HomeMy WebLinkAboutContract 2025-047ADocusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
AGREEMENT No. 2025-047
ELECTRICAL EQUIPMENT INSPECTION, TESTING, REPAIR, AND
MAINTENANCE
THIS AGREEMENT is made and entered into this 13rd day of May 2025, by and between the
CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida
whose address is: 685 W. Montrose Street, Clermont, Florida (hereinafter referred to as "CITY'),
and TEAMWORKNET, INC., whose address is: 4265 New Tampa Hwy., Ste. 1, Lakeland, FL,
33815, (hereinafter referred to as "CONTRACTOR").
WHEREAS, City of Lake Worth Beach, through the public procurement process, awarded an
Agreement for Electrical Equipment Inspection, Testing, Repair, and Maintenance Contract No.
RFP 23-206;
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 City of Lake Worth Beach Contract Number RFP 23-206;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
1. SCOPE OF WORK
The CONTRACTOR shall furnish electrical equipment inspection, testing, repair, and
maintenance services as described in the City of Lake Worth Beach Contract Number RFP 23-
206, 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 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.
2. THE CONTRACT SUM
CITY shall pay CONTRACTOR for the faithful performance of the Agreement as set forth in the
Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and
incorporated herein.
3. TERM AND TERMINATION
A. This Agreement is to become effective upon execution by both parties, and shall remain
in effect until September 27, 2026 unless terminated or renewed by City of Lake Worth
Beach.
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
B. 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.
C. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2)
additional one (1) year terms..
4. PROVISION OF SERVICES AND COMPLETION OF WORK
A. The CONTRACTOR shall only provide to CITY the services contained under the Scope
of Work upon receipt of an authorized order from CITY and shall provide the requested
items in the timeframe and as set forth in City of Lake Worth Beach Contract Number
RFP 23-206 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.
B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if
there is 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.
C. 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 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.
2
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY
to purchase any minimum quantity of product during the term hereof.
5. PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents, the CONTRACTOR
shall submit an invoice to the CITY upon completion of the services and delivery of products as
set forth in the applicable purchase order. The CITY shall make payment to the CONTRACTOR
for all accepted deliveries and undisputed products delivered and services provided within thirty
(30) calendar days of receipt of the invoice.
6. DISPUTE RESOLUTION - MEDIATION
A. Any claim, dispute, or other matter 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.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes, and other
matters in question between them by mediation.
C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall
be held in Clermont, Lake 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.
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.
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:
3
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
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
The 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 parry
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 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.
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
4
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
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:
Teamworknet, Inc.
4265 New Tampa Hwy., Ste. 1, Lakeland, FL, 33815
Attn: Paul D. Gates, CEO
OWNER:
City of Clermont
685 W. Montrose Street, Clermont, FL 34711
Attn: Rick Van Wagner, Interim City Manager
Either party may change the name of the person receiving notices and the address at which notices
are received by so advising the other party in writing.
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 party 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: C1C74753-872F-4033-8122-329512168CD9
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 Agreement
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 a 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 Lake 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
The CONTRACTOR expressly understands records associated with this project are public records
and agrees to comply with Florida's Public Records law, including the following:
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
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 the termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. The CONTRACTOR shall make reasonable
efforts to provide all records stored electronically to the CITY in a format compatible
with the information technology systems of the CITY.
0
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE
CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC
RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331.
10. AGREEMENT DOCUMENTS
The Agreement Documents, as listed below, are herein made fully a part of this Agreement as if
herein repeated.
Document Precedence:
A. This Agreement
B. Purchase Order / Notice To Proceed
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in the City of Lake Worth Beach Contract Number RFP 23-206.
7
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
IN WITNESS WHEREOF, the parties hereto have executed this Agreement.
CITY OF CLERMONT ATTEST
E--
igned by: DocuSigned by:
— TA05B344A.- Fiowc
99CA96BEB984B7... 3AD7F349056344A...
SIGNATURE
Tim Murry
FULL NAME
Mayor
TITLE
6/10/2025
DATE SIGNED
TEAMWORKNET, INC.
DocuSigned by:
Pain, 0. �S
A23406BBA2FF450...
SIGNATURE
Paul D. Gates
FULL NAME
6/10/2025
DATE SIGNED
CEO
TITLE
SIGNATURE
Tracy Ackroyd Howe
FULL NAME
City Clerk
TITLE
6/11/2025
DATE SIGNED
IDS
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
Exhibits List
A - Lake Worth Beach RFP #23-206
B - Lake Worth Beach Pricing
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
Exhibit A
Lake Worth Beach RFP #23-206
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
C-2583
9/26/23 RM
NB -I
ELECTRICAL EQUIPMENT INSPECTION TESTING
REPAIR AND MAINTENANCE CONTRACT
RFP #23-206
THIS CONTRACT for Electrical Equipment Inspection, Testing, Repair, and Maintenance("Contract")
is entered on 9/28/2023 by and between the City of Lake Worth Beach, a Florida municipal
corporation ("City") and TEAMWORKnet, Inc., a corporation authorized to do business in the State of Florida
"Contractor") with its principal office located at 4265 New Tampa Hwy, Ste. 1, Lakeland, FL 33815
WHEREAS, the City issued Request for Proposals #23-206 for the Electrical Equipment Inspection,
Testing, Repair, and Maintenance ("RFP"); and
WHEREAS, the Contractor submitted its proposal in response to the RFP; and
WHEREAS, the City desires to award the RFP to the Contractor on a non-exclusive basis for the
Electrical Equipment Inspection, Testing, Repair, and Maintenance; and
WHEREAS, the City finds awarding the REP to the Contractor as described herein serves a valid public
purpose.
NOW THEREFORE, the City hereby engages the services ofthe Contractor, and in consideration ofthe mutual
promises. herein contained, the sufficiency of which is hereby acknowledged by both parties, the parties agree
as follows:
Article 1. GENERAL INFORMATION.
1.1 Scope of Services/Work, The Contractor shall provide the services and work requested by the City and
required under a City approved work order or purchase order as described herein. The general nature of the
services and work to be provided by the Contractor under this Contract are the electrical Equipment Inspection,
Testing, Repair, and Maintenance.
1.2 Contract Documents. The Contract Documents are incorporated herein by reference as if set forth in
this Contract and comprise the entire agreement between the City and Contractor. The Contract Documents
consist of this Contract, the RFP (including, but not limited to, the documents issued with the RFP as the scope
and specifications, the drawings, addenda, attachments and exhibits); and, any duly executed and City issued
work orders, purchase orders, and change orders, and any Contract amendments signed by parties. If, during
the performance of the work, the Contractor finds an ambiguity, error or discrepancy in the Contract Documents,
the Contractor shalt so notify the City, in writing, within five (5) business days and before proceeding shall
obtain a written interpretation or clarification. Failure to obtain a written interpretation or clarification will be
deemed a waiver of the ambiguity, error or discrepancy by the Contractor. The City will not be responsible for
any oral instructions, clarifications, or other communications except those provided in writing in response to
Contractor's request for clarification of an ambiguity, discrepancy or error.
In resolving conflicts in any of the Contract Documents, the order of precedence shall be as follows:
First Priority: Fully executed Change Orders or Contract amendments
Second Priority: This Contract
Third Priority: Fully executed and City issued Work Orders or Purchase Orders
Fourth Priority: RFP
1.3 Contract Administrator. Whenever the term Contract Administrator is used herein, it is intended to
mean the City Manager or des! nee Cit • of Lake Worth Beach, Florida. In the administration of this
Page 1 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
Contract, all parties may rely upon instructions or determinations made by the Contract Administrator except
that all requests and/or determinations that result in an increase in change in time of completion and/or an
increase in the contract price shall require a formal change order or contract amendment executed by the City
Manager or the City Commission (depending on the authority set forth in the City's Procurement Code).
1.4 Work Orders. This Contract does not guarantee that the City will utilize the Contractor in any
capacity or for any services hereunder. When the City identifies a need for the Contractor's services, the City
will request a proposal from the Contractor to provide the services requested. The City will provide the
Contractor with plans and/or specifications in order for the Contractor to develop its proposal. The Contractor's
proposal shall be submitted in the format of the sample work order, attached hereto and incorporated herein as
Exhibit "A" along with a copy of the Contractor's proposal and shall be based on the Hourly Billing Rates
attached hereto and incorporated herein as Exhibit "B". Upon receipt of the Contractor's proposed work order
and proposal, the City shall decide in its sole discretion whether to award the work order to the Contractor.
Depending on the lump sum amount of each work order, the work order may be awarded by the City Manager
(if within City Manager's purchasing authority (currently not to exceed $50,000)) or the City Commission. If
the work order is approved by the City, the Contractor shall commence the identified services upon the City's
approval of the work order fbr the services and issuance of a notice to proceed. The City reserves the right to
reject any and all proposals submitted by the Contractor. A City -approved work order shall include (by
reference) the plans and/or specifications provided by the City to the Contractor. The Contractor shall not
provide services under this Contract without a City issued Work Order (or Purchase Order as discussed below)
specifically for the stated services.
1.5 Purchase Order(s). The City's ordering mechanism for individual projects involving urgently required
work and/or repairs in the amount of $15,000 or less under this Contract will be by a City issued Purchase
Order(s); however, the terms and conditions stated in a City Purchase Order(s) shall not apply; the terms and
conditions set forth in this Contract shall apply. The Contractor shall not provide services under this Contract
without a City Purchase Order specifically for the stated services. The Contractor shall provide the amount of
requested services and price listed in each Purchase Order and not exceed amounts expressed on any Purchase
Order. CONTRACTOR shall be liable for any excess services or costs not specifically stated in the Purchase
Order(s). Services provided pursuant to a City issued Purchase Order(s) under this Contract shall not exceed
$50,000 per year without additional City Commission approval.
1.6 FISCAL YEAR. The City's Fiscal Year ends on September 30th of each calendaryear. The City cannot
authorize the purchase of services beyond September 30th of each calendar year, prior to the annual budget
being approved by the City Commission. Additionally, the City must have budgeted appropriate funds for the
goods and services in any subsequent Fiscal Year. If the budget is approved fbr said goods and services, the City
will issue a new Work Order(s) or Purchase Order(s) each Fiscal Year for required and approved services.
1.7 Term. The term of this Contract shall be for three (3) consecutive years, with possibility of extension
for additional two (2), one (1) year renewal terms upon the mutual agreement of both parties. The renewal
term(s) may be approved by the City Manager on behalf of the CITY. Notwithstanding the foregoing, this
Contract may be terminated as set forth in the Contract Documents.
1.8 Hourly Billing Rates. The Hourly Billing Rates set forth as Exhibit "B" shall remain fixed for the
first three (3) years of this Contract. If due to applicable price escalations and/or reductions which impact the
Contractor's 1-Iourly Billing Rates, the City and Contractor may execute a written amendment to this Contract
to establish new Hourly Billing Rates for the renewal term(s). The City Manager may approve changes in the
Hourly Billing Rates based on the recommendation of the City's Electric Utility Director or designee.
Article 2. CONTRACT TIME.
2.1 All services and work to be provided under a City -approved work order shall be provided in a timely
Page 2 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
manner as time is of the essence under this Contract.
2.2 The Contractor shall not be considered in default by reason of a delay in timely performance if such
delay and failure arise out of causes reasonably beyond the control of the Contractor or its subcontractors (if
authorized) and without the Contractor's or subcontractor's fault or negligence. Upon the Contractor's request,
the City shall consider the facts and extent of any such delay and failure to timely perform the work for reason
beyond the control of the Contractor and, if the Contractor's delay and failure to timely perform was without it
or its subcontractors' fault or negligence, as reasonably determined by the City, the time of completion shall be
extended for any reasonable time that the City may reasonably decide; subject to the City's rights to change,
terminate, or stop any or all of the work at any time. If the Contractor is delayed at any time in the progress of
the work by any act or neglect of the City or its employees, by an approved written change in the scope from the
original Contract Documents, or by any other contractor employed by the City, or by changes ordered by the
City or in an unusual delay in transportation, unavoidable casualties, or any causes beyond the Contractor's
reasonable control, or by delay authorized by the City pending negotiation or by any cause which the City shall
reasonably decide justifies the delay, then the time of completion shall be extended for any reasonable time the
City may reasonably decide. The Contractor must provide the City with written notice of any delay claims and
no extension of time shall be made for any delay occurring more than five (5) days before a claim therefore is
made in writing to the City. In the case of continuing cause of delay, only one (1) claim is necessary. With the
exception of an approved written change in the scope from the original Contract Documents, the Contractor's
sole remedy for a delay in completion of the work for any reason will be an extension of time to complete the
work and Contractor specifically waives any right to seek any monetary damages or losses for a delay in
completion of the work, including, but not limited to, waiving any right to seek monetary amounts for lost profits,
additional overhead, salaries, lost productivity, efficiency losses, or any other alleged monetary losses which
may be allegedly suffered by Contractor due to a delay in completion of the work. Provided, however, and
subject to sovereign immunity under section 768.28, Florida Statutes, that this provision shall not preclude
recovery or damages by the Contractor for hindrances or delays due solely to fraud, bad faith or active
interference on the part of the City. Otherwise, the Contractor shall be entitled only to extensions of the Contract
Times as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically
provided above.
Article 3. PAYMENT PROCEDURES
3.1 Generally. The Contractor shall submit invoices on a monthly basis detailing all work accomplished in
the prior month and all materials installed and used in the work pursuant to City approved work order or.
Contractor's invoices shall be submitted to:
City of Lake Worth Beach
Attn: Finance Department
7 N. Dixie Highway
Lake Worth Beach, FL 33460
The City's Contract Administrator or designee will review each invoice submitted by the Contractor. if
approved, the City will make payment in accordance with the Contract Documents. If not approved, the City
will notify the Contractor within twenty (20) business days of the City's receipt and identify the action necessary
to correct the invoice or a deficiency.
3.2 Payment to the Contractor shall be made pursuant Florida's Prompt Payment Act (for construction
services), section 218.735, Florida Statutes (2023), except as provided herein. Specifically, the City will
withhold five percent (5%) of each payment from a City issued work order to the Contractor as retainage until
fifty percent (50%) of the work is completed by the Contractor. After fifty percent (50%) of the work is
completed, upon written request from the Contractor, the Contract Administrator may agree in writing with the
Contractor to release a portion of the retainage not to exceed fifty percent (50%) of the total retainage amount.
Page 3 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
Within twenty (20) business days of the finalization of the punch -list described below and upon receipt of a
payment request from the Contractor, the City will pay the Contractor all retainage held less an amount equal to
150% of the estimated cost to complete the items on the list. Upon completion of all items on the finalized
punch -list, the Contractor may submit a request for release of all retainage.
3.3 In accordance with section 218.735(7), Florida Statutes (2023), at least five (5) days prior to reaching
substantial completion, the Contractor shall create a proposed punch -list of items that must be completed by the
Contractor prior to the Contractor submitting its final payment request. The Contractor's proposed punch -list
must include all items of work which remain to be completed and the estimated cost to complete each work item
on the list. Upon receipt of the Contractor's proposed punch -list, the City will have ten (10) days to review,.
make modifications, or agree to the proposed punch -list. If the City does not make any modifications to the
Contractor's proposed punch -list within ten (10) days of receipt, the proposed punch -list will be deemed
accepted by the City. The City's Contract Administrator or designee will resolve any disputes in the punch -list
and determine the final punch -list for the parties within 30-days of the Contractor reaching substantial
completion. Once the punch -list is accepted by the City and finalized by the City's Contract Administrator or
designee, the Contractor shall have five (5) days to complete all items on the finalized punch -list. The failure of
either party to include any corrective work or pending items on the finalized punch -list does not alter the
responsibility of the Contractor to complete all construction services purchased under the applicable work order.
The Contractor's proposed punch -list and modifications by the City may be by informal written notice (e.g.,
email., fax, or hand -delivery); however, proof of delivery shall be kept by the party providing the informal,written
notice to the other party.
3.4 :Final Payment. Upon final completion and acceptance of the work. in accordance with the Contract
Documents (including all punch -list items) and final inspection by the appropriate agency with jurisdiction over
the project (if other than the City), the Contractor shall submit a "final invoice" to the City. In order for both
parties to close their books and records, the Contractor will clearly state "FINAL" on the Contractor's final
invoice. This certifies that all work under the applicable work order has been properly completed and all charges
have been invoiced to the City. Since this account will thereupon be closed, any and other further charges if not
properly included in this final invoice are waived by the Contractor. if the Contractor's Final Invoice is approved
as set forth above, the City shall pay the remainder of the work order price including: any amount held as
retainage.
3.5 Notwithstanding the foregoing, the City shall not be required to pay or release any amount of retainage
that is subject of a good faith dispute made in writing; the subject of a claim brought pursuant to section 255,05,
Florida Statutes, or otherwise the subject of a written claim or demand by the City..
3.6 Final payment shall not become due until the Contractor and all of its subcontractors submit to the City
releases and waivers of liens, and data establishing payment or satisfaction of obligations, such as receipts,
claims, security interests or encumbrances arising out of the Contract Documents or otherwise related to the
Program,
3.7 Acceptance of final payment by the Contractor or a subcontractor shall constitute a waiver of
claims by that payee except those previously made in writing and identified by that payee as unsettled at
the time of final invoice.
Article 4. SUBCONTRACTS
The Contractor represents that it has, or will secure at its own expense, all necessary personnel required to
perform the services under this Contract. Such personnel shall not be employees of or have any contractual
relationship with the City. All of the services required hereunder shall be performed by the Contractor or under
its supervision, and all personnel engaged in performing the services shall be fully qualified and, if required,
authorized or permitted under state and local law to perform such 'services. The Contractor shall furnish
Page 4 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
services in a manner consistent with industry standards and to a level of professional skill generally acceptable
in the industry with regard to services of this kind. The Contractor shall comply with all applicable laws in the
provision of services under this Contract. The Contractor agrees that it is fully responsible to the City for the
acts and omissions of subcontractors and of persons either directly or indirectly employed by the Contractor.
Nothing contained herein shall create any contractual relationship between any, subcontractor and the City. All
of the Contractor's personnel (and all subcontractors) while on City premises, will comply with all City
requirements governing conduct, safety, and security. The City reserves the right to request replacement of any
of subcontractor or subcontractor's personnel furnished by the Contractor upon written notice by City to
Contractor of the cause for such replacement. All work performed by a subcontractor will be at cost to the City
without any mark-up by the Contractor. All subcontractors must provide the same level and type of insurance
as required of the Contractor under this Contract prior to commencing any services. The Contractor shall
submit the subcontractors' proof of insurance upon receipt of a notice to proceed.
Article S. INDEMNITY AND INSURANCE.
5.1 The Contractor agrees to assume liability for and indemnify, hold harmless, and defend the City, its
commissioners, mayor, officers, employees, agents, and attorneys of, from, and against all liability and expense,
including reasonable attorney's fees, in connection with any and all claims, demands, damages, actions, causes
of action, and suits in equity of whatever kind or nature, including claims for personal injury, property damage,
equitable relief, or loss of use, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the Contractor, its agents, officers, Contractors, subcontractors, employees, or anyone else utilized
by the Contractor in the performance of this Contract. The Contractor's liability hereunder shall include all
attorney's fees and "costs incurred by the City in the enforcement of this indemnification provision. This includes
claims made by the employees of the Contractor against the City and the Contractor hereby waives its
entitlement, if any, to immunity under Section 440.11, Florida Statutes. The obligations contained in this
provision shall survive termination of this Contract and shall not be limited by the amount of any insurance
required to be obtained or maintained under this Contract.
Subject to the limitations set forth in this Section, Contractor shall assume control of the defense of any claim
asserted by a third party against the City and, in connection with such defense, shall appoint lead counsel, in
each case at the Contractor's expense. The City shall have the right, at its option, to participate in the defense
of any third -party claim, without relieving Contractor of any of its obligations hereunder. If the Contractor
assumes control of the defense of any third party claim in accordance with this paragraph, the Contractor shall
obtain the prior written consent of the City before entering into any settlement of such claim. Notwithstanding
anything to the contrary in this Section, the Contractor shall not assume or maintain control of the defense of
any third party claim, but shall pay the fees of counsel retained by the City and all expenses, including experts'
fees, if (i) an adverse determination with respect to the third party claim would, in the good faith judgment of
the City, be detrimental in any material respect to the City's reputation; (ii) the third party claim seeks an
injunction or equitable relief against the City; or (iii) the Contractor has failed or is failing to prosecute or defend
vigorously the third party claim. Each party shall cooperate, and cause. its agents to cooperate, in the defense or
prosecution of any third party claim and shall furnish or cause to be furnished such records and information, and
attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in
connection therewith.
It is the specific intent of the parties hereto that the foregoing indemnification complies with Section 725.06,
Florida Statutes, as amended. The Contractor expressly agrees that it will not claim, and waives any claim, that
this indemnification violates Section 725.06, Florida Statutes. Nothing contained in the foregoing
indemnification or any other provision in the Contract Documents shall be construed as a waiver of any
immunity or limitation of liability the City may have under the doctrine of sovereign immunity or Section
768.28, Florida Statutes.
5.2 INSURANCE: Prior to commencing any work, the Contractor shall provide proof of insurance coverage
Page 5 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
as required in the RFP. All such insurance policies may not be modified or terminated without the express written
authorization of the City. Failure to comply with the foregoing requirements shall not relieve the Contractor of
its liability and obligations under this Contract. Each party will promptly notify the other of any complaint,
claim, suit or cause of action threatened or commenced against it which arises out of or relates, in any manner,
to the Contract Documents and/or performance of the work. Each party agrees to cooperate with the other in
any investigation either may conduct, the defense of any claim or suit in which either party is, named, and shall
do nothing to impair or invalidate any applicable insurance coverage.
Article 6. REIMBURSEMENT OF ENGINEER EXPENSES.
Should the completion of a work order be delayed beyond the specified or adjusted time limit, Contractor shall
reimburse the City for all expenses of engineering and inspection incurred by the City during the period between
said specified or adjusted time and the actual date of final completion. All such expenses for engineering and
inspection incurred by the City will be charged to Contractor and be deducted from payments due Contractor as
provided by this Contract. Said expenses shall be further defined as engineer charges associated with the
construction contract administration, including resident project representative costs. All such expenses shall be
separate from and in addition to any Liquidated Damages as provided for in an applicable Work Order.
Article 7. TERMINATION.
7.1 TERMINATION BY CITY: The City may terminate. any work order, the Contract and/or the Contract
Documents if the Contractor is in default as follows:
(a) refuses or fails to supply enough properly skilled workers or proper materials to timely and
competently complete the work;
(b) fails to make payment to subcontractors for materials or labor in accordance with the respective
agreements between the Contractor and the subcontractors;
(e) disregards or takes action contrary to any laws, ordinances, or rules, regulations or orders of a
public authority having jurisdiction;
(d) takes action, short of declaring bankruptcy, evidencing insolvency;
(e) fails to prosecute the services or work in a timely manner and reasonably be unable to reach
substantial completion and/or 'final completion within the timeframe(s) required;
(t) fails or refuses to provide and/or maintain insurance or proof of insurance as required by the
Contract Documents; or,
(g) otherwise is in breach of a provision of the Contract Documents.
When any of the above reasons exist, the City, may without preJ udice to any other rights or remedies of the City
and after giving the Contractor and the Contractor's surety (if applicable), written notice and five (5) days "to
cure, terminate the work order, Contract and/or Contract Documents and may:
(a) take possession of the site and of all materials, equipment, tools., and construction equipment
and machinery thereon owned by or paid for by the City, and,
(b) finish the work by whatever reasonable method the City may deem expedient.
The Contractor and its surety (if any) shall be liable for any damage to the City, including additional attorney
and engineering/architecturat fees, resulting from the Contractor's termination under this provision by the City,
including but not limited to, and any increased costs incurred by the City in completing the work.
When the City terminates the Contract for one of the reasons stated above, the Contractor shall not be entitled
to receive further payment, if any, until the work is finished,
Page 6 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
Should it be determined by a mediator or a court of competent jurisdiction that the City wrongfully terminated
the Contract, then the Contractor agrees to treat such termination as a termination for convenience.
7.2 TERMINATION BY THE CITY FOR CONVENIENCE
The City may, at any time, terminate the Contract and Contract Documents for the City's convenience and
without cause. Upon receipt of written notice from the City of such termination for the City's convenience, the
Contractor shall:
(a) cease operations as directed by the City in the notice;
(b) take actions necessary, or that the City may direct, for the protection and preservation
of the work; and
(c) except for work directed to be performed prior to the effective date of termination stated
in the notice, terminate all existing subcontracts and purchase orders and enter into no
further subcontracts and purchase orders.
In case of such termination for the City's convenience, the Contractor shall be entitled to receive payment for
work executed, and costs incurred by reason of such termination including termination payments to
subcontractors and demobilization costs.
Article 8. TAXES AND DIRECT PURCHASES.
8.1 TAXES: The City is exempt from payment of Florida State Sales and Use Tax. The Contractor is not
authorized to use the City's Tax Exemption Number unless approved in writing.
8.2 DIRECT PURCHASES: For certain projects, the City may seek to make direct purchases of equipment
or materials to be used by the Contractor. Pursuant to Section 212.08(6), Florida Statutes, and the Fla. Admin.
Code Ann. R. 12A-1.094 and 12A-1.038, the Parties agree to the following procedure regarding the City's direct -
purchase from vendors of certain equipment and materials to be used in specific projects:
8.2.1 The City reserves the right, at the City's option, to direct purchase equipment and materials
involved in a specificproject, including subcontracts, if any so as to save the sales tax which would
otherwise have been due with regard to the same. The Contractor and its subcontractors shall comply
with the City's direct purchase procedures, including but not limited to those listed below.
8.2.2 As specifically set forth in a City issued work order, within 30 days (or other time as
specified in the work order), the Contractor will present a list of direct purchase equipment for the
City's consideration which will include the recommended vendors' name; the price quotes from all
vendors provided to the Contractor; and, any terms and conditions the Contractor has negotiated with
the recommended vendors. The City will then inform the Contractor as to which equipment it will
direct purchase. In the event the City fails to exercise its option to direct purchase equipment and
identify which equipment is to be purchased by the City within thirty (30) calendar days of receipt of
the list from the Contractor, the City shall waive its right to direct purchase any and all equipment to
be used in completion of the work under the applicable work order.
8.2.3 The Contractor is responsible for selecting each direct purchase vendor, subject to City
approval. The Contractor is responsible for specifications, equipment receipt, inspecting shipments,
and assuring that the equipment is in accordance with the work order and the Contractor's
specifications. The Contractor is also responsible for providing the City with enough advance notice
of when the direct purchase equipment will need to be ordered and delivered. In absence of the
Contractor's receipt of a written notice of City's disapproval of a vendor within thirty (30) calendar
days of City's receipt of the vendor/material list referenced in 9.2.2, the City shall be deemed to have
Page 7 of.22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
waived any and all objections thereto.
8.2.4 The Contractor shall retain all responsibility for installing all equipment relating to the work
and for maintaining the construction schedule so long as the City timely orders and pays for the correct
direct purchase equipment. The City's direct purchase mechanism to effectuate tax savings in no way
effects the obligation of the Contractor to meet all of the terms and conditions and all provisions and
technical specifications of the. Contract Documents. The, Contractor shall be responsible for insuring
all equipment once the equipment is in its care, custody and control, regardless of whether directly
purchased by City.
8,2.5 The City will issue a direct purchase order to the vendor of the direct purchase equipment at
the price proposed in the Contractor's or its subcontractor's bid, less sales tax. The City will promptly
send a copy of the issued purchaser order to the Contractor.
8.2.6 It will be the Contractor's primary responsibility to properly expedite and follow up on direct
purchase orders, thereby assuring delivery of the equipment as ordered and at the time and place needed
by the Contractor to complete the work in accordance with the work order and construction schedule.
To the extent required by the Contractor, the City shall cooperate with all requests of the Contractor
related to the expedition of and follow upon direct purchase orders,
8.2.7 The Contractor shall take delivery, unload, and install the equipment purchased on the direct
purchase order in accordance with the work order and the Contract Documents with the vendor to
repair, replace, and make good any defect without cost to the City, until such time, as the work has been
completed and accepted by City in accordance with the Contract Documents. The City, with assistance
from the Contractor, will be responsible for undertaking and completing any returns of direct purchase
equipment as requested by the Contractor and working with the vendor to effectuate any credits or
warranties for the returned equipment (if applicable). Any returns not replaced shall be credited to City
and acknowledged by a supplement to the direct purchase order and, if applicable, amendment to the
Contract Sum, The Contractor shall not be responsible for warranting the direct purchase equipment.to
the City; however, the Contractor shall be responsible for facilitating the vendor's warranty of the
direct purchase equipment and the Contractor shall be responsible for warranting the work to install
and/or incorporate the equipment. The Contractor shall maintain records of all direct purchases
received and incorporated into the work and provide the City with a monthly accounting until all direct
purchase items that are received and accepted for inclusion in the specific project.
8.2.8 When delivery of a direct purchase order is complete, or a payment is to be made on a partial
shipment, the Contractor will timely submit to City the documentation supporting the equipment
received. Invoices for direct purchase orders will be sent by the direct purchase vendor directly to
City's Finance Department, with all such invoices addressed to and in the name of the City. The City's
Finance Department will forward invoices to the City's Contract Administrator. The City's Contract
:Administrator will forward the invoices to the Contractor to verify delivery and sign the invoice and
associated documentation supporting the amount of the payment: The City will make timely payment
to all vendors in compliance with each vendor's payment procedures. The City will take title. to all
equipment ordered through direct purchase upon or at the time of purchase. The Contractor will assist
City in assuring prompt payment by supplying the vendor's FEI numbers, addresses, phone numbers,
etc, All payments will be made in accordance with the Florida Prompt Payment Act.
Article 9. CONTRACTOR'S REPRESENTATIONS AND AGREEMENTS.
In order to induce the City to enter into this Contract, the Contractor makes the following representations:.
9.1 Contractor has or will familiarize itself with the nature and extent of the Contract Documents, work,
Page 8 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress,
performance or furnishing of the work prior to commencing the work under an applicable Work Order. All work
shall be performed consistent with all applicable laws and regulations.
9.2 Contractor agrees to be solely responsible for compliance with all applicable environmental regulations,
for any liability arising from non-compliance with the regulations and to reimburse the City for any loss incurred
in connection therewith. This compliance provision specifically includes the Contractor's compliance with all
applicable standards, orders or regulations including, without limitation, those issued pursuant to the Clean Air
Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387).
9.3 Contractor agrees to utilize the U.S. Department of Homeland Security's E-Verify System to verify the
employment eligibility of all new employees hired by the Contractor during the term of this Contract.
9.4 The Contractor represents and warrants that it has and will continue to maintain all licenses and
approvals required to conduct its business and provide the work required under the Contract Documents. Proof
of such licenses and approvals shall be submitted to the City upon request.
Article 10. INFRINGEMENT INDEMNITY.
10.1 The Contractor will defend or settle at its expense a claim or suit brought by a third party against the
City arising out of a claim asserting that the services, work, repair, materials or other deliverables
("deliverables" hereafter) provided by the Contractor under the Contract Documents (if any) infringes any U.S.
copyright or any U.S. patent or misappropriates a trade secret. The Contractor will indemnify and hold
harmless the City against and from damages, costs, and attorneys' fees, if any and at all levels of trial and
appeal or mediation or arbitration, finally awarded in such suit or the amount of the settlement thereof;
provided that (i) the Contractor is promptly notified in writing of such claim or suit, (ii) the Contractor will
have the sole control of the defense and settlement thereof, and (iii) City furnishes the Contractor, on
reasonable request, information available to City for such defense. The City will not admit any such claim
without prior consent of the Contractor.
a. In the event of a claim of infringement, the Contractor shall, at its option:
I. procure for City the right to continue using the deliverables provided under the
Contract Documents; or
2. replace or modify the deliverables so that the same becomes non -infringing but
substantially equivalent in functionality and performance.
3. If neither of the above actions is reasonably feasible, the Contractor will refund to
City the fee actually paid by City under the Contract Documents (as amortized on a straight-
line basis over the time in which the City was able to use the deliverables.
b. The Contractor will have no obligation under this section for infringement if and to the extent
that such claim arises from:
1. modification of the deliverables other than by the Contractor or by its
recommendation; or
2. combination of the deliverables with products other than those supplied by the
Contractor; and,
3. the alleged infringement or misappropriation relates to such modification or
combination.
Page 9 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
c. The Contractor will also not have any indemnification obligation with respect to a claim: (i)
if it has provided City with reasonable changes that would have avoided the problem and the reasonable
changes are not fully implemented by City within a reasonable time or (ii) arising out use of the deliverables
not in accordance with the Contract Documents.
d: The Contractor's obligation to indemnify, defend and hold harmless shall remain in effect and
shall be binding upon the Contractor whether such injury or damage shall accrue, or may be discovered, before
or after termination or expiration of the Contract Documents.
Article 11. MISCELLANEOUS.
11.1 The City and Contractor each binds itself, its partners, its successors, assigns and legal representatives
to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants,:
agreements and obligations contained in the Contract Documents.
11,2 Additional work and/or changes to a work order's price and/or time, is subject to the City's prior written
approval. Only the City Manager and City Commission (based on the procurement code) have the authority to
approve such additional work and changes.
11.3 The headings contained in this Contract are inserted for convenience of reference only and shall not be
a part or control or affect the meaning hereof.
11.4 This Contract may be executed in two or more counterparts, each of which shall be deemed to be an
original, but all of which shall be deemed to be an original, but each of which together shall constitute one and
the same instrument.
11.5 This Contract (together with the other Contract Documents) supersedes any and all prior negotiations
and oral or written agreements heretofore made relating to the subject matter hereof and, except for written
agreements, if any, executed and delivered simultaneously with or subsequent to the date of this Contract,
constitutes the entire agreement of the parties relating to the subject matter hereof. This Contract may not be
altered or amended except by a writing signed by the parties hereto. No waiver of any of the terms or conditions
of this Contract shall be effective unless in writing and executed by the party to be changed therewith. No waiver
of any condition or of the breach of any term, covenant, representation, warranty or other provision hereof shall
be deemed to be construed as a further.or continuing waiver of any such condition or breach or a waiver of any
other condition or of any breach of any other term, covenant, representation, warranty or other provision
contained in this Contract.
11.6 This Contract shall be binding upon, and shall inure to the benefit of the parties hereto and their
respective successors and assigns.
11.7 This Contract shall be governed by and construed and interpreted in accordance with the laws of the
State of Florida. Each of the parties hereto (a) irrevocably submit itself to the exclusive jurisdiction of the
Fifteenth Judicial Circuit Court in and for Palm Beach County, Florida for state actions and jurisdiction of the
United States District Court for the Southern District of Florida, Palm Beach Division, for the purposes of any
suit, action or other proceeding arising out of, or relating to, this Contract; (b) waives and agrees not to assert
against any party hereto, by way of motion, as a defense. of otherwise, in any suit, action or other proceeding,
any claim that it is not personally subject to the jurisdiction of the above -named, courts for any reason
whatsoever; and (c) to the extent permitted by applicable law, any claim that such suit, action or proceeding by
any part hereto is brought in an inconvenient forum or that the venue of such suit, action or proceeding is
improper or that this Contractor the subject matter hereof may not be enforced in or by such courts.
11.8 This Contract shall create no rights or claims whatsoever in any third party.
Page 10 of22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-413OF69D44E78
11.9 If any one or more of the provisions of the Contract shall be held to be invalid, illegal or unenforceable in
any respect, the validity, legality and enforceability of the remaining provisions hereof shall not in any way be
affected or impaired thereby.
11.10 The effective date of this Contract is the date the Contract is approved by the City Commission.
I t.11 Public Records: The Contractor shall comply with Florida's Public Records Act, Chapter 119,
Florida Statutes, and, if determined to be acting on behalf of the City as provided under section
119.011(2), Florida Statutes, specifically agrees to:
(a) Keep and maintain public records required by the City to perform the service.
(b) Upon request from the City's custodian of public records or designee, provide the City with a
copy of the requested records or allow the records to be inspected or copied within a reasonable time at
a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, 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 for the duration of this Contract
and following completion of this Contract if the Contractor does not transfer the records to the City.
(d) Upon completion of this Contract, transfer, at no cost, to the City all public records in possession
of the Contractor or keep and maintain public records required by the City to perform the service. If the
Contractor transfers all public records to the City upon completion of the Contract, the Contractor shall
destroy any duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon completion of the
Contract, the Contractor shall meet all applicable requirements for retaining public records. All records
stored electronically must be provided to the City, upon request from the City's custodian of public
records or designee, in a format that is compatible with the information technology systems of the City.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 1199 FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY
TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS OR DESIGNEE AT:
ATTENTION CITY CLERK, (561) 586-1660 OR
CITYCLERK LAKEWORTHBEACHFL.GOV OR 7 NORTH DIXIE
HIGHWAY, LAKE WORTH BEACH, FL 33460.
11.12 This Contract shall not be construed more strongly against either party regardless of who was more
responsible for its preparation.
11.13 In accordance with Palm Beach County ordinance number 2011-009, the Contractor acknowledges that
this Contract may be subject to investigation and/or audit by the Palm Beach County Inspector General. The
Contractor has reviewed Palm Beach County ordinance number 2011-009 and is aware of its rights and/or
obligations under such ordinance.
11.14 If any legal action or other proceeding is brought for the enforcement of this Contractor the Contract
Documents, or because of an alleged dispute, breach, default or misrepresentation in connection with any
Page 11 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
provisions of this Contract or the Contract Documents, each party shall be responsible for their own attorney's
fees at all levels. EACH PARTY ALSO AGREES AND VOLUNTARILY WAIVES ANY RIGHT TO A JURY
TRIAL ARISING OUT OF ALLEGED DISPUTE, BREACH, DEFAULT, MISREPRESENTATION OR ANY
OTHER CLAIM IN CONNECTION WITH OR ARISING FROM ANY PROVISION OF THIS CONTRACT
OR THE CONTRACT DOCUMENTS
11.15 Each of the parties agrees to perform its obligations under the Contract Documents in conformance with
all laws, regulations and administrative instructions that relate to the parties' performance of the work and under
the Contract Documents.
11,16 All documents, including but not limited to drawings, specifications, plans, reports, other items and data
or programs stored in hard -copy, electronically or otherwise (collectively referred to as "Documents" hereafter),
prepared by the Contractor or its subcontractors under this Contract shall be considered a "Work for Hire" and
the exclusive property of the City. To the extent such Documents may not be deemed a "Work for Hire" under
applicable law, Contractor and Contractor's Subcontractors will assign to the City all right, title and interest in
and to Contractor and/or Contractor's Subcontractors' copyright(s) for such Documents. Contractor shall
execute and deliver to City such instruments of transfer and take such other action that City may reasonable
request, including, without limitation, executing and filing, at City's expense, .copyright applications,
assignments and other documents required for the protection of City's right to such Documents. The Contractor
shal l retain copies of the Documents for a period of three (3) years from the date of completion of the Program.
The City grants to the Contractor and Contractor's subcontractors the right and/or limited license to use a portion
of the Documents prepared by the Contractor or the Contractor's subcontractors in future projects of the
Contractor or Contractor's subcontractors with said right and/or limited license to use a portion at Contractor's
or Contractor's subcontractor's own risk and without any liability to City. Any modifications made by the City
to any of the Contractor's Documents, or any use, partial use or reuse of the Documents without written
authorization or adaptation by the Contractor will be at the City's sole risk and without liability to the Contractor.
11.17 Any provision of this Contract which is of a continuing nature or imposes an obligation which extends
beyond the term of this Contract shall survive its expiration or earlier termination.
11.18 Any notice required to be given under the Contract Documents shall be sent by certified mail (return
receipt requested) or by nationally recognized overnight courier as follows to the City,
City of Lake Worth Beach
Attn: City Manager
7 N. Dixie Highway
Lake Worth Beach, FL 33460
and to the Contractor as follows:
TEAMWORKnet, Inc.
4265 New Tampa Hwy, Ste. I
Lakeland, FL, 33815.
Attn: Paul D. Gates, CEO
Either party may amend this provision by written notice to the other party.
11.19 The Contractor represents that it presently has no interest and shall acquire no interest, either director
indirect, which would conflict in any manner with the performance of services required hereunder, as provided
for in Section 112.311, Florida Statutes. The Contractor further represents that no person having any such
conflicting interest shall be employed for said performance. The Contractor shall promptly notify the City's
Page 12 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
representative, in writing, of all potential conflicts of interest for any prospective business association, interest
or other circumstance which may influence or appear to influence the Contractor's judgment or quality of
services being provided hereunder. Such written notification shall identify the prospective business association,
interest or circumstance, the nature of work that the Contractor may undertake and request an opinion of the City
as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of
interest if entered into by the Contractor. The City agrees to notify the Contractor of its opinion within thirty
(30) days of receipt of notification by the Contractor. If, in the opinion of the City, the prospective business
association, interest or circumstance would not constitute a conflict of interest by the Contractor, the City shall
so state in the notification and the Contractor shall; at its option, enter into said association, interest or
circumstance and it shall be deemed not in conflict of interest with respect to services provided to the City by
the Contractor under the terms of this Contract.
11.20 The Contractor warrants and represents that all of its employees are treated equally during employment
without regard to race, color, religion, disability, sex, age, national origin, ancestry, political affiliation, marital
status, handicap, or sexual orientation. Further, Contractor shall not discriminate or permit discrimination against
any employee or an applicant for employment on the basis of race, color, sex, religion,, political affiliation,
natural origin, ancestry, marital status, sexual orientation or handicap.
11.21 This Contract is not intended to be and shall not be construed as an exclusive agreement, and the City
may employ additional or other contractors to perform services contemplated by this Contract without liability
to the City.
11.22 PUBLIC ENTITY CRIMES. The Contractor acknowledges and agrees that a person or affiliate who has
been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid,
proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid,
proposal, or reply on a contract with a public entity for the construction or repair of a publicbuilding or public
work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded
or perform work as a contractor, supplier or sub -contractor under a contract with any public entity; and may not
transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida
Statutes, for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted
vendor list. The Contractor will promptly advise the City if it becomes aware of any violation of this statute.
11.23 PURSUANT TO SECTION 558.005, FLORIDA STATUTES, ANY CLAIMS FOR
CONSTRUCTION DEFECTS ARE NOT SUBJECT TO THE .NOTICE AND CURE PROVISIONS OF
CHAPTER 558, FLORIDA STATUTES.
11.24 The Contract shall be responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the performance of all services'and work. This includes being responsible for all
precautions for safety of, and reasonable protection to prevent damage, injury or loss to employees performing
the services and work and other persons who may be affected thereby; the work, materials and equipment
incorporated therein; and other property, equipment or materials at the site or adjacent thereto including,
without limitation, trees, shrubs, lawns, sidewalks, pavements, roadways or structures and utilities not
designated for removal, relocation or replacement in the course of the work. The Contractor shall comply with
and give all notices required by applicable laws, statutes, ordinances, rules and regulations bearing on safety
of persons or property, or their protection from damage, injury or loss. The Contractor shall implement, erect
and maintain reasonable safeguards for safety and protection, including posting danger signs and other
warnings against hazards reasonably related to the work or which could arise therefrom. The Contractor shall
promptly remedy damage and loss (other than covered by applicable insurance) caused in whole or in part by
the Contractor or anyone directly or indirectly employed by or utilized by the Contractor in the performance
of the work, which is not attributable to the City's negligence.
Page 13 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
11.25 The Contractor agrees that, in all matters relating to this Contract, it will be acting as an independent
contractor with exclusive control of the manner and means of performing the work, its obligations and tasks in
accordance with the requirements of this Contract and the Contract Documents. The Contractor has no
authority to act or make any agreements or representations on behalf of the City. This Contract is not intended,
and shall not be construed to create, between the City and the Contractor, the relationship of principal and
agent, joint -venturers, co-partners or any other such relationship, the existence of which is hereby expressly
denied. No employee or agent of Contractor shall be, or shall be deemed to be, an employee or agent of City.
Article 12. SCRUTINIZED COMPANIES
12.1 CONTRACTOR certifies that it and its subcontractors are not on the Scrutinized Companies that
Boycott Israel List and are not engaged in the boycott of Israel. Pursuant to section 287.135, Florida Statutes,
the CITY may immediately terminate this: Contract at its sole option if the CONTRACTOR or any of its
subcontractors are found to have submitted a false certification; or if the CONTRACTOR or any of its
subcontractors, are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of
Israel during the term of this Contract.
12.2 If this Contract is for one million dollars or more, the CONTRACTOR certifies that it and its
subcontractors are also not on the Scrutinized Companies with Activities in Sudan List, Scrutinized Companies
With Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria as
identified in Section 287.135, Florida Statutes. Pursuant to Section 287.135, the CITY may immediately
terminate this Contract at its sole option if the CONTRACTOR, or any of its subcontractors are found to have
submitted a false certification; or if the CONTRACTOR or any of its subcontractors are placed on the Scrutinized
Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, or are or have been engaged with business operations in Cuba or Syria during the term of this
Contract.
12.3 The CONTRACTOR agrees to observe the above requirements for applicable subcontracts entered into
for the performance of work under this Contract.
12.4 The CONTRACTOR agrees that the certifications in this section shall be effective and relied upon by
the CITY for the term of this Contract, including any and all renewals.
12.5 The CONTRACTOR agrees that if it or any of its subcontractors' status changes in regards to any
certification herein, the CONTRACTOR shall immediately notify the CITY of the same.
12.6 As provided in Subsection 287.135(8), Florida Statutes, if federal law ceases to authorize the above -
stated contracting prohibitions then they shall become inoperative.
Article 13. E-VERIFY
Pursuant to Section 448.095(2), Florida Statutes, the CONTRACTOR shall:
13.1. Register with and use the E-Verily system to verify the work authorization status of all newly hired
employees and require all subcontractors (providing services or receiving funding under this Contract) to register
with and use the E-Verify system to verify the work authorization status of all the subcontractors' newly hired
employees;
13.2. Secure an affidavit from all subcontractors (providing services or receiving funding under this Contract)
stating that the subcontractor does not employ, Contract with, or subcontract with an "unauthorized alien" as defined
in Section 448.095(l)(k), Florida Statutes;
13.3. Maintain copies of all subcontractor affidavits for the duration of this Contract and provide the same to the
CITY upon request;
Page 14 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
13.4 Comply fully, and ensure all of its subcontractors comply fully, with Section 448.095, Florida Statutes,
13.5. Be aware that a violation of Section 448.09, Florida Statutes (Unauthorized aliens; employment prohibited)
shall be grounds for termination of this Contract; and,
13.6. Be aware that if the CITY terminates this Contract under Section 448.095(2)(c), Florida Statutes,
CONTRACTOR may not be awarded a contract for at least 1 year after the date on which the Contract is terminated
and will be liable for any additional costs incurred by the CITY as a result of the termination of the Contract.
Remainder of this a e intentionally left blank
Signature page follows
Page 15 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
IN WITNESS WHEREOF, the City and Contractor have caused this Contract for Electrical Equipment,
Testing, Repair, and Mainten. he executed the day and year shown below.
04 *—'
�'CITY OF LAKE WORTH BEACH, FLORIDA
-Z x E; p i
ATTEST:0F°
By: M.t,ltssa Qinl�, Cot�tnt,� I
Melissa Ann Coyne, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
By: t'w i G4.
Glen J. Torcivia, City Attorney
Betty Resch, Mayor
APPROVED FOR FINANCIAL
SUFFICIENCY
qA AA NJ-Wk4t,a jb
Yannick Ngendahayo, Financial Services Director
CONTRACTOR:
TEAMWO
l-'
[Corp t�,"Sea1j
Print Name , rt •tS,
<.
I W`'
Title:
a t'
STATE OF i
COUNTY OF
THE FOREGOING instrument was acknowledged before me by means of • physical presence or -
online notarization on this %L day of _ - 2023, by , as the
yaex llo [title] of TEAIVIWORKnet. Inc., a Corporation, who is personally known to me
or who has produced as identification, and who did take an oath that he or she
is duly authorized to execute the foregoing instrument and bind the CONTRACTOR to the same.
Notary62
Notary Seal:
Notary Public State of Florida
VFWCommission 8 HH 353995
My Comm. Expires Apr 9, 2027
Bonded throu{h National Notary Assn.
Page 16 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
EXHIBIT "A"
SAMPLE WORK ORDER
CONTRACT FOR ELECTRICAL EQUIPMENT INSPECTION,
TESTING, REPAIR, AND MAINTENANCE
WORK ORDER NO.
THIS WORK ORDER for System Electrical Equipment Inspection, Testing, Repair and Maintenance
("Work Order" hereafter) is made on the between the City of Lake
Worth Beach, a Florida municipal corporation located at 7 North Dixie Highway, Lake Worth Beach, Florida
33460 ("City" hereafter) and TEAMWORKnet, Inc., a corporation authorized to do business in State of Florida
("Contractor" hereafter).
1.0 Project Descrintion:
The City desires the Contractor to provide all goods, services, materials and equipment as identified
herein related to the Electrical Equipment Inspection, Testing, Repair and Maintenance described as:
(the "Project"). The Project is
more specifically described in the plans prepared by , dated
and which are incorporated herein by reference.
2.0 Scope
Under this Work Order, the Contractor will provide the City of Lake Worth Beach with construction
services for the Project as specified in the Contractor's proposal attached hereto and incorporated
herein as Exhibit "1".
3.0 Schedule and Liquidated Damage
Substantial completion of all services and work under this Work Order shall be within, calendar
days from the Effective Date of this Work Order. Final completion of all services and work (and all
punch -list items (if any)) under this Work Order shall be within calendar dam from the Effective
Date of this Work Order. The Effective Date of this Work Order is the date following the parties'
execution of this Work Order and the City's delivery of a Notice to Proceed to the Contractor via e-mail,,
facsimile or other form of delivery as documented by the City. Substantial completion occurs when the
services and work has progressed to the point where, in the opinion of the City, the work is sufficiently
complete in accordance with the Contract Documents and this Work Order, so that the Project can be
utilized for the purposes for which it is intended. Final completion occurs when all services and work
(including punch -list items) has been completed and the project becomes fully operational and accepted
by the City.
Liquidated Damages. The City and Contractor recognize that time is of the essence under this
Work Order and the Contract Documents, and that the City will suffer financial loss if the services
and work described in this Work Order and the Contract Documents are not completed within
the times specified in this Work Order. The City and Contractor recognize, agree and
acknowledge that it would be impractical and extremely difficult to ascertain and fix the actual
damages that the City would suffer in the event Contractor neglects, refuses, or otherwise fails to
complete the services and work within the time specified. Accordingly, instead of requiring any
such proof, the City and Contractor agree that as liquidated damages for delay (but not as a
penalty) Contractor shall pay the City hundred dollars (S .00) for each day
that expires after the time specified in this Work Order.
Page 17 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
4.0 Compensation and Direct Purchases.
This Work Order is issued for a lump sum, not to exceed amount of $
{ ?. The attached proposal identifies all costs and expenses included in the
lump sum, not to exceed amount.
The following Direct Purchases are to be made under this Work Order by the City:
5.0 Project Manager
The Project Manager
phone:
is
email:
6.0 Progress Meetings
for the Contractor is ,
email: ; and, the Project Manager for the City
phone:
The Contractor shall schedule periodic progress review meetings with the City Project Manager as
necessary but every 30 days as a minimum.
7.0 Contractor's Representations
In order to induce the City to enter into this Work Order, the Contractor makes the following
representations:
7.1 Contractor has familiarized itself with the nature and extent of the Contract Documents
including this Work Order, work, site, locality, and all local conditions and laws and regulations that in
any manner may affect cost, progress, performance or furnishing of the work.
7.2 Contractor has obtained at his/herown expense andcarefully studied, or assumes responsibility
for obtaining and carefully studying, soil investigations, explorations, and test reports which pertain to
the subsurface conditions at or contiguous to the site or otherwise may affect the cost, progress,
performance or furnishing of the work as Contractor considers necessary f'or the performance or
furnishing of the work at the stated work order price within the Work Order stated time and in
accordance with the other terms and conditions of the Contract Documents, including specifically the
provisions of the IFB; and no additional examinations, investigations, explorations, tests, reports, studies
or similar information or data are or is deemed necessary by Contractor for such purposes.
7.3 Contractor has reviewed and checked all information and data shown or indicated on the
Contract Documents with respect to existing Underground Facilities at or contiguous to the site and
assumes responsibility f'or the accurate location of said Underground Facilities. No additional
examinations, investigations, explorations, tests, reports, studies or similar information or data in respect
of said Underground Facilities are or is deemed necessary by the Contractor in order to perform and
furnish the work under this Work Order price, within the Work Order time and in accordance with the
other terms and conditions of the Contract Documents.
7.4 Contractor has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract Documents.
7.5 Contractor has given the City's Contract Administrator written notice of all conflicts, errors or
Page 18 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
discrepancies that he or she has discovered in the Contract Documents and the written resolution thereof
by City or its designee is acceptable to the Contractor.
8.0 Warranty. The Contractor warrants and guarantees to the City that all services and work provided
under this Work Order will be in accordance with this Work Order and the other Contract Documents.
The Contractor warrants that (a) all materials and parts supplied under this Work Order shall be free
from defects for one (1) year from the final completion of all work (unless a longer manufacturer
warranty applies); (b) all services and work performed under this Work Order will be free from defects
for one (1) year from the final completion of all work and the project shall be fully operational without
unreasonable downtime or failures; and (c) that the services and work will conform to the requirements
of the Contract Documents. If, at any time prior to the expiration of the one (1) year warranty period,
the City discovers any failure or breach of the Contractor's warranties or the Contractor discovers any
failure or breach of the Contractor's warranties, the Contractor will, upon written notice from City or of
its own accord, at the Contractor's sole cost and expense, promptly correct such failure or breach (which
corrective action must include, without limitation, any necessary removal, disassembly, reinstallation,
repair, replacement, reassembly, retesting, and/or re -inspection of any part or portion of the work and
any other property damaged or affected by such failure, breach, or corrective action). The Contractor
will remedy any such failure or breach so, to the extent possible, to avoid'unnecessary disruptions to the
operations of City or its systems. In the event the Contractor fails to initiate and diligently pursue
corrective action within five (5) days of the Contractor's receipt of the City's notice or the Contractor's
discovery of the same, the City may undertake such corrective action at the Contractor's expense,
9.0 Authorization
This Work Order is issued pursuant to the Electrical Equipment Inspection, Testing, Repair and
Maintenance Contract for between the City of Lake Worth Beach and the Contractor, dated
, ("Contract" hereafter). If there are any conflicts between the terms and conditions of
this Work Order and the Contract, the terms and conditions of the Contract shall prevail.
REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK
SIGNATURE PAGE FOLLOWS
Page 19 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order No. _ as of
the day and year set forth above.
ATTEST:
By:
Melissa Ann Coyne, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
By:
Glen J. Torcivia, City Attorney
CONTRACTOR:
[Corporate Seal]
STATE OF _
COUNTY OF
CITY OF LAKE WORTH BEACH, FLORIDA
By: DO NOT SIGN SAMPLE ONLY
Betty Resch, Mayor
M
APPROVED FOR FINANCIAL
SUFFICIENCY
Yannick Ngendahayo, Financial Services Director
TEAMWORKnet, INC.
By: _DO NOT SIGN — SAMPLE ONLY
Print Name:
Title:
THE FOREGOING instrument was acknowledged before me by means of • physical presence or -
online notarization on this day of 2023, by as the
[title] of TEAMWORKnet Inc., a Corporation, who"is personally known to me
or who has produced as identification, and who did take an oath that he or she
is duly authorized to execute the foregoing:instrument and bind the CONTRACTOR to the same.
Notary Seal:
Notary Public Signature
Page 20 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
Exhibit B
Lake Worth Beach Pricing
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
EXHIBIT "B"
HOURLY BILLING RATES
JULY 2023
OC PGiIC P'i OF�E88tC K FEE BGUEWLE
GENERAL
TEAMvvoRK"t, ktc. WIN provide professional engineering, carlsuNing Onginaering, tssting, and field services In
s000rdanoe With the folkswirtg fee schedule, Shouk! you have any questions or require further details, please
oorsact us.
Regular Field Services
SENIOR CONSULTING ENGINEER
$276 hwur
$325 flour
PRINCIPAL ENGINEER
$210 four
$28o thour
SENIOR ENGINEER
$195 four
$240 four
SENIOR PROJECT ENGINEER
$170 four
$225 rhaur
PROJECTENGINEER
$160 four
$210 /hour
ASSOCIATE ENGINEER
$136 ftu'
$175 four
SENIOR PROJECT MANAGER
$150 four
$186 ftur
PROJECTMANAGER
$135 !hour
$176 /hour
FIELD SERVICE SPECIALIST
$170 Ihaur
$226 Mour
SENIOR TECHNICIAN (L3)
$165 four
$176 four
TECHNICIAN (1.2)
$1 to Av"
$136 four
TECHNICIAN (0)
$100 fDur
$125 Maur
SENIORDESIGNER
$150 four
$115 four
DESIGNER
$130 !hour
$155 four
SENIOR SAFETYCOORDNATOR
$140 four
$175 four
SAFETY'COORDINATOR
$130 Maur
$1s5 flour
ENt3WEERNOASSi8TANT
$86 four
$05 flour
CAD DRAFTING
$85 four
$95 Mour
CLERICAL
$00 four
$85 Mour
Page 21 of 22
Docusign Envelope ID: C1C74753-872F-4033-8122-329512168CD9
DocuSign Envelope ID: 5C53153C-019C-4825-B6AB-4BOF69D44E78
1=-VENSES ANQ CONS1L ERMT10Ns
• Services over 8 hours per day and Saturdays or in excess of 40 hours per week will be
billed at 1.5 times the Applicable Service hourly rate. Sundays, Holidays, Emergency
Call -outs and hours over 12 hours per day will be billed at 2.0 times the Applicable
Service rate.
• Time includes travel time at regular rates to and from the Lakeland, Florida home office.
• Expenses will be billed at cost.
• Field technician team shall be a two -person minimum.
• Test equipment cost is $500/day and truck fees are $125/day. All other tool costs are
included in the fee schedule.
• Cancellations after mobilization will be charged for mobilization and time onsite.
,F,Jaj i CONTt2 OS
TEAMWORKnet, Inc. will provide fixed fee bids for any job having a clearly defined scope
or work definition.
Page 22 of 22