage increase. The amount paid to the Contractor will be the
increase plus any written and documented increase in FICA, Medicare, and Workers' Compensation
insurance. The Contractor must supply written documentation of any other increase that is beyond the
scope and control of the Contractor. All written documentation must satisfy the reasonable expectations of
the Purchasing and Contracts Division.
• Example: Minimum wage increases from $7.31 to $7.56 per hour. The Contractor may petition for
an increase of $0.25 per hour to be paid to the affected employee(s) and shall provide written and
documented cost increases for FICA, Medicare and Workers' Compensation. The resulting
increase in costs shall be incorporated into fees/rates billed to the County.
If the Contractor bills the County at a higher price according to any price redetermination granted by the
County, and the Contractor fails to increase the hourly rate paid to the employee for the same period, the
Contractor will be considered in Contract default and the Contract will be immediately terminated.
FUEL PRICE REDETERMINATION. If and when the price of fuel increases by a minimum of ten (10%)
percent, the Contractor may petition the Purchasing and Contracts Division for a fuel price redetermination.
As a condition of petitioning for a fuel price increase, the Contractor shall be required to petition for a fuel
price redetermination decrease if and when the price of fuel decreases by a minimum often (10%) percent.
Failure to make such petition may be grounds for Contract termination and shall entitle the County to a
refund of the cumulative increase in pay to the Contractor due to any prior fuel price redetermination
increase(s). Fuel price redetermination must be based solely upon changes as documented by the
Producer Price Index (PPI) for the commodity "Gasoline - WPU057".
MATERIALS PRICE REDETERMINATION. At the anniversary date of the Agreement, the Contractor may
petition the Purchasing and Contracts Division for a materials price redetermination. As a condition of
petitioning for a materials price increase, the Contractor shall be required to petition for a materials price
redetermination decrease if/when the price of materials used by the Contractor in connection with the
Contract decreases. Failure to make such petition may be grounds for Contract termination and shall
entitle the County to a refund of the cumulative increase in pay to the Contractor due to any prior materials
price redetermination increase(s). Materials price redetermination must be based solely upon changes as
documented by the Producer Price Index (PPI) under Inflation & Prices, Industry Data, Construction
Machinery Mfg. PCU 333120333120, as published by the Bureau of Labor Statistics.
PRICE REDETERMINATION CALCULATION. All Price Redeterminations shall be calculated as follows:
Example: Contractor indicated on the Submittal Form that fourteen percent (14%) of the cost to provide the
product/service is directly attributed to the redetermination category (wages, fuel, or materials).
PPI in the month the solicitation closed was $158.73 264.52
Current PPI is $264.52-158.73
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
16
105.79
$105.79 divided by $158.73 = .666%
The unit cost of the service is $100.00
14% of $100.00 = $14.00
$14.00 x .666 = $9.32
The New Unit Price for the service is $115.11 (105.79 + 9.32)
EXPIRATION UPON FAILURE TO AGREE TO PRICE REDETERMINATION. If the County and the
Contractor cannot agree to a price redetermination pursuant to the terms and conditions of this Section,
then the Contract will automatically expire without penalty or further expense to either party after a period
of six (6) months following the Contractor's initial request for such price redetermination.
Requests for price redete rm i nations not made in accordance with the provisions of this Section shall be
deemed null and void and shall not be a valid reason or pretext for expiration or termination of the Contract.
If the contract expires pursuant to the terms and conditions of this Section, the County reserves the right, at
no expense, penalty, or consequence to the County, to award any remaining tasks thereunder to the next
available most responsive and responsible Contractor.
PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: All Applicants submitting a
response to this solicitation agree that such response also constitutes a submittal to all governmental
agencies within the State of Florida, under the same conditions, for the same contract price, and for the
same effective period as this proposal, should the Applicant feels it is in their best interest to do so. Each
governmental agency desiring to accept these submittals, and make an award thereof, shall do so
independently of any other governmental agency. Each agency shall be responsible for its own purchases
and each shall be liable only for materials and/or services ordered and received by it, and no agency
assumes any liability by virtue of this solicitation. This agreement in no way restricts or interferes with the
right of any governmental agency to re -solicit any or all items.
QUANTITIES: Seminole County will not be held to any maximum or minimum purchase quantities as a
result of this solicitation and/or resulting contract. Seminole County reserves the right to purchase any; all,
or none, of its requirements from vendors awarded a contract as a result of this solicitation. All quantities as
shown are approximate and no guarantee is made. Except as this contract may otherwise provide, if the
County's requirements do not result in orders in the quantities described as "estimated" in the contract's
price schedule, that fact shall not constitute the basis for an equitable adjustment.
PRICE/DELIVERY: Price(s) quoted must be the price(s) for new merchandise unless otherwise specified.
Any bids containing escalator clauses will not be considered unless specifically requested in the bid
specifications.
Delivery shall be during the normal working hours of the user department, Monday through Friday, unless
otherwise specified and incorporated into contract or purchase order document. F.O.B. POINT: The F.O.B.
point shall be destination. The prices bid shall include all costs of loading, transporting, delivery and to
designated point(s) within Seminole County.
Deliveries resulting from this bid are to be made during the normal working hours of the County. Time is of
the essence and the Contractor's delivery date must be specified and adhered to. Should the Contractor, to
whom the order or contract is awarded, fail to deliver on or before the stated date, the County reserves the
right to cancel the order or contract and make the purchase elsewhere and the Contractor will be required
to compensate the County for the difference in price paid for the alternate product. The Contractor shall be
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
17
responsible for making any and all claims against carriers for missing or damage items. Partial shipments
will be acceptable unless otherwise stated.
BID FORMS: All bids must be submitted on the County's standard Bid Response Form. Bids on Bidder's
quotation forms shall not be accepted.
METHOD OF ORDERING: The County shall issue Purchase Orders against the contract on an as needed
basis for the supplies or services listed on the Bid Proposal Form.
The County reserves the right to reject all bids/proposals, make multiple awards (award to more than one
vendor), make a partial award, to re -solicit and advertise for new bids/proposals, or to cancel the project in
its entirety.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
18
Part 3
Instructions for the preparation of Bids
The Bidder(s) warrants its response to this Invitation for Bid to be fully disclosed and correct. The firm must
submit a bid complying with this Invitation for Bid, and the information, documents and material submitted
in the bid must be complete and accurate in all material aspects. Bidders are advised to carefully follow the
instructions listed below in order to be considered fully responsive to this Bid. Bidders are further advised
that lengthy or overly verbose or redundant submissions are not necessary. Please avoid the use of
plastic three-ring or spiral bindings, laminated covers and inserts when preparing submittals. You
need only to return required, signed documents and information pertinent to this specific project.
Compliance with all requirements will be solely the responsibility of the Bidder. Failure to provide requested
information may result in disqualification of response.
The bid must be divided into the following three (3) sections:
1. REQUIRED SUBMITTALS:
Bidder Information — Page #1 of Package
Summary of Litigation: Provide a summary of any litigation, claim(s), or contract dispute(s) filed by
or against the Bidder in the past five (5) years which is related to the services that Bidder provides
in the regular course of business. The summary shall state the nature of the litigation, claim or
contract dispute, a brief description of the case, the outcome or projected outcome, and monetary
amounts involved.
License Sanctions: Regulatory/license agency sanctions within the past 5 years.
Attachment A - Conflict of Interest Statement (Rev. 3/2020)
Attachment B - Compliance with the Public Records Law (Rev. 2017)
Attachment C - Worker's Compensation Form (Rev. 3/2020)
Attachment D - Taxpayer Identification No. and Certification W-9 Form (Rev. 12-2014)
Attachment E — Drug Free Work Place (Rev. 2/13/06)
Attachment F - Americans with Disabilities Act Affidavit (Rev. 3/2020) (If applicable)
2. PAST PERFORMANCE:
The Bidder shall include qualifications and past performance of the firm/individual(s) who will
provide the services. The submission must include:
A. Bidder must provide a minimum of five (5) previous and current clients including name,
address, phone number, fax numbers, e-mail address, contact person and a brief
description of the services/materials/equipment provided. The County intends to conduct
reference checks of those clients. These checks will be designed to validate the company's
performance on prior projects/programs, ascertain the difference (if any) between
expectations and delivery, and determine overall satisfaction with the company's services.
3. PRICE BID
The Bid Proposal shall be submitted on the forms included herein. Prices not submitted on the
attached forms shall render the Bid non -responsive.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
19
Part 4
Price Submittal
IFB-603974-20/CAR - Term Contract for Hydrant and Valve Maintenance, Repair and
Flushing Services
Name of Bidder:
Mailing Address:._
R&M Service Solutions, LLC
7256 Westport Place Suite. A
Street Address: 7256 Westport Place Suite. A
City/State/Zip:
West Palm Beach, FL 33413
Phone Number: (( 877�847-6747
FAX Number: ((561) 290-0693
E-Mail Address: swick@rmservicesolutions.com
Desi.gnated Project Manager Information:
Project Manager: Michael George
Project Manager Telephone No.: (352) 398-9127
E-Mail Address: mgeorge@rmservicesolutions.com
Fax No.: (561) 290-0693
Pursuant to and in compliance with the IFB Documents, the undersigned Bidder agrees to provide and
furnish any and all of the labor, material, and tools, equipment, incidentals and transportation services
necessary to complete all of the Work required in connection with the required services/commodities all in
strict conformity Bid Documents for the amount hereinafter set forth.
The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principals are
those named herein; that this bid is made without collusion with any person, firm or corporation; and he
proposes and agrees, if the bid is accepted, that he/she will execute a Term Contract with the COUNTY in
the form set forth in the Contract Documents; that he/she will furnish the Insurance Certificates.
Costs shall be inclusive of all direct and indirect costs including but not limited to, materials, labor,
equipment, transportation, coordination and incidentals necessary for the performance of the work
specified in Bid documents.
The cost of the materials/equipment shall include all costs, including but not limited to:
General Administrative Overhead, fringe and benefits and profit, all documentation required
for operation, delivery/transportation of unit(s) to the County's service delivery address,
indirect costs, i.e., insurance, etc., indirect labor costs.
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552633FC5B5
BID SHEET
ITEM
DESCRIPTION
UNIT
EST. ANN
USAG
GROUP A - HYDRANT SERVICES
Al
Hydrant Maintenance (includes scrape, wire brush and paint)
EA.
3000
A2
Hydrant Maintenance (without scrape, wire brush and paint)
EA.
500
A3
Hydrant Maintenance (includes sand blast and paint)
EA.
25
A4
Furnish and attach Hydrant I.D. tag (with required information)
EA.
250
A5
Furnish and install reflective road marker
EA.
500
A6
Extended Flush Time (15 minute Unit)
EA.
250
A7
Bonnet and/or break away flange bolt replacement
EA.
25
A8
Upper barrel repair
EA.
35
A9
lower barrel repair
EA.
50
A10
Hydrant extension (6")
EA.
25
All
Hydrant extension (12")
EA.
20
Al2
Hydrant extension (18")
EA.
20
A13
Replace typical bury (48") hydrant on functioning and restrained isolation
valve (includes excavation, materials, backfill and compaction). Will not
require a shut down or line stop.
EA.
10
A14
Replace typical bury (48") hydrant and "tie -back" unrestrained isolation
valve providing valve is mechanical joint and not "push on" (includes
excavation, materials, backfill and compaction). Will not require a shut
down or line stop.
EA.
10
A15
Replace typical bury (48") hydrant and (or install) isolation valve on existing
restrained MJ tee (includes excavation, materials, backfill and compaction).
Will require a shut down or line stop.
EA.
15
A16
Replace typical bury (48") hydrant, isolation valve and tee (includes
excavation, materials, backfill and compaction). Will require a shut down
or line stop.
EA.
15
A16a
With 6" x 6" tee
EA.
3
A16b
With 6" x 8" tee
EA.
3
Al6c
With 6" x 10" tee
EA.
2
A16d
With 6" x 12" tee
EA.
2
A16e
With 6" x 14" tee
EA.
2
A16f
With 6" x 16" tee
EA.
1
A16g
With 6" x 20" tee
EA.
1
A16h
With 6" x 24" tee
EA.
1
A17
Install new hydrant and (isolation) valve on existing typical 48" bury water
main
EA.
25
Al7a
With 6" x 6" wet tap
EA.
2
A17h
With 6" x 8" wet tar
EA_
2
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
BID SHEET
EST. ANN
ITEM
DESCRIPTION
UNIT
USAG
GROUP B - VALVE SERVICES
131
Valve maintenance (includes sub -meter GPS location)
EA.
1000
132
Valve maintenance (includes sub -foot GPS location
EA.
750
133
Valve maintenance (without GPS location)
EA.
350
134
Raise valve box to grade < 12" depth (excluding concrete areas and
EA.
125
vehicular arteries
135
Raise valve box to grade < 12" depth in concrete areas and vehicular
EA.
100
arteries
136
Raise valve box to grade (or replace valve box) > 12" depth but < 42"
EA.
50
depth in concrete areas and vehicular arteries
Raise valve box to grade (or replace valve box) > 12" depth but < 48" depth
EA.
50
B7
in concrete areas and vehicular arteries
138
Replace existing 2" valve w/resilient wedge gate valve on "dry" pipe
EA.
15
(assume 48" bury, includes excavation, materials, backfill and compaction)
B9
Replace existing 4" valve w/resilient wedge gate valve on "dry" pipe
EA.
15
(assume 48" bury, includes excavation, materials, backfill and compaction)
B10
Replace existing 6" valve w/resilient wedge gate valve on "dry" pipe
EA
15
(assume 48" bury, includes excavation, materials, backfill and compaction)
1311
Replace existing 8" valve w/resilient wedge gate valve on "dry" pipe
EA.
15
(assume 48" bury, includes excavation, materials, backfill and compaction)
B12
Replace existing 10" valve w/resilient wedge gate valve on "dry" pipe
EA.
10
(assume 48" bury, includes excavation, materials, backfill and compaction)
B13
Replace existing 12" valve w/resilient wedge gate valve on "dry" pipe
EA.
5
(assume 48" bury, includes excavation, materials, backfill and compaction)
B14
Replace existing 14" valve w/resilient wedge gate valve on "dry" pipe
EA
5
(assume 48" bury, includes excavation, materials, backfill and compaction)
B15
Replace existing 16" valve w/resilient wedge gate valve on "dry" pipe
EA.
5
(assume 48" bury, includes excavation, materials, backfill and compaction)
B16
Replace existing 20" valve w/resilient wedge gate valve on "dry" pipe
EA
5
(assume 48" bury, includes excavation, materials, backfill and compaction)
B17
Replace existing 24" valve w/resilient wedge gate valve on "dry" pipe
EA.
1
(assume 48" bury, includes excavation, materials, backfill and compaction)
B18
Installation of 4" insertion valve (assume 48" bury, includes excavation,
EA.
10
materials, backfill and compaction)
L. 4. _11 .+L... -f all i.,.4;^- hL A Q" k , ;-1 4- w%,-+;-n
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
BID SHEET
EST. ANN
ITEM
DESCRIPTION
UNIT
USAG
GROUP C - VALVE RELATED SERVICES
B23
Realign valve box to grade in dirt, grass, sand or gravel (0' to 4' deep)
EA
100
B24
Realign valve box to grade in dirt, grass, sand or gravel (4' to 10' deep)
HOURLY2'3
25
B25
Realign valve box to grade in dirt, grass, sand or gravel (> 10' deep)
HOURLY2'3
25
Realign valve box to grade in pavement (0' to 4" deep) includes permanent
B26
asphalt patch or replacement of entire "joint" if realignment is within a
EA
15
sidewalk
Realign valve box to grade in pavement (>4' to 10') includes permanent
B27
asphalt patch or replacement of entire "joint" if realignment is within a
HOURLY''2'3
15
sidewalk
Realign valve box to grade in pavement (>10' deep ) includes permanent
B28
asphalt patch or replacement of entire "joint" if realignment is within a
HOURLY''2'3
15
sidewalk
B29
Raise valve box to grade in dirt, grass, sand or gravel ( > 4' to 10' deep)
HOURLY2'3
25
B30
Raise valve box to grade in dirt, grass, sand or gravel ( > 10' deep)
HOURLY2'3
25
Raise valve box to grade in pavement (>4' to 10') includes permanent
B31
asphalt patch or replacement of entire "joint" if realignment is within a
HOURLY''2'3
25
sidewalk
Raise valve box to grade in pavement (>10' deep ) includes permanent
B32
asphalt patch or replacement of entire "joint" if realignment is within a
HOURLY''2'3
10
sidewalk
Clean outtvacuum valve box (pricing based on cleaning all of the County's
EA
1500
B33
valve boxes in lieu of assessment)_.
Clean out valve box, where standard vacuum is not successful by digging,
B34
loosening and removing impacted debris and fill in around valve box (2
EA
150
MEN AND EQUIPMENT
Large valve repair as an hourly rate with the materials as a pass through.
B35
The hourly rate should factor in excavation equipment cost (3 MEN AND
HOUR
100
100
EQUIPMENT)_.
Small valve repair such as 2" blow off. This includes plumbing in a 2"
stainless steel fitting such as a short nipple, a stainless steel 90 degree
B36
elbow or other items as may be required. Hourly rate for labor and
HOURLY3
250
materials will be pass through. The reason this is separate from large
valves is the excavation most likely will be shallow and done manually. (2
MEN AND EQUIPMENT
Exploratory excavation: Where no other accurate or cost effective means is
available to discover, diagnose and recommend remediation, contractor will
dig to uncover and identify cost effective options. This includes:
B37
Exploratory investigation 0' to 4' deep
HOURLY''2'3
120
B38
Exploratory investigation > 4' to 10' deep
HOURLY''2,3
150
B39
Exploratory investigation > 10' deep.
HOURLY''2,3
50
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
BID SHEET
ITEM
DESCRIPTION
UNIT
EST. ANN
USAG
GROUP D - FLUSHING SERVICES
D1
Uni-Directional Flushing Services performed at a combined rate
D1a
Contractor will review the UDF sequences developed by SCES and identify
the locations and quantities of valves to be opened and closed for each
sequence. Contractor will charge the price agreed upon for Item 133, "valve
maintenance (without GPS location) for the opening and closing of valves
for each sequence.
hourly
250
D1 b
Contractor will at identifed locations flow hydrants for each sequence at
flush times as defined by the UDF Engineer to generate the desired flow
rate and water exchange. Contractor will use hourly rate of Maintenance
flushing (D2) This hourly rate only applies to the time spent by the
technician to open, flush and close each hydrant.
hourly
500
D2
Maintenance Flushing Services performed at an hourly rate.
hourly
250
ITEM
DESCRIPTION
UNIT
EST. ANN
USAG
GROUP E - ANCILLARY SERVICES (ADD TO ANY OF THE ABOVE HYDRANT AND/OR VALVE SCENARIOS IF A
Ell
Required use of Ductile iron pipe in lieu of C-900 PVC pipe (cost to include any additional labor, m;
compaction)
Eta
6 inch
LF.
50
E1 b
8 inch
LF.
50
E1 c
10 inch
LF.
25
E1d
12 inch
LF.
25
E1e
14 inch
LF.
10
Elf
16 inch
LF.
50
E1g
20 inch
LF.
10
E1h
124 inch
LF.
10
E2
Line stop services (includes materials, excavation on < 48" bury to bottom of pipe, backfill and cor
E2a
4" line stop (SS fitting)
EA.
5
E2b
4" line stop (epoxy fitting)
EA.
5
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
24
ATTACHMENT A
CONFLICT OF INTEREST STATEMENT
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL
THIS FORM MUST BE SWORN TO AND SIGNED BY MEANS OF PHYSICAL PRESENCE OR
ONLINE NOTARIZATION BY A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO
ADMINISTER OATHS.
1. I, Samuel Wick (Full Name of Affiant), certify that I am the
Sales Director (Title) of R&M Service Solutions, LLC (Full
Legal Name of Firm) with a local office in West Palm Beach, FL 33413 (City, State) and principal
office located in San Antonio, FL 33576-7140 (City, State).
2. The above named entity is submitting an Expression of Interest for the Seminole County project
described as Term Contract for Hydrant and Valve Maintenance, Repair and Flushing Services
3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit
based upon his/her own knowledge.
4. The Affiant states that only one submittal for the above project is being submitted and that the
above named entity has no financial interest in any other entities submitting proposals for the
same project.
5. Neither the Affiant nor the above named entity has directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
6. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or
otherwise ineligible from participating in contract lettings by any local, state, or federal agency.
7. Neither the entity, nor its affiliates, nor anyone associated with them have any potential conflict
of interest due to any other clients, contracts, or property interests for this project.
8. The Affiant certifies that no member of the entity's ownership, management, or staff has a
vested interest in any aspect of or Department of Seminole County.
9. The Affiant certifies that no member of the entity's ownership or management is presently
applying for an employee position or actively seeking an elected position with Seminole County.
10. The Affiant certifies that no member of the entity's ownership or management is currently
serving as a member of any Seminole County advisory board(s) or committee(s), or
alternatively, state that (insert the individual's name) N/A , who is a
member of the above -named entity's ownership or management, is currently serving as a
member of the following Seminole County advisory board(s) or committee(s):
11. In the event that a conflict of interest is identified in the provision of services, the Affiant, on
behalf of the above named entity, will immediately notify Seminole County in writing.
-SGa (,(� 9/25/2020
Signature of Affiant
Samuel Wick
Printed Name of Affiant
Date
Sales Director
Title
iFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
25
Sworn to (or affirmed) and subscribed before me by means of a physical presence OR o online
notarization, this'15 dayof , 2D , bye tv�u�� ;C.�{ _ (Full
Name of Affian%mmu ..._
,oW• -'—V*,
Isk
A �F'
r
Perspo I OR
Type of identification Produced:
Revised 3/2020
q
l
Signature of Notary ublic _, ate of Florida
xo�hkcr) 5o.)_-.±2tr
PrintffypefStamp Commissioned Name of Notary Public
Produced Identification
IFM03972 201CAR -Term Contract for Hydrant and Valve Maintenarroe and Repalr.and Flushing SerWm
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
26
ATTACHMENT B
COMPLIANCE WITH THE PUBLIC RECORDS LAW
Seminole County shall comply with the Public Records Law as provided by Chapter 119, Florida Statutes, and all
applicable amendments. Applicants must invoke the exemptions to disclosure provided by law in the response to
the solicitation and must identify the data or other materials to be protected by separate envelope, and must state
the reasons why such exclusion from public disclosure is necessary. The submission of a response authorizes
release of your firm's credit data to Seminole County.
If the company submits information exempt from public disclosure, the company must identify with specificity
which pages/paragraphs of their submittal/proposal package are exempt from the Public Records Act, identifying
the specific exemption section that applies to each. The protected information must be submitted to the County in
a separate envelope marked "EXEMPT FROM PUBLIC RECORDS LAW". Failure to identify protected material
via a separately marked envelopment will cause the County to release this information in accordance with the
Public records Law despite any markings on individual pages of your submittal/proposal.
(a) CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section 24, Florida Constitution
and Chapter 119, Florida Statues, to release public records to members of the public upon request.
CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution
and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said
statute controls over the terms of this Agreement.
(b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119.0701, Florida
Statutes, with regard to public records, and shall.
(1) keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order
to perform the services required under this Agreement,
(2) provide the public with access to public records on the same terms and conditions that COUNTY would
provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law;
(3) ensure that public records that are exempt or confidential and exempt from public records disclosure
requirements are not disclosed, except as authorized by law, and
(4) meet all requirements for retaining public records and transfer, at no cost to the COUNTY, all public
records in possession of CONTRACTOR upon termination of this Agreement and destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure requirements. All records
stored electronically must be provided to COUNTY in a format that is compatible with the information technology
system of COUNTY.
(c) Failure to comply with this Section shall be deemed a material breach of this Agreement for which
COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR.
By submitting a response to this solicitation, the company agrees to defend the County in the event we are forced
to litigate the public records status of the company's documents.
Company Name:
R&M Service Solutions, LLC
3"W-Z W4�14
Signature of Affiant
Project Number: IFB-603974-20/CAR
Samuel Wick
Printed Name
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
27
ATTACHMENT C
WORKERS' COMPENSATION
COMPLIANCE CERTIFICATION
Chapter 440, Florida Statutes establishes a workers' compensation system designed to assure the
quick and efficient delivery of disability and medical benefits to an injured worker and to facilitate the
worker's return to gainful employment at a reasonable cost to the employer. It is the policy of
Seminole County to do business only with those entities which are fully compliant with Chapter 440,
including all reporting and premium payment requirements.
To comply with this requirement, the undersigned hereby certifies that
R&M Service Solutions, LLC
(Full Legal Name of Entity)
Has fully complied with all requirements of Chapter 440, Florida Statutes, including provisions
regarding reporting and premium payments; or
❑ Is exempt from the provisions of Chapter 440, Florida Statutes, for the following reasons,
Signed: 1
Printed Name: Samuel Wick
Title: Sales Director
STATE OF li1�� rC
COUNTY OF ` '3C C _
The foregoing instrument was acknowledged before me by an of V physical presence, or ❑
online notarization, this a day oft_#c*nt.r .20 by `; 1
who Is- nersQn_g1ly known to me or who has produced as
identification.
Si to a of Person Taking kngwledgement
Printed, Typed.or Stamped 'Name`
# #. � Title or Bank
V Serial Number (if any)
1F"03972:2WCAR- Term Contract furHydrant and Valve Maintenance and Repair and Fh,ahing Servloes
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
28
ATTACHMENT D
W-9 FORM
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
f; , T
ftv. octobo 2018P
Nally Filf.9e�Na 5="'
jM shown on 7m r
Request for Texpfter
Idendfic rdon Nmber Ind Cwtifie ion
W IMP iD lrfafv pagoo1ft l a" foir I aittwo 01M nand am lifrat Wila meafte.
� taR ritvnl. r+Fanre iG requree on the ire. dtl not lnve fnK dnp Malik.
Give Form to the
requeWar. Do not
send to 1:M 1RS.
BuMnew name. If dRerwl tram above
R&M Serude Solutions LLC _
3 Cheek appropriate box for Worst tax C11060 i allOn of fhe person whose rxrme is ernars4 on t&ts 1. Check only one of the a Exrrnpti— (000 s apply ]i to -
$ iCtbwing aeveR owa9e 4 conain wrtWw. not imdWOueis: sue
r� r�
1 instructions on page 3T
p Q IhdMitla Usoleprx7prirtorar C1 CCerpon6m 0 SConmation © Partnership Q TrusVestate
"b•m.mher LLG Exempt peter Dock filamyl
Q Limited emaey company. Enter the to tdowelficallen EC = C oaporst16% S-9 eapmebon. P-lewo ad g w P
'd Metre: Chock tho aipproprata sex in the line above to mfle tax clowTesstieon otlhe opgw-ntentedr twat. on not crick Exemption fmm FATC0. raporIhq
LLC if the LLC Is xdasailied as a ample-, MWI r LLC that Is dsrepddetl hanx free owner vdm the owner of the LLC rs rode Ur WV)
LLC that is nut dim"ar red Mom"owner %r U.S. We. tax pwpoees. 00mKxriee, a single-mamt»r LLO t
hat Is aisrxr9rdw from the owner xWchock the appropriate box fa the to cMsattlMIon or its owner.
CF1wr (aeg irtxnnkrct+axla j ► ra�ror b xsry s oa xorauaa o+Fv 9 r
y s Address (number. stMIK dnd apt- of suns ne.j see inalnutioma. Pequoefer's ndme end address (oobonM
rA 725E WesWW PlaceStaiW A $EIiIINOLE COUNTY (SCESy
e uity. state, and zip Dods I XI EAST MD STREET
West Pala mac FL 33413 SANFORDFLORIDA 32771
7 Urt aowunt qunoarW here JaptieneD
Enter your TIN In the appropriate box. The TIN provided must rnatah the name given an line 1 to avoid S*M security nunatsr - -
backup withholding. For inclMduals. tfrls isgwWAly your social secuf0y, number (S$Ny. However, for a y m
reeadent diem, sole proprWor, or draragarded amity, see the inabuctill" for Part 1, later. For other
snti M, It Is your erriPWo W idatI ficatiol number IOW). If you do not have a riumber, see Flow toyed a
TW, later. or
Noix If the ecowni is in more than one na ". we the kwInctions for line I. Also am nfw IYWw and I SnOwwr 4deetltlearGon mumber
Number To Ghe die Regwmrior gWdakrtes an whose number to enter.
� 7- 1 -41 21 2 1 6 1 6 1 5
Certification _
Under penallrles of peijury, I cerMy that; _
1. The number shown on this form is my Correct taxpayer identification numt W (or I am waiting for a number to be laeuead to met and
2.1 aim not subject to backup withholding be=usr (a) I am exempt from backup wit11l1 hang, or (b) I have not been notified by ** Internal Revenue
Se vice Ojest 1 am backup to backup
aanddlrtp as a rasuft of a frlikme to report all ktterasl ordvWnds, or M the IM has notified me that 1 am
A
3.1 am a U.S. ddm or other U.S. oeraah Wdrled ballowy and
4. TM FATCA coda(s) errtsred on this fern Of arty) intkssting that I am averttpt from FAWA reporting is correct.
Certifloa IM lnwuo*n& You must cross Out Item 2 show If you have been notified by the PIS met you ere oam9ntfy subject to baaswp whit1ho tfirtg because
you twva felted to topod all Interest and dividend% on your tax tow, . for rest eswe transwDoras, Item 2 does riot apply. For mwops kft Mlt paid.
acquisition or M endwatort Of Pagabd properly, wrtOeR fd*M conlr#tutiona to an individual retlfeltlYrtl arrangement $%. auW generldly, payments
othert im interest arW dnlidertde, you are not rKpArad 18 oardkal[M. but you ffdM provideyour con d TtN. See ftte instrucGena far Part II. hdar_
'I >Ngnetwe of
Here ! UJL person 0-
General Instructions
Section refsrenca are to ttte lrrternal Revenue Cods unissr,61rowise
Fumm devalopmosets. I* the Wtest infarmatfori about developrfowats
related to Form W-9 armd its irwtrua>taons, such as Is*Ww enacted
after they wars pubtiaMd, go to www.f -gvv1Axm".
Purpose of Form
An individual or wdhy (form W-B requester) vrtp Is rsqurrtaf to file an
inifoamation return with tfte IRS must own your correct tmgmyer
idea fitication nurrlber (11N) which maybe your social eeourily rtunlher
(S M, indwWuW taxpayer idsrrtifooaticrl number "N), adoption
taxpayer itillirlllticatl0n number (ATINh or faet►od"r idern1kation n(nteber
(Ead), to report on an information return the amount paid to you, or other
amount reportable on an irtfonnoffion return. Examples of Wormatlon
ngurne fromWe. but are net IrMed to. the following.
• fix m 1089-#NT Ordereet earned or paid]
J
■ Form 10994XV {dividends. Inc64 *me fretm 90cM or nUua l
*jAds)
s Form 10B9-IVIW (varbus Types of inconl6, primes, awNdtt, or moss
proosofB)
a Form 10W8(stook or nw u d io W sska artd oertain other
Imnaacti w by broken*
a Form 10M.S fpn00aeds from real estate tniemawW
Form 1099-K One c and card a ncl third pwly network transaudont i
• Form 1098 Qr"W Austgsge irelerest).1098-E (atExwd Ivan interest}.
108E-T ESA+)
• Form 1099-C 1wrarded ddM
• Form 1 f]9WA Wn Wisition or sbendorwrierts of secured property)
Use Form W-g ordy if you are a U.S. person Oncka ling a nleiderd
do* to pmvideyaw correct TIN.
N you do rttM maw Form W-9 to tits MgAs ar rvdh a ilJll, KV nlq&
be &&Act to baralap wrt ftildliv See What is baclup wiUtftofdktg,
fatter.
CM Na 10231x Fomr W^Ig play. 10-2015j
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Form W-9 (Rev. 12-2014)
Page 2
Note. If you are a U.S. person and a requester gives you a form other than Form
W-9 to request your TIN, you must use the requester's form if it is substantially
similar to this Forth W-9.
Definition of a U.S. person. For federal tax purposes, you are considered a U.S.
person if you are:
• An individual who is a U.S. citizen or U.S. resident alien;
• A partnership, corporation, company, or association created or organized in the
United States or under the laws of the United States;
• An estate (other than a foreign estate); or
• A domestic trust (as defined in Regulations section 301.7701-7).
Special rules for partnerships. Partnerships that conduct a trade or business in
the United States are generally required to pay a withholding tax under section
1446 on any foreign partners' share of effectively connected taxable income from
such business. Further, in certain cases where a Forth W-9 has not been received,
the rules under section 1446 require a partnership to presume that a partner is a
foreign person, and pay the section 1446 withholding tax. Therefore, if you are a
U.S. person that is a partner in a partnership conducting a trade or business in the
United States, provide Forth W-9 to the partnership to establish your U.S. status
and avoid section 1446 withholding on your share of partnership income.
In the cases below, the following person must give Form W-9 to the partnership
for purposes of establishing its U.S. status and avoiding withholding on its
allocable share of net income from the partnership conducting a trade or business
in the United States:
• In the case of a disregarded entity with a U.S. owner, the U-S_ owner of the
disregarded entity and not the entity;
• In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally,
the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and
• In the case of a U.S. trust (other than a grantor trust), the U.S. trust (other than a
grantor trust) and not the beneficiaries of the trust.
Foreign person. If you are a foreign person or the U.S. branch of a foreign bank
that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use
the appropriate Form W-8 or Form 8233 (see Publication 515, Withholding of Tax
on Nonresident Aliens and Foreign Entities).
Nonresident alien who becomes a resident alien. Generally, only a nonresident
alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on
certain types of income. However, most tax treaties contain a provision known as
a "saving clause." Exceptions specified in the saving clause may permit an
exemption from tax to continue for certain types of income even after the payee
has otherwise become a U.S. resident alien for tax purposes.
If you are a U.S. resident alien who is relying on an exception contained in the
saving clause of a tax treaty to claim an exemption from U.S. tax on certain types
of income, you must attach a statement to Form W-9 that specifies the following
five items:
1. The treaty country. Generally, this must be the same treaty under which you
claimed exemption from tax as a nonresident alien.
2. The treaty article addressing the income.
3. The article number (or location) in the tax treaty that contains the saving
clause and its exceptions.
4. The type and amount of income that qualifies for the exemption from tax.
5. Sufficient facts to justify the exemption from tax under the terms of the treaty
article.
Example. Article 20 of the U.S.-China income tax treaty allows an exemption
from tax for scholarship income received by a Chinese student temporarily present
in the United States. Under U.S. law, this student will become a resident alien for
tax purposes if his or her stay in the United States exceeds 5 calendar years.
However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30,
1984) allows the provisions of Article 20 to continue to apply even after the
Chinese student becomes a resident alien of the United States. A Chinese student
who qualifies for this exception (under paragraph 2 of the first protocol) and is
relying on this exception to claim an exemption from tax on his or her scholarship
or fellowship income would attach to Form W-9 a statement that includes the
information described above to support that exemption.
If you are a nonresident alien or a foreign entity, give the requester the
appropriate completed Forth W-8 or Form 8233.
Backup Withholding
What is backup withholding? Persons making certain payments to you must
under certain conditions withhold and pay to the IRS 28% of such payments. This
is called "backup withholding." Payments that may be subject to backup
withholding include interest, tax-exempt interest, dividends, broker and barter
exchange transactions, rents, royalties, nonemployee pay, payments made in
settlement of payment card and third party network transactions, and certain
payments from fishing boat operators. Real estate transactions are not subject to
backup withholding.
You will not be subject to backup withholding on payments you receive If you
give the requester your correct TIN, make the proper certifications, and report all
your taxable interest and dividends on your tax return.
Payments you receive will be subject to backup withholding if:
1. You do not furnish your TIN to the requester,
3. The IRS tells the requester that you furnished an incorrect TIN,
4. The IRS tells you that you are subject to backup withholding because you did
not report all your interest and dividends on your tax return (for reportable interest
and dividends only), or
5. You do not certify to the requester that you are not subject to backup
withholding under 4 above (for reportable interest and dividend accounts opened
after 1983 only).
Certain payees and payments are exempt from backup withholding. See Exempt
payee code on page 3 and the separate Instructions for the Requester of Form
W-9 for more information.
Also see Special rules for partnerships above.
What is FATCA reporting?
The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign
financial institution to report all United States account holders that are specified
United States persons. Certain payees are exempt from FATCA reporting. See
Exemption from FATCA reporting code on page 3 and the Instructions for the
Requester of Form W-9 for more Information.
Updating Your Information
You must provide updated information to any person to whom you claimed to be
an exempt payee if you are no longer an exempt payee and anticipate receiving
reportable payments in the future from this person. For example, you may need to
provide updated information if you are a C corporation that elects to be an S
corporation, or if you no longer are tax exempt. In addition, you must furnish a new
Form W-9 if the name or TIN changes for the account; for example, if the grantor
of a grantor trust dies.
Penalties
Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are
subject to a penalty of $50 for each such failure unless your failure is due to
reasonable cause and not to willful neglect.
Civil penalty for false Information with respect to withholding. If you make a
false statement with no reasonable basis that results in no backup withholding,
you are subject to a $500 penalty.
Criminal penalty for falsifying information. Willfully falsifying certifications or
affirmations may subject you to criminal penalties including fines and/or
imprisonment.
Misuse of TINs. If the requester discloses or uses TINs in violation of federal law,
the requester may be subject to civil and criminal penalties.
Specific Instructions
Line 1
You must enter one of the following on this line; do not leave this line blank. The
name should match the name on your tax return.
If this Form W-9 is for a joint account, list first, and then circle, the name of the
person or entity whose number you entered in Part I of Form W-9.
a. Individual. Generally, enter the name shown on your tax return. If you have
changed your last name without informing the Social Security Administration (SSA)
of the name change, enter your first name, the last name as shown on your social
security card, and your new last name.
Note. ITIN applicant Enter your individual name as it was entered on your Form
W-7 application, line 1 a. This should also be the same as the name you entered on
the Form 1040/1040A/1040EZ you filed with your application.
b. Sole proprietor or single -member LLC. Enter your individual name as
shown on your 1040/1040All040EZ on line 1. You may enter your business, trade,
or "doing business as" (DBA) name on line 2.
c. Partnership, LLC that Is not a single -member LLC, C Corporation, or S
Corporation. Enter the entity's name as shown on the entity's tax return on line 1
and any business, trade, or DBA name on line 2.
d. Other entities. Enter your name as shown on required U.S. federal tax
documents on line 1. This name should match the name shown on the charter or
other legal document creating the entity. You may enter any business, trade, or
DBA name on line 2.
e. Disregarded entity. For U.S. federal tax purposes, an entity that is
disregarded as an entity separate from its owner is treated as a "disregarded
entity." See Regulations section 301.7701-2(c)(2)C ). Enter the owner's name on
line 1. The name of the entity entered on line 1 should never be a disregarded
entity. The name on line 1 should be the name shown on the income tax return on
which the Income should be reported. For example, if a foreign LLC that is treated
as a disregarded entity for U.S. federal tax purposes has a single owner that is a
U.S. person, the U.S. owner's name is required to be provided on line 1. If the
direct owner of the entity is also a disregarded entity, enter the first owner that is
not disregarded for federal tax purposes. Enter the disregarded entity's name on
line 2, "Business nameldisregarded entity name." If the owner of the disregarded
entity is a foreign person, the owner must complete an appropriate Forth W-8
Instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN.
2. You do not certify your TIN when required (see the Part II instructions on page
3 for details),
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Form W-9 (Rev. 12-2014)
Page 3
Line 2
If you have a business name, trade name, DBA name, or disregarded entity name,
you may enter it on line 2.
Line 3
Check the appropriate box in line 3 for the U.S. federal tax classification of the
person whose name is entered on line 1. Check only one box in line 3.
Limited Liability Company (LLC). If the name on line 1 is an LLC treated as a
partnership for U.S. federal tax purposes, check the "limited Liability Company"
box and enter "P" in the space provided. If the LLC has filed Form 8832 or 2553 to
be taxed as a corporation, check the "Limited Liability Company" box and in the
space provided enter "C" for C corporation or "S" for S corporation. If it is a
single -member LLC that is a disregarded entity, do not check the "Limited Liability
Company" box; instead check the first box in line 3 "Individual/sole proprietor or
single -member LLC."
Line 4, Exemptions
If you are exempt from backup withholding and/or FATCA reporting, enter in the
appropriate space In line 4 any code(s) that may apply to you.
Exempt payee code.
• Generally, Individuals (including sole proprietors) are not exempt from backup
withholding.
• Except as provided below, corporations are exempt from backup withholding
for certain payments, including interest and dividends.
• Corporations are not exempt from backup withholding for payments made in
settlement of payment card or third party network transactions.
• Corporations are not exempt from backup withholding with respect to attorneys'
fees or gross proceeds paid to attorneys, and corporations that provide medical or
health care services are not exempt with respect to payments reportable on Form
1099-MISC.
The following codes identify payees that are exempt from backup withholding.
Enter the appropriate code in the space in line 4.
1—An organization exempt from tax under section 501(a), any IRA, or a
custodial account under section 403(b)(7) if the account satisfies the requirements
of section 401(%2)
2—The United States or any of its agencies or instrumentalities
3—A state, the District of Columbia, a U.S. commonwealth or possession, or
any of their political subdivisions or instrumentalities
4—A foreign government or any of its political subdivisions, agencies, or
instrumentalities
5—A corporation
6—A dealer in securities or commodities required to register in the United
States, the District of Columbia, or a U.S. commonwealth or possession
7—A futures commission merchant registered with the Commodity Futures
Trading Commission
8—A real estate investment trust
9—An entity registered at all times during the tax year under the Investment
Company Act of 1940
10—A common trust fund operated by a bank under section 584(a)
11—A financial institution
12—A middleman known in the investment community as a nominee or
custodian
13—A trust exempt from tax under section 664 or described In section 4947
The following chart shows types of payments that may be exempt from backup
withholding. The chart applies to the exempt payees listed above, 1 through 13.
IF the payment is for ... THEN the payment is exempt for ...
Interest and dividend payments All exempt payees except
for 7
Broker transactions Exempt payees 1 through 4 and 6
through 11 and all C corporations. S
corporations must not enter an exempt
payee code because they are exempt
only for sales of noncovered securities
acquired prior to 2012.
Barter exchange transactions and Exempt payees 1 through 4
patronage dividends
Payments over $600 required to be Generally, exempt payees
reported and direct sales over $5,0001 1 through 52
Payments made in settlement of Exempt payees 1 through 4
payment card or third party network
transactions
1 See Form 1099-MISC, Miscellaneous Income, and its instructions.
2 However, the following payments made to a corporation and reportable on Form
1099-MISC are not exempt from backup withholding: medical and health care
payments, attomeys' fees, gross proceeds paid to an attorney reportable under
section 6045(f), and payments for services paid by a federal executive agency.
Exemption from FATCA reporting code. The following codes identify payees
that are exempt from reporting under FATCA. These codes apply to persons
submitting this form for accounts maintained outside of the United States by
certain foreign financial institutions. Therefore, if you are only submitting this form
for an account you hold in the United States, you may leave this field blank.
Consult with the person requesting this form if you are uncertain if the financial
institution is subject to these requirements. A requester may indicate that a code is
not required by providing you with a Form W-9 with "Not Applicable" (or any
similar indication) written or printed on the line for a FATCA exemption code.
A —An organization exempt from tax under section 501(a) or any individual
retirement plan as defined in section 7701(a)(37)
B—The United States or any of its agencies or instrumentalities
C—A state, the District of Columbia, a U.S. commonwealth or possession, or
any of their political subdivisions or instrumentalities
D—A corporation the stock of which is regularly traded on one or more
established securities markets, as described in Regulations section
1.1472-1(c)(1)(i)
E—A corporation that is a member of the same expanded affiliated group as a
corporation described in Regulations section 1.1472-1(c)(1)()
F—A dealer in securities, commodities, or derivative financial instruments
(including notional principal contracts, futures, forwards, and options) that is
registered as such under the laws of the United States or any state
G—Areal estate investment trust
H—A regulated investment company as defined in section 851 or an entity
registered at all times during the tax year under the Investment Company Act of
1940
I —A common trust fund as defined in section 584(a)
J—A bank as defined in section 581
K—A broker
L—A trust exempt from tax under section 664 or described in section 4947(a)(1)
M—A tax exempt trust under a section 403(b) plan or section 457(g) plan
Note. You may wish to consult with the financial institution requesting this form to
determine whether the FATCA code and/or exempt payee code should be
completed.
Line 5
Enter your address (number, street, and apartment or suite number). This is where
the requester of this Form W-9 will mail your information returns.
Line 6
Enter your city, state, and ZIP code.
Part I. Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. If you are a resident alien and you do not
have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer
identification number (ITIN). Enter it in the social security number box. If you do not
have an ITIN, see How to get a TIN below.
If you are a sole proprietor and you have an EIN, you may enter either your SSN
or EIN. However, the IRS prefers that you use your SSN.
If you are a single -member LLC that is disregarded as an entity separate from its
owner (see Limited Liability Company (LLC) on this page), enter the owner's SSN
(or EIN, if the owner has one). Do not enter the disregarded entity's EIN. If the LLC
is classified as a corporation or partnership, enter the entity's EIN.
Note. See the chart on page 4 for further clarification of name and TIN
combinations.
How to get a TIN. If you do not have a TIN, apply for one immediately. To apply
for an SSN, get Form SS-5, Application for a Social Security Card, from your local
SSA office or get this form online at www.ssa.gov. You may also get this form by
calling 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer
Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer
Identification Number, to apply for an EIN. You can apply for an EIN online by
accessing the IRS website at www.irs.gov/businesses and clicking on Employer
Identification Number (EIN) under Starting a Business. You can get Forms W-7 and
SS-4 from the IRS by visiting IRS.gov or by calling 1-800-TAX-FORM
(1-800-829-3676).
If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN
and write "Applied For" in the space for the TIN, sign and date the form, and give it
to the requester. For interest and dividend payments, and certain payments made
with respect to readily tradable Instruments, generally you will have 60 days to get
a TIN and give it to the requester before you are subject to backup withholding on
payments. The 60-day rule does not apply to other types of payments. You will be
subject to backup withholding on all such payments until you provide your TIN to
the requester.
Note. Entering "Applied For" means that you have already applied for a TIN or that
you Intend to apply for one soon.
Caution: A disregarded U.S. entity that has a foreign owner must use the
appropriate Form W-8.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
Form W-9 (Rev. 12-2014)
Page 4
Part 11. Certification
To establish to the withholding agent that you are a U.S. person, or resident alien,
sign Form W-9. You may be requested to sign by the withholding agent even if
items 1, 4, or 5 below indicate otherwise.
For a joint account, only the person whose TIN is shown in Part I should sign
(when required). In the case of a disregarded entity, the person identified on line 1
must sign. Exempt payees, see Exempt payee code earlier.
Signature requirements. Complete the certification as indicated in items 1
through 5 below.
1. Interest, dividend, and barter exchange accounts opened before 1984
and broker accounts considered active during 1983. You must give your
correct TIN, but you do not have to sign the certification.
2. Interest, dividend, broker, and barter exchange accounts opened after
1983 and broker accounts considered inactive during 1983. You must sign the
certification or backup withholding will apply. If you are subject to backup
withholding and you are merely providing your correct TIN to the requester, you
must cross out item 2 in the certification before signing the form.
3. Real estate transactions. You must sign the certification. You may cross out
item 2 of the certification.
4. Other payments. You must give your correct TIN, but you do not have to sign
the certification unless you have been notified that you have previously given an
incorrect TIN. "Other payments" include payments made in the course of the
requester's trade or business for rents, royalties, goods (other than bills for
merchandise), medical and health care services (including payments to
corporations), payments to a nonemployee for services, payments made in
settlement of payment card and third party network transactions, payments to
certain fishing boat crew members and fishermen, and gross proceeds paid to
attorneys (including payments to corporations).
5. Mortgage interest paid by you, acquisition or abandonment of secured
property, cancellation of debt, qualified tuition program payments (under
section 529), IRA, Coverdell ESA, Archer MSA or HSA contributions or
distributions, and pension distributlons. You must give your correct TIN, but you
do not have to sign the certification.
What Name and Number To Give the Requester
For this type of account:
1. Individual
2. Two or more individuals (joint
account)
3. Custodian account of a minor
(Uniform Gift to Minors Act)
4. a. The usual revocable savings
trust (grantor is also trustee)
b. So-called trust account that is
not a legal or valid trust under
state law
5. Sole proprietorship or disregarded
entity owned by an individual
6. Grantor trust filing under Optional
Form 1099 Filing Method 1 (see
Regulations section 1.671-4(b)(2)()
(A))
Give name and SSN of:
The individual
The actual owner of the account or,
if combined funds, the first
individual on the account'
The minor'
The grantor -trustee'
The actual owner'
The owner'
The grantor*
For this type of account: I Give name and EIN of:
7. Disregarded entity not owned by an
I The owner
individual
8. A valid trust, estate, or pension trust
Legal entity'
9. Corporation or LLC electing
The corporation
corporate status on Form 8832 or
Form 2553
10. Association, club, religious,
The organization
charitable, educational, or other tax-
exempt organization
11. Partnership or multi -member LLC
The partnership
12. A broker or registered nominee
The broker or nominee
13. Account with the Department of
The public entity
Agriculture in the name of a public
entity (such as a state or local
government, school district, or
prison) that receives agricultural
program payments
14. Grantor trust filing under the Form The trust
1041 Filing Method or the Optional
Form 1099 Filing Method 2 (see
Regulations section 1.671-4(b)(2)()
(B))
' List first and circle the name of the person whose number you furnish. If only one person on a
joint account has an SSN, that person's number must be furnished.
2Circle the minor's name and furnish the minor's SSN.
3 You must show your individual name and you may also enter your business or DBA name on
the "Business name/disregarded entity" name line. You may use either your SSN or EIN (d you
have one), but the IRS encourages you to use your SSN.
4 List first and circle the name of the trust, estate, or pension trust. (Do not fumish the TIN of the
personal representative or trustee unless the legal entity itself is not designated in the account
title.) Also see Special rules for partnerships on page 2.
*Note. Grantor also must provide a Form W-9 to trustee of trust.
Note. If no name is circled when more than one name is listed, the number will be
considered to be that of the first name listed.
Secure Your Tax Records from Identity Theft
Identity theft occurs when someone uses your personal information such as your
name, SSN, or other identifying information, without your permission, to commit
fraud or other crimes. An identity thief may use your SSN to get a job or may file a
tax return using your SSN to receive a refund.
To reduce your risk:
• Protect your SSN,
• Ensure your employer is protecting your SSN, and
• Be careful when choosing a tax preparer.
If your tax records are affected by identity theft and you receive a notice from
the IRS, respond right away to the name and phone number printed on the IRS
notice or letter.
If your tax records are not currently affected by identity theft but you think you
are at risk due to a lost or stolen purse or wallet, questionable credit card activity
or credit report, contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit
Form 14039.
For more information, see Publication 4535, Identity Theft Prevention and Victim
Assistance.
Victims of identity theft who are experiencing economic harm or a system
problem, or are seeking help In resolving tax problems that have not been resolved
through normal channels, may be eligible for Taxpayer Advocate Service (TAS)
assistance. You can reach TAS by calling the TAS toll -free case intake line at
1-877-777-4778 orTTY/rDD 1-800-829-4059.
Protect yourself from suspicious emalls or phishing schemes. Phishing is the
creation and use of email and websites designed to mimic legitimate business
smalls and websites. The most common act is sending an email to a user falsely
claiming to be an established legitimate enterprise in an attempt to scam the user
into surrendering private information that will be used for identity theft.
The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does
not request personal detailed information through email or ask taxpayers for the
PIN numbers, passwords, or similar secret access information for their credit card,
bank, or other financial accounts.
If you receive an unsolicited email claiming to be from the IRS, forward this
message to phishing@irs.gov. You may also report misuse of the IRS name, logo,
or other IRS property to the Treasury Inspector General for Tax Administration
(rIGTA) at 1-800-366-4484. You can forward suspicious emails to the Federal
Trade Commission at: spam@uce.gov or contact them at www.ftc.gov/idtheft or
1-877-IDTHEFT (1-877-438-4338).
Visit IRS.gov to learn more about identity theft and how to reduce your risk.
Privacy Act Notice
Section 6109 of the Internal Revenue Code requires you to provide your correct
TIN to persons (including federal agencies) who are required to file information
returns with the IRS to report interest, dividends, or certain other income paid to
you; mortgage interest you paid; the acquisition or abandonment of secured
property; the cancellation of debt; or contributions you made to an IRA, Archer
MSA, or HSA. The person collecting this form uses the information on the form to
file information returns with the IRS, reporting the above information. Routine uses
of this information include giving it to the Department of Justice for civil and
criminal litigation and to cities, states, the District of Columbia, and U.S.
commonwealths and possessions for use in administering their laws. The
information also may be disclosed to other countries under a treaty, to federal and
state agencies to enforce civil and criminal laws, or to federal law enforcement and
intelligence agencies to combat terrorism. You must provide your TIN whether or
not you are required to file a tax return. Under section 3406, payers must generally
Withhold a percentage of taxable interest, dividend, and certain other payments to
a payee who does not give a TIN to the payer. Certain penalties may also apply for
providing false or fraudulent information.
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
29
ATTACHMENT E
DRUG -FREE WORKPLACE FORM
The undersigned vendor in accordance with Section 287.087, Florida Statutes, hereby
certifies that
R&M Service Solutions. LLC does:
(Name of Business)
Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is
prohibited in the workplace and specifying the actions that will be taken against
employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug -free workplace, any available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are proposed a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
proposal, the employee will propose by the terms of the statement and will notify
the employer of any conviction of, or plea of guilty or nolo contender to, any
violation of Chapter 893 or of any controlled substance law of the United States
or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
c�G:iyLlL� lt/
Bidder's Signature
R&M Service Solutions LLC
Firm
09/25/2020
Date
Rev. 2/13/06
IFB-603972-20/CAR - Term Contract for Hydrant and Valve Maintenance and Repair and Flushing Services
DocuSign Envelope ID: 2D97C693-D3DE-4352-8344-E552B33FC5B5
30
ATTACHMENT F
AMERICANS WITH DISABILITIES ACT AFFIDAVIT
The undersigned CONTRACTOR swears that the information herein contained is true and correct and
that none of the information supplied was for the purpose of defrauding the COUNTY.
The CONTRACTOR will not discriminate against any employee or applicant for employment because of
physical or mental handicap in regard to any position for which the employee or applicant for
employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant
orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 of seq. It is
understood that in no event shall the COUNTY be held liable for the actions or omissions of the
CONTRACTOR or -any other party or parties to the Agreement for failure to comply with the ADA. The
CONTRACTOR agrees to hold harmless and indemnify the COUNTY, its agents, ,officers, or
employees from .any and all claims, demands, debts, liabilities or causes of action of every kind or
character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection
with the ADA.
CONTRACTOR;
Signature,
Printed Name!
Title:
R&M Service Solutions, LLC
5a u)za
Samuel Wick
Sales Director
Date: 09/25/2020
Affix Corporate Seal (if applicable)
STATE OF FLORIDA
COUNTY OF .
Sworn to (or affirmed) and pbscribed before me by means of at physical presence or o online
notarization, this day of , Zpja, by r,Wtk W. ', c K
N�i�trtrify�a*rryf (.name of person making statement).
v`►��µ�RJE
ff
p S. Signature of Notary Public - of Florida
Or - y
;1C,G9dd6I1V1
Pdn ypelStampCommissioned Name of Notary 'Public
Personr' Produced Identification�iirilt ►r>w'fR
1111
Type of Identification Produced:
Revised 312420
11734 3972-20JCAR -'Term Contract for Hydrant and Vahre Maintenance and RqW and Fluamng Semcm