Loading...
HomeMy WebLinkAboutContract 2025-052ADocusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D AGREEMENT No. 2025-052 HYDRANT MAINTENANCE, REPAIR, AND REPLACEMENT SERVICES THIS AGREEMENT is made and entered into this 24th day of June 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 R&M SERVICE SOLUTIONS, LLC, whose address is: 7256 Westport Place, Suite A, West Palm Beach, FL 33413, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Town of Longboat Key, through the public procurement process, awarded an Agreement for Hydrant Maintenance, Repair, and Replacement Services Contract No. IFB 24- 091; 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 Town of Longboat Key Contract Number IFB 24-091; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1. SCOPE OF WORK The CONTRACTOR shall furnish hydrant maintenance, repair, and replacement services as described in the Town of Longboat Key Contract Number IFB 24-091, 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 Wednesday, January 5, 2028 unless terminated or renewed by Town of Longboat Key. 1 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D 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 three (3) 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 Town of Longboat Key Contract Number IFB 24-091 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: 30750D25-765E-4A27-B9E4-BCD200CB259D 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: Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D 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 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 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: 30750D25-765E-4A27-B9E4-BCD200CB259D 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: Michael George, Sales and Operations Manager 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. Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D 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. 11 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D 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 Town of Longboat Key Contract Number IFB 24-091. 7 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D IN WITNESS WHEREOF, the parties hereto have executed this Agreement. CITY OF CLERMONT Signed by: D99CA96BEB984B7... SIGNATURE Tim Murry FULL NAME Mayor TITLE 6/27/2025 DATE SIGNED R&M SERVICE SOLUTIONS, LLC DocuSigned by: I Li(,urq, CO28FCCCBA34467... SIGNATURE Michael George FULL NAME 6/26/2025 DATE SIGNED Sales and Operations Manager TITLE ATTEST ETDocuSigned by: aacy A44.,yd Hawc 3AD7F34905B344A... SIGNATURE Tracy Ackroyd Howe FULL NAME City Clerk TITLE 6/27/2025 DATE SIGNED n c+ 91 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Exhibits List A - 24-091 Executed Agreement B - 24-091 Pricing Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Exhibit A 24-091 Executed Agreement Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D TOWN OF LONGBOAT KEY AGREEMENT FOR IFB 24-091 FIRE HYDRANT MAINTENANCE, REPAIR AND REPLACEMENT SERVICES This AGREEMENT for annual fire hydrant maintenance, repair and replacement services (hereinafter "Agreement") is entered into by and between the Town of Longboat Key, 501 Bay Isles Road, Longboat Key, FL 34228, a political subdivision of the State of Florida (hereinafter "Town") and RAM Service Solutions, LLC whose address is 7256 West Port Place., West Palm Beach, Florida 33413 and whose Federal Employer Identification Number is 27-1422665, (hereinafter "Contractor"), as of the latest date appearing on the signature lines below. WHEREAS, the Town desires to retain the services of a competent and qualified contractor to provide services to include but not be limited to performing annual fire hydrant maintenance, repair and replacement services testing services in accordance with all applicable local, state, and federal rules; and, WHEREAS, the Town has solicited for these services via IFB 24-091 Fire Hydrant Maintenance, Repair and Replacement Services, an advertised invitation for bid; and, WHEREAS, after review and consideration of all responsive bids to IFB 24-091, the Town intends to engage the Contractor to provide the services; and WHEREAS, the Contractor is agreeable to providing the Town the services and represents that it is capable and prepared to do so; NOW, THEREFORE, in consideration of the promises contained herein, the parties hereby agree, as follows: SECTION 1.0 —SERVICES TO BE PERFORMED BY THE CONTRACTOR 1.1 The Town does hereby retain the Contractor to furnish, provide and perform the services (collectively, the "Services") described in the Scope of Work and the Town's Invitation For Bid, IFB 24-091, to include all attachments and addenda, and in the Contractor's response thereto (collectively, "IFB 24-091" is attached hereto as a composite `Exhibit A" and made a part of this Agreement). SECTION 2.0 —COMPENSATION 2.1 General 2.1.1 The Town shall pay the Contractor in accordance with "Exhibit B, Bid Form", which is attached hereto and made a part of this Agreement. Payment to the Contractor will be made only for the actual quantities of services performed. 2A.2 All of the Contractor's invoices shall be accompanied by service and location records for all billable items appearing on the invoice. Additional supporting documents may be requested by the Town and, if so requested, shall be furnished bythe Contractor to the Town's Finance Director's satisfaction. These include, but are not limited to, reimbursable expenses as outlined in Section 2.2 of this Agreement. 2.1.3 The Contractor's Project Manager or any authorized officer shall attest to the correctness and accuracy of all charges and requested reimbursements. 2A A Each individual invoice shall be due and payable in accordance with the State of Florida Prompt Payment Act, Chapter 218, Florida Statutes. Ail invoices shall be delivered to: Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Town of Longboat Key Attention: Accounts Payable 561 Bay Isles Road Longboat Key, FL. 34228 2.1.5 In order for both parties to close their books and records, the Contractor will clearly state "Final invoice" on the Contractor's final billing for the Services rendered to the Town. The Contractor's submission of a Final Invoice is its certification that all of its Services have been properly performed and all charges and costs have been invoiced to the Town. Upon receipt of the Final Invoice, the account will be closed, and the Contractor shall be deemed to have waived any further charges not properly included on the Final Invoice. 2.1.6 intentional misrepresentations of billable items and reimbursable expenses will be pursued to the fullest extent of the law. 2.2 Reimbursable Expenses 2.2.1 All of the Contractor's requests for payment of "out-of-pocket" expenses eligible for reimbursement under the terms of this Agreement shall be reimbursed per the Town's Reimbursable Fee Schedule that is attached hereto as "Exhibit C" and made a part of this Agreement. "Reimbursable Expenses" are the actual, pre -approved expenses incurred directly in connection with the tasks the Town has requested. Reimbursable Expenses will be reimbursed by the Town at cost, but not to exceed the amounts listed, as applicable, on Exhibit C. The Contractor's request for payment shall include copies of paid receipts, invoices or other documentation shall be sufficient to establish that the expense was actually incurred and necessary in the performance of the Services performed in accordance with this Agreement. 2.2.2 All assets (durable goods) purchased as Reimbursable Expenses become the property of the Town upon completion of the Services for which the asset was utilized. All such assets must be surrendered by delivery to the Town immediately upon (i) demand, (ii) termination of this Agreement, or (iii) the conclusion of the project, whichever event occurs first. 2.2.3 It is the responsibility of the Contractor to maintain a current inventory of all such assets SECTION 3.0 — CONTRACTOR'S REPRESENTATIONS In order to induce Town to enter into this Agreement, Contractor makes the following representations, upon which the Town has actually and justifiably relied: 3.1 That Contractor has examined and carefully studied all applicable documents, and that Contractor has the experience, expertise, and resources to perform all required Services. 3.2 That Contractor has at least a fair representative sample of the Services and is satisfied as to the general and common conditions that may affect cost, progress, performance or furnishing of the Services that may be performed pursuant to this Agreement. 3.3 That Contractor is familiar with and can and shall comply with all federal, state, and local laws and regulations, if any, that may affect cost, progress, performance, and furnishing of the Services to be performed pursuant to this Agreement. 3.4 The Contractor is a Florida Limited Liability Company registered and in good standing under the laws of the State of Florida with full right and authority to d❑ business within the State of Florida. 3.5 The Contractor has the full right and authority to enter into this Agreement and perform its obligation in accordance with its term. 3.6 The Contractor now has and will continue to maintain all licenses and approvals required to conduct its business, and that it will at all times conduct its business activities in a reputable manner. 3.7 The Contractor shall, at no additional cost to the Town, re -perform those Services which fail to 2 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D satisfy the foregoing standard of care, the requirements and standards of this Agreement or which otherwise fail to meet the requirements of this Agreement. SECTION 4.0 - ENTIRETY OF AGREEMENT 4.1 The Town and the Contractor agree that this Agreement sets forth the entire Agreement between the parties with respect to its subject matter, and there are no promises or understandings other than those stated herein. 4.2 This Agreement supersedes all prior agreements, contracts, proposals, representations, negotiations, letters or other communications between the Town and the Contractor pertaining to the Services, whether written or oral. SECTION 5.0 — INSURANCE 5A The Contractor shall, at its sole cost and expense, procure and maintain throughout the term of this Agreement, insurance coverage in such amounts as required and authorized by Florida law, and will provide endorsed certificates of insurance generated and executed by a licensed insurance broker, brokerage or similar licensed insurance professional evidencing such coverage, and naming the Town as a named, additional insured, as well as furnishing the Town with Certificates of insurance. Said insurance coverages procured by the Contractor as required herein shall be considered, and proposer agrees that said insurance coverages it procures as required herein shall be considered, as primary insurance over and above any other insurance, or self-insurance, available to the Town, and that any other insurance, or self- insurance available to the Town shall be considered secondary to, or in excess of, the insurance coverage(s) procured by the Contractor as required herein. Nothing herein shall be construed to extend the Town's liability beyond that provided in Section 768.28, Florida Statutes (F.S.). 5.2 The Contractor is to secure, pay for, and file with the Town, prior to commencing any Services under this Agreement, all certificates for workers' compensation, public liability, and property damage liability insurance, and such other insurance coverages as may be required by specifications and addenda thereto, in at least the following minimum amounts with specification amounts to prevail if greater than minimum amounts indicated. Notwithstanding any other provision of the Agreement, the Contractor shall provide the minimum limits of liability insurance coverage as follows: Auto Liability $1,000,000 Combined Single Limit General Liability $2,000,000 Aggregate $2,000,000 Products Aggregate $1,000,000 Any One Occurrence $1,000,000 Personal Injury Additional Umbrella Liability $1,000,000 Occurrence 1 Aggregate Professional Liability $1,000,000 Per Claim 1 Aggregate The Contractor shall furnish an ❑riginal Certificate of Insurance indicating, and such policy providing coverage to, the Town of Longboat Key named as an additional insured ❑n its General Liability and Automobile Liability policies on a PRIMARY and NOW CONTRIBUTORY Basis utilizing an ISO standard endorsement at least as broad as CG 2010 (11/85) or its equivalent, (combination of CG 20 10 07 04 and CG 20 37 07 04, providing coverage for completed ❑perations, is acceptable) including a waiver of subrogation clause in favor of the Town on all policies. Contractor will maintain the General Liability and Professional Liability insurance coverages summarized above with coverage continuing in full force, including the additional insured endorsement ❑n the General Liability policy until at least three (3) years beyond completion and delivery of the Services agreed upon herein. 5.3 Notwithstanding any other provision of the Agreement, the Contractor shall maintain complete workers' compensation coverage for each and every employee, principal, officer, representative, ❑r agent of the Contractor who is performing any labor, services, or material under the Agreement. Further, with respect to Employers' Liability, Contractor shall additionally maintain the following minimum limits of coverage: Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Bodily Injury Each Accident $1,000,000 Bodily Injury by Disease Each Employee $1,000,000 Bodily Injury by Disease Policy Limit $1,000,000 5.A Contractor's insurance policies shall be endorsed to give thirty (30) days written notice to the Town in the event of cancellation or material change. 5.5 Contractor will comply with any and all safety regulations required by any agency or regulatory body including but not limited to OSHA. Contractor will notify the Town immediately by telephone at (941) 316-1999 of any accident or injury to anyone that occurs on the Services site and is related to any of the Services being performed by the Contractor. Nothing herein shall be construed to extend the Town's liability beyond that provided in Section 768.28, Florida Statutes (F.S.). SECTION SA — TERM OF AGREEMENT 6.1 The term of the Agreement shall be for a three (3)-year period, commencing upon the effective date and remaining in force and effect unless sooner otherwise terminated herein. 6.2 The Town reserves the right to renew this agreement for two (2) additional one (1 )-year periods under the same terms and conditions of the original agreement. SECTION 7.0 — TERMINATION OF AGREEMENT 7.1 Termination for Cause: Failure of the Contractor to comply with any of the provisions of this Agreement shall be considered a material breach of contract and shall be cause for immediate termination of this Agreement at the discretion of the Town. In such event, the Town shall issue a Notice of Default to the Contractor specifying the nature of the default and the cure period and terms, if any. 7.2 Termination for Convenience of Town: The Town for any reason may terminate this Agreement at any time by giving at least thirty (30) days written notice to the Contractor. Notwithstanding, the Town may terminate this Agreement immediately upon any lapse in the insurance coverage to be retained by the Contractor, or failure to fulfill any of the insurance requirements as provided herein. In this event, Contractor shall be entitled to compensation for any satisfactory Services completed prior to termination in accordance with this Agreement. 7.3 Termination for Convenience of Contractor: This Agreement may be terminated by the Contractor by either: (a) mutual consent of both parties; or (b) upon ninety (90) days written notice delivered by certified mail, return receipt requested to the Town. 7.4 Effect of Termination: In the event this Agreement is terminated for any reason, finished or unfinished documents, data, studies, correspondence, reports and other products prepared by or for Contractor under this Agreement shall be made available to and for the exclusive use of the Town at no additional cost to the Town. The Contractor shall immediately discontinue all affected Services unless a notice directs otherwise. Unless in dispute or subject to the Town's remedy, the Contractor shall be paid for Services actually rendered through the date of termination. SECTION 8.0 — INDEMNIFICATION AND LIABILITY 8.1 To the fullest extent permitted by law, the Contractor expressly agrees to indemnify, defend, and hold harmless the Town, its officers, directors, agents, and employees (herein called the "indemnitees") from any claims, liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees and court costs, such legal expenses to include costs incurred in establishing the indemnification and 4 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D other rights agreed to in this Section, to persons or property, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Contractor, its sub contractors or persons employed or utilized by them in the performance of the Agreement. Claims by indemnitees for indemnification shall be limited to the amount of Contractor's insurance or one million dollars ($1,000,000.00) per occurrence, whichever is greater. The parties acknowledge that the amount of the indemnity required hereunder bears a reasonable commercial relationship to the Agreement and it is part of the project specifications or the bid documents, if any. 8.1.1 The Town's review, comment and observation of the Contractor's service and performance of the Agreement shall in no manner constitute a waiver of the indemnification provisions of this Agreement. 8.2 The indemnification obligations under the Agreement shall not be restricted in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor under workers' compensation acts, disability benefits acts, or other employee benefits acts, and shall extend to and include any actions brought by or in the name of any employee of the Contractor or of any third party to whom Contractor may subcontract a part or all of the Services. This indemnification shall continue beyond the date of completion of the Services. 8.3 Upon completion of all Services, obligations and duties provided for in this Agreement, or In the event of the termination of this Agreement for any reason, the terms and conditions of this Agreement will survive as if this Agreement were in full force effect. SECTION 9.0 — NOTICE 9.1 All notices required under this Agreement shall be sent by email or certified mail, return receipt requested, and if sent to the Town, shall be mailed to: Howard Tipton, Town Manager 501 Bay Isles Road Longboat Key, FL 34228-3196 E-mail: Htipton(cDlongboatkey.org With a copy to: Jessie Camburn, Utilities Manager 600 General Harris Longboat Key, FL 34228 Email: Jcamburn d..lonaboatkev.ora and Maggie Mooney, Esq. Town Attorney 6853 Energy Court Lakewood Ranch, Florida 34240 E-mail: mmoonev(.flaovlaw.com and The Town's Procurement Manager via e-mail at Purchasin Ian boatke .or 5 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D As to the Contractor: Mr. Michael George 7256 West Port Place West Palm Beach, FI. 33413 Email: Mgeorge a rmservicesolutions.com SECTION 10.0 — MISCELLANEOUS 10.1 No assignment by either party to this Agreement of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to any assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. 10.2 Contractor binds itself, its partners, successors, assigns, and legal representatives to the Town in respect of all covenants, contracts, and obligations contained in this Agreement. No employees, agents, or representatives of the Town are personally or individually bound by this Agreement. 10.3 The laws of the State of Florida shall govern all provisions of this Agreement. In the event the parties to this Agreement cannot resolve a difference with regard to any matter arising herefrom, the disputed matter will be referred to court -ordered mediation pursuant to Section 44.102, F.S. If no agreement is reached, any party may file a civil action and/or pursue all available remedies whether at law or equity. The sole and exclusive forum, venue, and jurisdiction for any action arising from the Agreement shall be in the 12th Judicial Circuit in and for Sarasota County, Florida. 10A If any civil action or other legal proceeding is brought for the enforcement of this Agreement, or because of an alleged dispute, breach, default, or misrepresentation in connection with any provision of this Agreement, the successful prevailing party or parties shall be entitled to recover reasonable attorney's fees, court costs, and all expenses even if not taxable as court costs (including without limitation, all such fees, costs and expenses incident to mediation, arbitration, appellate, bankruptcy and post -judgment proceedings), incurred in that civil action or legal proceeding, in addition to any other relief to which such party or parties may be entitled. Attorney's fees shall include, without limitation, paralegal fees, investigative fees, administrative costs, and all other charges billed by the attorney to the prevailing party. 10.5 This Agreement shall not be modified or amended except in writing with the same degree of formality with which this Agreement is executed. 10.6 A waiver of any breach of any provision of this Agreement shall not constitute or operate as a waiver of any other breach of such provision or of any other provisions, nor shall any failure to enforce any provision hereof operate as a waiver of such provision or of any other provisions. 10.7 Any provision or part of this Agreement held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Town and Contractor, who agree that this Agreement shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. SECTION 11.0 — PUBLIC RECORDS 11.1 Pursuant to applicable Florida law, the Contractor's records associated with the Agreement hereunder maybe subject to Florida's public records laws, Section 119.01, F.S., et seq, as amended from time to time. The Contractor agrees to comply with Florida's public records law by keeping and maintaining public records required by the Town in order to perform the Services. Upon request from the Town's Custodian of Public Records, the Contractor shall provide the Town with copies of or allow access to the requested public records at a cost that does not exceed the cost provided for under Chapter 119, Florida Statutes, or as otherwise provided for by Florida law. The Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D disclosed excepts as authorized by law for the duration of the term of the Agreement and following completion of the Agreement if the Contractor does not transfer the records to the Town. Upon completion of the Agreement the Contractor shall transfer, at no cost, to the Town all public records in possession of the Contractor or keep and maintain all public records required by the Town to perform the Services. If the Contractor transfers all public records to the Town upon completion of the Agreement, 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 Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Town, upon request from the Town's custodian of public records, in a format that is compatible with the information technology systems of the Town. 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 AGREEMENT, CONTACT THE TOWN'S CUSTODIAN OF PUBLIC RECORDS TRISH SHINKLE, TOWN CLERK, AT 501 BAY ISLES ROAD, LONGBOAT KEY, FLORIDA 34228, (941) 316-1999, TS H I N KLE(&LONG BOATKEY.ORG. :9=159H19HEMIMa:161:11 1i111L61,11 1►It] Z!:iMill MIW 12.1 The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that Contractor has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement." For the breach or violation of this provision, the agency shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. SECTION 13.0 — STANDARD OF CARE 13.1 The Contractor represents to the Town that it has the personnel and experience necessary to perform all Services in a professional and workmanlike manner. 13.2 The Contractor shall exercise the same degree of care, skill, and diligence in the performance of the Services as provided by a professional of like experience, knowledge and resources, under similar circumstances. 13.3 The Contractor shall, at no additional cost to the Town, re -perform all those Services which fails to satisfy the foregoing standard of care or which otherwise fail to meet the requirements of this Agreement. 13.4 The Contractor warrants that all Services shall be performed by skilled and competent personnel to the professional standards in the field. SECTION 14.0 - INDEPENDENT CONTRACTOR 14.1 The Contractor undertakes performance of the Services as an independent contractor and will be wholly responsible for the methods of performance. 142 The Contractor shall not pledge the Town's credit or make the Town a guarantor of payment or surety for any contract, debt, obligation, judgment, lien or any form of indebtedness. The Contractor shall have no right to speak for or bind the Town in any manner. Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D SECTION 15.0 - SUBCONTRACTORS 15.1 The Town reserves the right to accept the use of a subcontractor or to reject the selection of a particular subcontractor and to inspect all facilities of any subcontractor. 15.2 If a subcontractor fails to perform or make progress in providing any of the Services, as required by this Agreement, and the Contractor determines it is necessary to replace the subcontractor to complete any services in a timely fashion, then the Contractor shall promptly do so, subject to the Town's right to approve the new subcontractor. The failure of a subcontractor to timely or properly perform any of its obligations to the Contractor shall not relieve the Contractor of its obligations to the Town under this Agreement. SECTION 16.0 - FORCE MAJEURE 16.1 The Contractor shall be temporarily excused from performance if an Event of Force Majeure directly ❑r indirectly causes its nonperformance. An "Event of Force Majeure": shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquake, storm, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. Within five (5) days after the occurrence of an Event of Force Majeure, the Contractor shall deliver written notice to the Town describing the event in reasonably sufficient detail and how the event has precluded the Contractor from performing its obligations hereunder. The Contractors obligations, so far as those obligations are affected by the Event of Force Majeure, shall be temporarily suspended during, but no longer than, the continuance of the Event of Force Majeure and for a reasonable time thereafter as may be required for the Contractor to return to normal business operations. if excused from performing any obligations under this Agreement due to the occurrence of an Event of Force Majeure, the Contractor shall promptly, diligently, and in good faith take all reasonable action required for it to be able to commence or resume performance of its obligations under this Agreement. During any such time period the Contractor shall keep the Town duly notified of all such actions required for it to be able to commence ❑r resume performance of its obligations under this Agreement. SECTION 17.0 — FEDERAL AND STATE TAXES 17.1 The Town is exempt from Federal Tax and State Sales and Use Taxes. Upon request, the Town will provide an exemption certificate to the Contractor. The Contractor shall not be exempted from paying sales tax to its suppliers for materials to fulfill contractual obligations with the Town, nor shall the Contractor be authorized to use the Town's Tax Exemption Number in securing such materials. SECTION 18.0 — TOWN RESPONSIBILITIES 18.1 The Town shall be responsible for providing access to all Town project sites, and providing information in the Town's possession that the Contractor may reasonably require to perform the Services including existing reports, studies, financial information, and other relevant data that are available in the files of the Town. SECTION 19.0 - NON-DISCRIMINATION 19.1 The Contractor warrants and represents that all of its employees are treated equally during employment without regard to race, color, religion, gender, age or national origin. SECTION 20.0 - ACCESS AND AUDITS 20.1 The Contractor shall maintain adequate records to justify all charges and costs incurred in performing the Services for at least three (3) years after completion of this Agreement. The Town shall have access to all books, records, and documents that the Contractor must maintain in accordance with this Section 18 for the purpose of inspection or audit during the Contractor's normal business hours at its usual place of business. Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D 20.2 If the Town determines that the Town has overpaid the Contractor because the Contractor has misrepresented its billable item(s) or reimbursable expenses, the Contractor shall deliver the full amount of any overpayment to the Town. If the Town incurs any fees, costs or expenses to recover the overpayment amount including, but not limited to, administrative accounting and attorneys' fees, costs and expenses, then the Contractor must pay the Town the full amount of the same as such fees, costs and expenses come due. 20.3 If the Town determines that the Contractor has under billed the Town because the Contractor has miscalculated any reimbursable items or rates after submitting the invoice in accordance with Section 2 of this Agreement, then the Contractor waives any claim for additional payment for those services or reimbursable items. 20.4 All invoices submitted to the Town pursuant to this Agreement are subject to audit and demand for refund of overpayment for a time period extending three (3) years beyond the expiration or earlier termination of this Agreement. 41x611Eel ►WAROMWO11A211=1:4-'i:111+1a91016111i'JI:11►1f= 21.1 The Contractor shall be required to cooperate with other Town Contractors and shall timely provide those Contractors any information requested in the specifiers format. Any and all documents, records, disks, original drawings, or other information shall become property of the Town for its use and/or distribution as the Town may determine in its sole discretion. The Contractor is not liable for any damages, injury or costs associated with the Town's use or distribution of these documents for purposes other than those originally intended by the Contractor. SECTION 22.0 - KEY PERSONNEL 22.1 The Contractor shall notify the Town in the event of any key personnel changes, which may affect this Agreement. To the extent possible, notification shall be made at least ten (10) days prior to any proposed changes. The Contractor shall at the Town's request, remove without consequence to the Town any subContractor or employee of the Contractor and replace the same with an appropriate substitute having the required skill and experience necessary to perform the Services in accordance with this Agreement requirements. The Town has the right and discretion to reject proposed changes in key personnel. The following personnel of Contractor shall be considered key personnel: Name: Michael George, General Manager Cell 352-398-9127 Name: Name: Name: SECTION 23.0 - ANNUAL APPROPRIATIONS 23.1 The Contractor acknowledges that during any fiscal year the Town shall not expend money, incur any liability, or enter into any agreement which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any agreement, verbal or written, the Town may make in violation of this fiscal limitation is null and void, and no money may be paid on such agreement. The Town may enter into agreements whose duration exceeds one (1) year; however, any such agreement shall be executory only for the value of the services to be rendered which the Town agrees to pay as allocated in its annual budget for each succeeding fiscal year. Accordingly, the Town's performance and obligation to pay the Contractor under this Agreement is contingent upon an annual appropriation being made for that purpose. SECTION 24.0 - LIMITATION OF LIABILITY 24.1 IN NO EVENT, SHALL THE TOWN BE LIABLE TO THE CONTRACTOR FOR INDIRECT, 9 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D INCIDENTAL, CONSEQUENTIAL, SPECIAL, EXEMPLARY, OR PUNITIVE DAMAGES OF ANY KIND OR NATURE, INCLUDING LOSS OF PROFIT, WHETHER FORESEEABLE OR NOT, ARISING OUT OF OR RESULTING FROM THE NONPERFORMANCE OR BREACH OF THIS AGREEMENT BY THE TOWN WHETHER BASED IN CONTRACT, COMMON LAW, WARRANTY TORT, STRICT LIABILITY, CONTRIBUTION, INDEMNITY OR OTHERWISE. SECTION 25.0 - DEFAULT AND REMEDY 25.1 If the Contractor materially defaults in its obligations under this Agreement and fails to cure the same within five (5) days after the date the Contractor receives written notice of the default from the Town, then the Town shall have the right to (i) immediately terminate this Agreement by delivering written notice to the Contractor, and (ii) pursue any and all remedies available in law, equity, and under this Agreement. 25.2 If the Town materially defaults in its obligations under this Agreement and fails to cure the same within five (5) days after the date the Town receives written notice of the default from the Contractor, then the Contractor shall have the right to immediately terminate this Agreement by delivering written notice to the Town. Upon any such termination, the Town shall pay the Contractor the full amount due and owing for all Services performed through the date of Agreement termination. SECTION 26.0 — E-VERIFY 26.1 The Contractor and its subcontractors (if any) warrant compliance with all federal immigration laws and regulations that relate to their employees including, but not limited to, registering with, and using the E-Verify system. The Contractor agrees and acknowledges that the Town is a public employer that is subject to the E-Verify requirements as set forth in Section 448.095, Florida Statutes, and that the provisions of Section 448.095, F.S., apply to this Agreement. Notwithstanding, if the Town has a good faith belief that the Contractor has knowingly hired, recruited, or referred an alien who is not duly authorized to work by the immigration laws or the Attorney General of the United States for employment under this Agreement, the Town shall terminate the Agreement. If the Town has a good faith belief that a subcontractor performing work under this Agreement knowingly hired, recruited, or referred an alien wh❑ is not duly authorized to work by the immigration laws or the Attorney General of the United States for employment under this Agreement, the Town shall promptly notify the Contractor and order Contractor to immediately terminate the contract with the subcontractor. The Contractor shall be liable for any additional costs incurred by the Town as a result of the termination of the Agreement based on the Contractor's failure to comply with the E-Verify requirements referenced herein. [Remainder of this page intentionally left Blank] 10 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as of the day and year last written below. The Town and the Contractor have signed this Agreement in two originals in counterpart. One counterpart each has been delivered to the Town's Procurement Manager and the Contractor. All portions of the Agreement have been signed, initialed or identified by the Town and the Contractor. ATTEST: _—As To- M Service uticns LC [Signature} Penni L Cala, Bid Coordinator (Print or Type Name) Date: 0110312025 Seal ATTEST: As to Town of Longboat Key, Florida DocuSigned by: 3kam *4Tuwn Clerk Date: 1/6/202 5 Seal ❑S Revi%,gj&reement as to Form ly SDIn V, fr �al�R�9#�ey, Esq.. Town Attorney CONTRACTOR: R&M SERVICE; fts General Manager (Title of Authorized Representative) Michael GeQrae {Print or Type Name} Date 01 /03/2025 TOWN Town of Longboat Key, Florida DocuSigned by: B RtW&d i tr�V, aid-Taptain, Town Manager Date: 1/6/2025 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D R&MSERV-01 MOWERYD AC�RD CERTIFICATE OF LIABILITY INSURANCE Ili­711912024 DATEIMMIDDIYYY(I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTacT Dianne Klaus Insurance Office of America Abacoa Town Center 1200 University Blvd, Suite 200 Jupiter, FL 33458 PHONE 721.37,46 FAX (Arc, No, Ext]: 561 j IAIC, No): MAIL . Dianne.Klaus@ioausa.com EVDnr INSURER(S) AFFORDING COVERAGE NAIC It INSURER A:Transportation Insurance Company 20494 INSURED INSURER a: The Continental Insurance Company 35289 INsURER c , Travelers Property Casualty Company of America 25674 R&M Service Solutions, LLC INSURER D : 7256 Westport Place, Suite A West Palm Beach, FL 33413 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER. REVISION NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR1 INSD WVD POLICY NUMBER POLICY EFF DD POLICY EXP MM DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR �6042667780 7r2112024 712112025 EACH OCCURRENCE 1,000,000 DAMAGES, RENTED EM1 ES Ea occurrence 100,000 $ MED EXP (Any oneperson) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY Fx—1 PAPT F—xl LOC OTHER: GENERAL AGGREGATE 2,0009000 PRODUCTS - COMPIOP AGG $ 2,000,000 S AUTOMOBILE LIA61lITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS W p AUTOS ONLY ALri05 ❑Nf LY 6081140945 712112024 712112025 EDMBINED SINGLE LIMIT accident)$ 1,000,000 x BODILY INJURY Perperson) $ BODILY INJURY Per accident $ PPe�acEcitleTMiit AMAGE B X UMBRELLA LIAR EXCESS LIAS x OCCUR CLAIMS -MADE 7034018351 712112024 712112025 EACH OCCURRENCF $ 3,000,000 AGGREGATE 3,000,000 DED I }C I RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE (��.FICERIMEMBER EXCLUDED? N WIlN ndatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A 6042667794 7/21/2024 712112025 x PER ❑TH- ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYE 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,U00 $ C Equipment Floater QT6605N313831-TIL-24 7/21/2024 712112025 Lease dfRented-Item 250,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 101. Additional Remarks Schedule, may be attached It more space Is required] 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 Town of Longboat Key 501 Bay Isles Road ACORD 25 (201E)03j Q 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Exhibit A Incorporated by reference the Town's Invitation For Bid, IFB 24-091, to include all attachments and addenda, and in the Contractor's response thereto. 1? Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Exhibit B 24-091 Pricing Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D _XHIBIT B 1 f B 24-091 - Fire Hydrant Maiuenance, Repair, Replacement Services R&M SERVICE SOLUTIONS Bid Item # Description LfoI1R Fast pty Unit Cast Total Cost 1-Ivdrant Services Maintenance 1 Hydrant Maintenance (Inc GPS sub -meter. scrap, wirebrush and paint) Each 405 $110.00 $44,550.00 3 Scrape, Wire Bnish, and Paint Hydrant Only (No Maintenance) Each 1 Si 10-00 $110.00 3 Attach Hydrant ID Tag Each 1 $15.00 $15.00 4 Install Reflective Road Marker Each I $20.00 $20.00 Repair 5 Bonnet and/or Break Away Flange Bolt Replacement Each 1 $50,00 $50.01) 6 Upper Barrel Repair Each 1 $800.00 $800.00 7 Lower Barrel Repair Each I $ 3,100.00 $ I,100.0o 8 Hydrant Extension 6 Inch Each I $900.00 $900.00 9 Hydrant Extension 12 Inch Each I $1.200.00 $1.200.00 10 1 Hydrant Extension 18Inch Each 1 $1,400,00 $1A00.00 Replace I I Replace typical bury (48 inch) hydrant on functioning and restrained isolation valve. This scenario will not r uire a shut down or line stop . Each 2 S[0,500.00 S21,000.00 12 Replace typical bury (48 inch) hydrant and "tie -back" unrestrained isolation valve providing valve is mechanical joint and not "push on". This scenario wi11 not require a shut down or line stop Each S 12.000.00 $24,000.00 13 Replace typical bury (48 inch) hydrant and (or install) isolation valve on existing restrained MJ tee. This scenario will require a shut down or line stop. Each I S 13,000.00 313.000.00 14 Replace typical bury (48 inch) hydrant, isolation valve and tee. This scenario will require a shut down or line stop 14a 16 inch x 6 inch tee Each 1 $16.000,00 516,000.Ot1 14b 6 inch x 8 inch tee Each 1 $16.500,00 516,500.00 14c 6 inch x 10 inch Lee Each I 516.750-00 S16,750.00 14d 6 inch x 12 inch tee Each 1 $16,850,00 S16,850.00 14e 6 inch x 14 inch Lee Each 1 $17,250.00 S17,250.00 14f 6 inch x 16 inch tee Each 1 S 17,500.00 S 17.500.00 Install water main . 15 with 6 inch x 6 inch wet tap Each I $12,500.00 $12,500.00 15a with 6 inch x 8 inch wet tap Each 1 $12.800.00 S 12.800.00 15b with 6 inch x 10 inch wet tap Each 1 $13.250.00 513.250.00 15c with 6 inch x 12 inch wet tap Each 1 $13,750.00 S13,750.00 15d with 6 inch x 14 inch wet tap Each 1 $14,000.00 S14,000.00 15c with 6 inch x 16 inch wet tap Each 1 1 $14.150.00 514,150•00 16 Abandon existing hydrant and isolation valve in place (below ground) Each 1 $5,000.00 $5,0ut1.1a1 17 Installation of hydrant other than typical 48 inch b per 6 inch increment 6 $450.00 $2,700.00 18 Hydrant set more than 6 feet away front centerline of tee LF ? S200.00 S 101t.1nt 19 1 lydrant set includes restrain 6 inch MI bend(s) Each 1 $400-00 \400.00 Valve Services 20 Valve Maintenance (includes sub -meter GPS location) Each 50 $65A0 $3,250,00 2i Valve Maintenance (includes sub -foot GPS location) Each 50 $65.00 $3,250.00 22 Valve Maintenance (without GPS location) Each 10 $65.00 $650.00 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Bid Item # Description UOM Est Qty Unit Cost Total Cost 23 Not found Valve (ref. Valve Maintenance scope of work Each all $50.00 $1.5U0.00 24 Raise valve box to grade <12 inch depth (excluding concrete areas and vehicular arteries) Each 30 $200.00 $6,0W00 15 Raise valve box to grade ¢12 inch depth in concrete areas and veh i cular arteri es Each 30 $450.00 $i3.500.00 26 inch dept but <48 inch dept (excluding concrete areas and vehicular arteries) Each 5 WOW $2,500.00 27 Raise valve box to grade <12 inch depth but <48 inchdepth in concrete areas and vehicular arteries Each 5 $1,550.00 $7,750.00 29 Replace existing 2 inch valve with resilient wedge gate valve on dry pipe (assume 48 inch bury) Each 5 $7,500.U0 $37.500,00 2t) Replace existing 4 inch valve with resilient wedge gate valve on dry pipe (assume 48 inch bury) Each 5 $8,000.00 $40A0,01i 30 Replace existing b inch valve with resilient wedge gate valve on dry pipe (assume 48 inch bury) Each a $9,000.00 $32,000.00 31 Replace existing 8 inch valve with resilient wedge gate valve on dry pipe (assume 48 inch bury) Each 1 $lO,UUo-oo $10.000.00 32 Replace existing 10 inch valve with resilient wedge gate valve on dry pipe (assume 48 inch bury) Each 1 S 14,000.00 $14.000.00 33 Replace existing 12 inch valve with resilient wedge gate vale on dry pipe (assume 48 inch bury) Each 1 $15,000,00 $15,000.00 34 Replace existing 14 inch valve with resilient wedge gate vale on dry pipe (assume 48 inch bury) Each 1 $17,000.00 $17.000.00 35 Replace existing 16 inch valve with resilient wedge gate vale on dry pipe (assume 48 inch bury) Each 1 $17,000.00 $17,000.00 36 Installation of 4 inch insertion valve (assume 48 inch bury) Each $12,250.00 $36.750.00 37 Installation of 6 inch insertion valve (assume 48 inch bury) Each $13,987.00 $69,935.00 3R Ins [aIIation of 8 inch insertion valve (assume 48 inch burv) Each 1 $16.125.00 $16-1--0 M) 39 Installation of 10 inch insertion valve (assume 48 inch bury) Each 1 S18,500.00 $18.500.00 40 Installation of 12 inch insertion valve (assume 48 inch bury) Each 1 $23,400.00 $23A)0.00 41 Installation of 10 inch insertion valve (assume 48 inch bury) Each 1 $48,000.00 $48,000.00 Required use of Di pipe in lieu of C-900 PVC pipe 42 6 inch LF 10 $58.00 $580.00 42a 8 inch LF 10 $71.00 $710.00 42h 12 inch LF 10 $91.00 $910.00 42c 14 inch LF 10 $150.00 $1.500.00 42d 16 inch IT 10 $150.00 $1.500.00 Line Stop Services 43 4 inch line stop (316 SS fitting) Each 2 $13 250.00 $26,500.00 44 4 inch line stop (epoxy fitting) Each 2 $11,550.00 $23,100.00 45 6 inch line stop (316 SS fitting) Each ? $14,464.00 $29 92R.0t1 46 6 inch line stop (ex poxy fitting) F'ach 2 $13.393.00 $26,7h6. H) 47 R inch Iinc stop (316 SS fitting) Each 1 $14,990.00 $14.9X6.�Mi 4h R inch line stop (expo xyfitting) Fach 1 $14,407.00 $A407,00 49 10 inch line stop (316) SS fitting Each 1 $16,347.00 $16,347,00 50 10 inch line stop (expoxy fitting) Fact] 1 X 15,221.00 $15121.00 51 12 inch line stop (epoxy fitting) Each 1 $13,221.00 $15,221.00 52 14 inch line stop (epozy fitting) Each 1 $18,354.00 $18,354.00 53 16 inch line stop (epoxy fitting) Each 1 $20,099,00 $20.099.00 Dissimilar OD pipe connection for PVC, DIP, Cl and AC pipe only Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Bid Item # Description UOM Est Qt]y Unit Cost TWA Cusl 54 6 inch Fach 1 $600.00 S600.00 55 8 inch Each 1 $750.00 $730.00 56 10inch Each 1 $815.00 $815.00 57 112 inch Each 1 $850.00 $850.00) 59 14 inch Each 1 $2.100.00 $2,100.00 59 Leak soundin V at each h •drant and. -or valve Each 5 S50-00 22 ,0.00 60 4 inch by-pass piping LF 10 $175.D0 $1,750.00 6I 6 inch by-pass piping LF 10 $200.00 $2,000.00 62 MobiIization & Demobilization LS 1 $i.500.00 $1,500.00 63 Maintenance of Traffic (MOT) LS I $1,5oo,00 $1,500.00 64 Barracade Type 1 or IT with Warning Light ED 1 $20.001 $20.00 Dew atering 65 Dewatering 0-6" LF 1 $225,00 $225,00 fib Dewaterin 6r12" LF 1 $350.001 $350.00 67 Dewatcring 12-18" LF I $485.00 1 $485,00 Misc. Materials fib Ri re (sand -cement) CY I $500,00 $500.00 69 Fill CY 1 $150.001 $150.00 70 #57 rock CY I $15o.001 $150,00 71 Shell rock CY 1 $150.0o $150.00 Sod Replacement 72 Bahia SY 1 1 $150.001 $150.00 73 St. Augustine SY 1 $150,00 $150.00 74 Seed & Mulch SY 1 $150,001 $130.00 75 Water t 1,000 gallons) GAL l .000 $1.DD $ l Ao0.00 Miscellaneous Services 76 Excavation of Unsuitable Material - Haul ofl'sile & dispose (buck measure) CY 1 $650,00 $650.00 77 Com action CY 1 $250.00 $250.00 78 jBackfill CY 1 $265.00 $265.00 79 1 Emergency Cal I Out Response Time I iR S 1 $1,000.O0 $1,000.00 Total Base Bid $974.464.00 Docusign Envelope ID: 30750D25-765E-4A27-B9E4-BCD200CB259D Exhibit C TOWN OF LONGBOAT KEY, FLORIDA Q 3! ti• J: r• REIMBURSABLE COST SCHEDULE 1. Reproduction Cost A. Regular Copying B. Blueprint Copy 2, Subcontractor Services 3. Special Contractors 4. Telecommunications A. Local B. Non -Local 5. Computer Services 6. Travel Expenses Single Side Double Sided In accordance with Florida Statutes In accordance with Florida Statutes Actual Costs Actual Costs 7. Postage, Fed Ex, LIPS 8. Pre -approved Equipment (Includes purchase and rental of equipment used in project) Non -reimbursable Actual Costs Non -reimbursable In accordance with Chapter 112.061 Florida Statutes Actual Costs Actual Costs Reimbursable Expenses are the actual, pre -approved, expenses incurred directly in connection with an applicable task designated by the Town to the Contractor, 13