HomeMy WebLinkAboutContract 2025-053ADocusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
AGREEMENT No. 2025-053
HYDRANT & VALVE MAINTENANCE, REPAIR, AND FLUSHING 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 HYDROMAX USA, LLC, whose address is: 3700 River Walk Drive, Suite 145, Flower
Mound, TX 75028, (hereinafter referred to as "CONTRACTOR").
WHEREAS, Seminole County, through the public procurement process, awarded an Agreement
for Hydrant & Valve Maintenance, Repair, and Flushing Services Contract No. IFB-604913-
24/LAS;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto, and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and
conditions of the Seminole County Contract Number IFB-604913-24/LAS;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
1. SCOPE OF WORK
The CONTRACTOR shall furnish hydrant and valve maintenance, repair, and flushing services as
described in the Seminole County Contract Number IFB-604913-24/LAS, 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 Sunday, March 26, 2028 unless terminated or renewed by Seminole
County.
1
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
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 Seminole County Contract Number IFB-
604913-24/LAS 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: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
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: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
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: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
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:
Hydromax USA, LLC
3700 River Walk Drive, Suite 145, Flower Mound, TX 75028
Attn: Michael Farmer, Chief Financial Officer
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: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
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: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
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 Seminole County Contract Number IFB-604913-24/LAS.
7
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
IN WITNESS WHEREOF, the parties hereto have executed this Agreement.
CITY OF CLERMONT
Signed by:
D99CA96BEB984B7...
SIGNATURE
Tim Murry
FULL NAME
Mayor
TITLE
6/29/2025
DATE SIGNED
HYDROMAX USA, LLC
Signed by:
l� i&,ad Famw
8457EFACBD41431...
SIGNATURE
Michael Farmer
FULL NAME
Chief Financial Officer
TITLE
6/27/2025
DATE SIGNED
ATTEST
ETDocuSigned by:
w.cy A44,-yd H.,wc
3AD7F34905B344A...
SIGNATURE
Tracy Ackroyd Howe
FULL NAME
City Clerk
TITLE
7/7/2025
DATE SIGNED
n c+
91
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Exhibits List
A - IFB-604913-24LAS Agreement
B - IFB-604913-24LAS Pricing
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Exhibit A
I FB-604913-24LAS Agreement
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
TERM CONTRACT FOR HYDRANT & VALVE MAINTENANCE, REPAIR, AND
FLUSHING
(IFB-604913-24/LAS)
THIS AGREEMENT is dated as of the;- -day of 20�, by and
between HYDROMAX USA LLC, duly authorized to conduct business in the State of Florida,
whose address is 3700 River Walk Dr., Suite 145, Flower Mound, TX, 75028, in this Agreement
referred to as "CONTRACTOR", and SEMINOLE COUNTY, a charter county and political
subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 E.
I" Street, Sanford, Florida 32771, in this Agreement referred to as "COUNTY".
WITNESSETH:
WHEREAS, COUNTY desires to retain the services of a competent and qualified
contractor to provide hydrant and valve maintenance, repair, and flushing services for Seminole
County; and
WHEREAS, COUNTY has requested and received expressions of interest for the retention
of services of contractors; and
WHEREAS, CONTRACTOR is competent and qualified to provide materials and
services to COUNTY, and desires to provide materials and services according to the terms and
conditions stated in this Agreement,
NOW, THEREFORE, in consideration of the mutual understandings and covenants set
forth in this Agreement, COUNTY and CONTRACTOR agree as follows:
Section 1. Materials and/or Services. COUNTY hereby retains CONTRACTOR to
provide materials and services as further described in the Scope of Services attached as Exhibit A
and made a part of this Agreement. CONTRACTOR is also bound by all requirements as
contained in the solicitation package, all addenda to this package, and CONTRACTOR's
Tenn Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 1 of 24
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 1 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
submission in response to this solicitation. Required materials and services will be specifically
enumerated, described, and depicted in the Purchase Orders authorizing purchase of specific
materials and services. This Agreement standing alone does not authorize the purchase of
materials and services or require COUNTY to place any orders for work.
Section 2. Term. This Agreement takes effect on the date of its execution by COUNTY
and continues for a period of three (3) years. At the sole option of COUNTY, this Agreement may
be renewed for two (2) successive periods not to exceed one (1) year each. Expiration of the term
of this Agreement will have no effect upon Purchase Orders issued pursuant to this Agreement and
prior to the expiration date. Obligations entered by both parties under such Purchase Orders will
remain in effect until delivery and acceptance of the materials authorized by the respective
Purchase Order. The first three (3) months of the initial term are considered probationary. During
the probationary period, COUNTY may immediately terminate this Agreement at any time, with
or without cause, upon written notice to CONTRACTOR.
Section 3. Authorization for Materials and/or Services. Authorization for provision of
materials and services by CONTRACTOR under this Agreement must be in the form of written
Purchase Orders issued and executed by COUNTY. A sample Purchase Order is attached as
Exhibit B. Each Purchase Order will describe the materials and services required, state the dates
for delivery of materials and services, and establish the amount and method of payment. The
Purchase Orders must be issued under and incorporate the terms of this Agreement. COUNTY
makes no covenant or promise as to the number of available Purchase Orders or that
CONTRACTOR will perform any Purchase Order for COUNTY during the life of this Agreement.
COUNTY reserves the right to contract with other parties for the services contemplated by this
Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so.
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 2 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 2 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Section 4. Time for Completion. The materials and services to be provided by
CONTRACTOR will be delivered, as specified in such Purchase Orders as may be issued under
this Agreement, within the time specified in the Purchase Order.
Section 5. Compensation. COUNTY shall compensate CONTRACTOR for the materials
and services provided for under this Agreement on a Fixed Fee basis at the rates as outlined in
Exhibit C. When a Purchase Order is issued on a Fixed Fee basis, then the applicable Purchase
Order Fixed Fee amount will include any and all reimbursable expenses and will be based on the
unit pricing attached to this Agreement, or as reduced in the quoting process leading to specific
Purchase Orders.
Section 6. Payment and Billing.
(a) CONTRACTOR shall supply all materials and services required by the Purchase
Order, but in no event will CONTRACTOR be paid more than the negotiated Fixed Fee amount
stated within each Purchase Order.
(b) For Purchase Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the
amount due based on the percentage of total Purchase Order materials and services actually
provided, but in no event may the invoice amount exceed a percentage of the Fixed Fee amount
equal to a percentage of the total services actually completed.
(c) COUNTY shall make payments to CONTRACTOR when requested as materials
and services are provided, but not more than once monthly. Each Purchase Order will be invoiced
separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an
itemized invoice, properly dated, describing any materials and services provided, the cost of the
materials and services provided, the name and address of CONTRACTOR, Purchase Order
Number, Contract Number, and any other information required by this Agreement.
(d) Submittal instructions for invoices are as follows:
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 3 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 3 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
(1) The original invoice must be emailed to:
AP@SeminoleClerk.org
(2) The original invoice may also be mailed or delivered to:
Director of County Comptroller's Office
Seminole County Board of County Commissioners
P.O. Box 8080
Sanford, FL 32772-8080
(3) A copy of the invoice must be sent to:
Seminole County Utilities Operations Division
500 W. Lake Mary Boulevard
Sanford, FL 32773
(e) Upon review and approval of CONTRACTOR's invoice, COUNTY shall pay
CONTRACTOR the approved amount in accordance with the terms as set forth in Chapter 218,
Part VII, Florida Statutes.
Section 7. General Terms of Payment and Billing.
(a) Upon satisfactory delivery of materials and services required under this Agreement
and upon acceptance of the materials and services by COUNTY, CONTRACTOR may invoice
COUNTY for the full amount of compensation provided for under the terms of this Agreement
less any amount already paid by COUNTY.
(b) COUNTY may perform or have performed an audit of the records of
CONTRACTOR at any time during the term of this Agreement and after final payment to support
final payment under this Agreement. Audits may be performed at a time mutually agreeable to
CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined
subsequent to an audit as provided for in this Section and the total compensation so determined
will be used to calculate final payment to CONTRACTOR. Performance of this audit will not
delay final payment as provided by subsection (a) of this Section.
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 4 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 4 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
(c) CONTRACTOR shall maintain all books, documents, papers, accounting records,
and other evidence pertaining to materials and services provided under this Agreement in such a
manner as will readily conform to the terms of this Agreement. CONTRACTOR shall make such
materials available at CONTRACTOR's office at all reasonable times during the term of this
Agreement and for five (5) years from the date of final payment under the contract for audit or
inspection as provided for in subsection (b) of this Section.
(d) In the event any audit or inspection conducted after final payment but within the
period provided in paragraph (c) of this Section reveals any overpayment by COUNTY under the
terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within
thirty (30) days of notice by COUNTY.
Section 8. No Waiver by Forbearance. COUNTY's review of, approval and acceptance
of, or payment for the materials or services required under this Agreement does not operate as a waiver
of any rights under this Agreement, or of any cause of action arising out of the performance of this
Agreement. CONTRACTOR is and will always remain liable to COUNTY in accordance with
applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or
wrongful provision of any of the materials or services provided under this Agreement.
Section 9. Termination.
(a) COUNTY may, by written notice to CONTRACTOR, terminate this Agreement or
any Purchase Order issued under this Agreement, in whole or in part, at any time, either for
COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its obligations
under this Agreement. Upon receipt of such notice, CONTRACTOR shall immediately
discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY all
data, drawings, specifications, reports, estimates, summaries, and any and all such other
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 5 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 5 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
information and materials of whatever type or nature as may have been accumulated by
CONTRACTOR in performing this Agreement, whether completed or in process.
(b) If the termination is for the convenience of COUNTY, CONTRACTOR will be
paid compensation for services performed to the date of termination.
(c) If the termination is due to the failure of CONTRACTOR to fulfill its obligations
under this Agreement, COUNTY may take over the work and carry it to completion by other
agreements or otherwise. In such case, CONTRACTOR will be liable to COUNTY for all
reasonable additional costs associated with CONTRACTOR's failure to fulfill its obligations
under this Agreement.
(d) CONTRACTOR will not be liable for such additional costs if the failure to perform
the Agreement arises without any fault or negligence of CONTRACTOR, but CONTRACTOR
will be responsible and liable for the actions by its subcontractors, agents, employees, persons, and
entities of a similar type or nature. Matters beyond the fault or negligence of CONTRACTOR
include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual
capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually
severe weather, but in every case the failure to perform must be beyond the control and without
any fault or negligence of CONTRACTOR.
(e) If after notice of termination for CONTRACTOR's failure to fulfill its obligations
under this Agreement it is determined that CONTRACTOR had not so failed, the termination will
be conclusively deemed to have been effected for the convenience of COUNTY. In such event,
adjustment in the Agreement price will be made as provided in subsection (b) of this Section.
(f) The rights and remedies of COUNTY provided for in this Section are in addition
and supplemental to any and all other rights and remedies provided by law or under this
Agreement.
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 6 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 6 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Section 10. Conflict with Contract Documents. Wherever the terms of this Agreement
conflict with any Purchase Order issued pursuant to it or any other contract documents, including
proposals submitted by CONTRACTOR, this Agreement will prevail. For the avoidance of doubt,
proposals and any other documents submitted by CONTRACTOR are not incorporated into this
Agreement, unless expressly stated otherwise.
Section 11. Equal Opportunity Employment. CONTRACTOR shall not discriminate
against any employee or applicant for employment for work under this Agreement because of race,
color, religion, sex, age, disability, or national origin. CONTRACTOR shall take steps to ensure
that applicants are employed and employees are treated during employment without regard to race,
color, religion, sex, age, disability, or national origin. This provision includes, but is not limited
to the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or
termination, rates of pay or other forms of compensation and selection for training including
apprenticeship.
Section 12. No Contingent Fees. CONTRACTOR warrants that it has not employed or
retained any company or person other than a bona fide employee working solely for
CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any
person, company, corporation, individual, or firm, other than a bona fide employee working solely
for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon
or resulting from award or making of this Agreement. For the breach or violation of this provision,
COUNTY will have the right to terminate the Agreement at its sole discretion without liability and
to deduct from the Agreement price or otherwise recover the full amount of such fee, commission,
percentage, gift, or consideration.
Section 13. Conflict of Interest.
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 7 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 7 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
(a) CONTRACTOR shall not engage in any action that would create a conflict of
interest in the performance of its obligations pursuant to this Agreement with COUNTY or violate
or cause others to violate the provisions of Chapter 112, Part III, Florida Statutes, relating to ethics
in government.
(b) CONTRACTOR hereby certifies that no officer, agent, or employee of COUNTY
has any material interest (as defined in Section 112.312(15), Florida Statutes, as over 5%), either
directly or indirectly, in the business of CONTRACTOR to be conducted under this Agreement
and that no such person will have any such interest at any time during the term of this Agreement.
Section 14. Assignment. Neither this Agreement nor any interest in it may be assigned,
transferred, or otherwise encumbered under any circumstances by either party without prior written
consent of the other party and in such cases only by a document of equal dignity with this
Agreement.
Section 15. Subcontractors. CONTRACTOR shall first secure the prior written approval
of COUNTY before engaging or contracting for the services of any subcontractors under this
Agreement. CONTRACTOR will remain fully responsible to COUNTY for the services of any
subcontractors under this Agreement.
Section 16. Indemnification of COUNTY. To the fullest extent permitted by law,
CONTRACTOR shall hold harmless, release, and indemnify COUNTY, its commissioners,
officers, employees, and agents from any and all claims, losses, damages, costs, attorney fees, and
lawsuits for damages arising from, allegedly arising from, or related to CONTRACTOR's
provision of materials or services under this Agreement caused by CONTRACTOR's act or
omission in the performance of this Agreement.
Section 17. Insurance.
(a) CONTRACTOR, at its sole expense, shall maintain the insurance required
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 8 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-ESAA
Page 8 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
under this Section at all times throughout the duration of this Agreement and have this insurance
approved by COUNTY's Risk Manager with the Resource Management Department.
CONTRACTOR shall immediately provide written notice to the COUNTY upon receipt of notice
of cancellation of an insurance policy or a decision to terminate an insurance policy.
(1) CONTRACTOR shall require and ensure that each of its sub -vendors or
subcontractors providing services under this Agreement, if any, procures and maintains insurance
of the types and to the limits specified in this Agreement until the completion of their respective
services.
(2) Neither approval by COUNTY nor failure by COUNTY to disapprove the
insurance furnished by CONTRACTOR will relieve CONTRACTOR of its full responsibility for
liability, damages, and accidents.
(3) Neither COUNTY's review of the coverage afforded by or the provisions
of the policies of insurance purchased and maintained by CONTRACTOR in accordance with this
Section, nor COUNTY's decisions to raise or not to raise any objections about either or both, in
any way relieves or decreases the liability of CONTRACTOR.
(4) If COUNTY elects to raise an objection to the coverage afforded by or the
provisions of the insurance furnished, then CONTRACTOR shall promptly provide to COUNTY
such additional information as COUNTY may reasonably request, and CONTRACTOR shall
remedy any deficiencies in the policies of insurance within ten (10) days.
(5) COUNTY's authority to object to insurance does not in any way whatsoever
give rise to any duty on the part of COUNTY to exercise this authority for the benefit of
CONTRACTOR or any other party.
(b) General Requirements.
(1) Before commencing work, CONTRACTOR shall furnish COUNTY with a
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 9 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 9 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
current Certificate of Insurance on a current ACORD Form signed by an authorized representative
of the insurer evidencing the insurance required by this Section and Exhibit D. The Certificate
must have the Agreement number for this Agreement clearly marked on its face, and
including the following as Certificate Holder:
Seminole County, Florida
Seminole County Services Building
1101 East 1 st Street
Sanford, Florida 32771
The Certificate of Insurance must evidence and all policies must be endorsed to provide the
COUNTY with not less than thirty (30) days (10 days for non-payment) written notice prior to the
cancellation or non -renewal of coverage directly from the Insurer and without additional action of
the Insured or Broker. Until such time as the insurance is no longer required to be maintained,
CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance
within ten (10) days after the expiration or replacement of the insurance for which a previous
certificate has been provided.
(2) In addition to providing the Certificate of Insurance, upon request of the
COUNTY, CONTRACTOR shall provide COUNTY with a certified copy of each of the policies
of insurance providing the coverage required by this Agreement within thirty (30) days after receipt
of the request. Certified copies of policies may only be provided by the Insurer, not the agent or
broker.
(3) Deductible and self -insured retention amounts must be declared to and
approved by COUNTY and must be reduced or eliminated upon written request from COUNTY.
The risk of loss within the deductible amount, if any, in the insurance purchased and maintained
pursuant to this document must be borne by CONTRACTOR.
(4) The insurer's cost of defense, including attorney's fees and attorney's fees
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 10 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 10 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
on appeal, must not be included within the policy limits, but must remain the responsibility of the
insurer for all General Liability, Auto Liability, Employers' Liability, and Umbrella Liability
coverages.
(5) In the event of loss covered by Property Insurance, the proceeds of a claim
must be paid to COUNTY and COUNTY shall apportion the proceeds between COUNTY and
CONTRACTOR as their interests may appear.
(6) Additional Insured: Seminole County, Florida, its commissioners, officials,
officers, and employees must be included as Additional Insureds under General Liability,
Umbrella Liability, Business Auto Liability, Pollution Liability, and Cyber Liability policies.
Such policies shall provide exception to any "Insured versus Insured" exclusion for claims brought
by or on behalf of Additional Insureds.
(7) Coverage: The insurance provided by CONTRACTOR pursuant to this
Agreement must apply on a primary and non-contributory basis and any other insurance or self-
insurance maintained by the Seminole County Board of County Commissioners or COUNTY's
officials, officers, or employees must be in excess of and not contributing with the insurance
provided by CONTRACTOR.
(8) Waiver of Subrogation: All policies must be endorsed to provide a Waiver
of Subrogation clause in favor of the Seminole County, Florida and its respective officials, officers,
and employees. This Waiver of Subrogation requirement does not apply to any policy that includes
a condition that specifically prohibits such an endorsement or voids coverage should the Named
Insured enter into such an agreement on a pre -loss basis.
(9) Provision: Commercial General Liability and Umbrella Liability Policies
required by this Agreement must be provided on an occurrence rather than a claims -made basis.
(c) Insurance Company Requirements. Insurance companies providing the insurance
Tenn Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 11 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 11 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
must meet the following requirements.
(1) Such companies must be either: (a) authorized by maintaining Certificates
of Authority or Letters of Eligibility issued to the companies by the Florida Office of Insurance
Regulation to conduct business in the State of Florida, or (b) with respect only to the coverage
required by this agreement for Workers' Compensation/Employers' Liability, authorized as a group
self -insurer by Section 624.4621, Florida Statutes (2023), as this statute may be amended from
time to time.
(2) In addition, such companies other than those authorized by Section
624.4621, Florida Statutes (2023), as this statute may be amended from time to time, must have
and maintain a Best's Rating of "A-" or better and a Financial Size Category of "VII" or better
according to A.M. Best Company.
(3) If, during the period which an insurance company is providing the insurance
coverage required by this Agreement, an insurance company, (A) loses its Certificate of Authority
or Letter of Eligibility, (B) no longer complies with Section 624.4621, Florida Statutes (2023), as
this statute may be amended from time to time, or (C) fails to maintain the Best's Rating and
Financial Size Category, then CONTRACTOR shall immediately notify COUNTY as soon as
CONTRACTOR has knowledge of any such circumstance and, upon request of COUNTY,
immediately replace the insurance coverage provided by the insurance company with a different
insurance company meeting the requirements of this Agreement. Until such time as
CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to the
COUNTY, CONTRACTOR will be deemed to be in default of this Agreement.
(d) Specifications. Without limiting any of the other obligations or liabilities of
CONTRACTOR, CONTRACTOR, at CONTRACTOR's sole expense, shall procure, maintain,
and keep in force amounts and types of insurance conforming to the minimum requirements set
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 12 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 12 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
forth in Exhibit D. Except as otherwise specified in this Agreement, the insurance must become
effective prior to the commencement of work by CONTRACTOR and must be maintained in force
until final completion or such other time as required by this Agreement. The amounts and types of
insurance must conform to the following minimum requirements:
(1) Workers' Compensation/Employers' Liability.
(A) CONTRACTOR's insurance must cover CONTRACTOR and its
subcontractors of every tier for those sources of liability which would be covered by the latest
edition of the standard Workers' Compensation and Employers Liability Policy (NCCI Form WC
00 00 00 A), as filed for use in Florida by the National Council on Compensation Insurance. In
addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is
to be included for the United States Longshoremen and Harbor Workers' Compensation Act,
Federal Employers' Liability Act and any other applicable federal or state law.
(B) Subject to the restrictions of coverage found in the standard
Workers' Compensation and Employers Liability Policy, there must be no maximum limit on the
amount of coverage for liability imposed by the Florida Workers' Compensation Act, and if
applicable, the United States Longshoremen's and Harbor Workers' Compensation Act or any other
coverage customarily insured under Part One of the standard Workers' Compensation and
Employers Liability Policy.
specified in Exhibit D.
(C) The minimum limits to be maintained by CONTRACTOR are as
(D) If CONTRACTOR asserts an exemption to the provisions of
Chapter 440, Florida Statutes, Workers' Compensation (2023), as this statute may be amended
from time to time, CONTRACTOR shall provide notification to COUNTY's Risk Manager with
the Resource Management Department and shall complete the COUNTY's Workers'
Tenn Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 13 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 13 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Compensation Waiver Request. Approval of exemption is subject to COUNTY's sole discretion.
If approved, the named individuals listed in COUNTY'S approved exemption will be the only
individuals authorized to perform work under this Agreement.
(E) Any vendor or contractor, including CONTRACTOR, using an
employee leasing company must complete the COUNTY'S Leased Employee Affidavit.
(2) Commercial General Liability.
(A) CONTRACTOR's insurance must cover CONTRACTOR for those
sources of liability which would be covered by the latest edition of the standard Commercial
General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by
the Insurance Services Office, or equivalent acceptable to COUNTY. Such coverage must not
contain any endorsements excluding or limiting Products/Completed Operations, Contractual
Liability, or Separation of Insureds. If CONTRACTOR's work, or work under its direction,
control, or sub -contract, requires blasting, explosive conditions, or underground operations, the
comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion,
collapse of structures, or damage to underground property.
(B) ISO Endorsement CG 20 10 or CG 20 26 and CG 20 37 or their
equivalent must be used to provide such Additional Insured status.
(C) The minimum limits to be maintained by CONTRACTOR are as
specified in Exhibit D.
(3) Business Auto Liability.
(A) CONTRACTOR's insurance must cover CONTRACTOR for those
sources of liability which would be covered by Section II of the latest edition of the standard
Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance
Services Office. Coverage must include owned, non -owned, and hired autos or any auto. In the
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(I FB-604913-24/LAS)
Page 14 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 14 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
event CONTRACTOR does not own automobiles, CONTRACTOR shall maintain coverage for
hired and non -owned auto liability, which may be satisfied by way of endorsement to the
Commercial General Liability policy or separate Business Auto Liability policy. If the contract
involves operations governed by Sections 29 or 30 of the Motor Carrier Act of 1980, endorsement
MCS-90 is required.
(B) If CONTRACTOR'S operations involve pollutants as defined in the
ISO Form CA 00 01, Form CA9948, Pollution Liability — Broadened Coverage for Covered Autos,
is required.
(C) The minimum limits to be maintained by CONTRACTOR are as
specified in Exhibit D.
(4) Excess/Umbrella Liability.
(A) CONTRACTOR's insurance must follow form above the
Commercial General Liability, Automobile Liability, and Employer's Liability policies.
specified in Exhibit D.
the following:
(B) The minimum limits to be maintained by CONTRACTOR are as
(5) Pollution Liability.
(A) CONTRACTOR's insurance must cover CONTRACTOR for all of
1. Bodily injury, sickness, disease, mental anguish, or shock
sustained by any person, including death.
2. Property damage including physical injury to or destruction
of tangible property including the resulting loss of use of such property, cleanup costs, and the loss
of use of tangible property that has not been physically injured or destroyed.
3. Defense costs including costs, charges, and expenses
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 15 of 24
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 15 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
incurred in the investigation, adjustment, or defense of claims for such compensatory damages.
(B) If CONTRACTOR is operating a hazardous or non -hazardous
treatment, storage, or disposal facility, coverage for losses that arise from the insured facility that
is accepting the waste.
(C) Coverage must apply to sudden and non -sudden pollution conditions
including the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis,
toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into
or upon land, the atmosphere or any watercourse or body of water, which results in Bodily Injury
or Property Damage.
(D) The minimum limits to be maintained by CONTRACTOR are as
specified in L'xhibit D.
(e) The maintenance of the insurance coverage set forth in this Section may not be
construed to limit or have the effect of limiting CONTRACTOR's liability under the provisions
of Section 16 concerning indemnification or any other provision of this Agreement.
Section 18. Dispute Resolution.
(a) In the event of a dispute related to any performance or payment obligation arising
under this Agreement, the parties shall exhaust COUNTY administrative dispute resolution
procedures prior to filing a lawsuit or otherwise pursuing legal remedies. COUNTY administrative
dispute resolution procedures for proper invoice and payment disputes are set forth in Section
22.15, "Prompt Payment Procedures," Seminole County Administrative Code. COUNTY
administrative dispute resolution procedures for contract claims related to this Agreement, other
than for proper invoice and payment disputes, are set forth in Section 3.5541, "Contract Claims,"
Seminole County Administrative Code.
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 16 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 16 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
(b) In any lawsuit or legal proceeding arising under this Agreement, CONTRACTOR
hereby waives any claim or defense based on facts or evidentiary materials that were not presented
for consideration in COUNTY administrative dispute resolution procedures set forth in subsection
(a) above of which CONTRACTOR had knowledge and failed to present during COUNTY
administrative dispute resolution procedures.
(c) In the event that COUNTY administrative dispute resolution procedures are
exhausted and a lawsuit or legal proceeding is filed, the parties shall exercise best efforts to resolve
disputes through voluntary mediation and to select a mutually acceptable mediator. The parties
participating in the voluntary mediation shall share the costs of mediation equally.
Section 19. Representatives of COUNTY and CONTRACTOR.
(a) It is recognized that questions in the day to day conduct of performance pursuant
to this Agreement may arise. Upon request by CONTRACTOR, COUNTY shall designate and
advise CONTRACTOR in writing of one or more of its employees to whom to address all
communications pertaining to the day to day conduct of this Agreement. The designated
representative will have the authority to transmit instructions, receive information, and interpret
and define COUNTY's policy and decisions pertinent to the work covered by this Agreement.
(b) At all times during the normal work week, CONTRACTOR shall designate or
appoint one or more representatives who are authorized to act on behalf of CONTRACTOR and
bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to
this Agreement, and who will keep COUNTY continually and effectively advised of such
designation.
Section 20. All Prior Agreements Superseded. This Agreement incorporates and
includes all prior negotiations, correspondence, conversations, agreements, or understandings
applicable to the matters contained in this Agreement and the parties agree that there are no
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 17 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 17 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
commitments, agreements, or understandings concerning the subject matter of this Agreement that
are not contained or referred to in this document. Accordingly, it is agreed that no deviation from
the terms of this Agreement may be predicated upon any prior representations or agreements,
whether oral or written.
Section 21. Modifications, Amendments, or Alterations. No modification, amendment,
or alteration in the terms or conditions contained in this Agreement will be effective unless
contained in a written amendment executed with the same formality and of equal dignity with this
Agreement.
Section 22. Independent Contractor. Nothing in this Agreement is intended or may be
construed as in any manner creating or establishing a relationship of co-partners between the
parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an
agent, representative, or employee of COUNTY for any purpose or in any manner whatsoever.
CONTRACTOR is and will remain forever an independent contractor with respect to all services
performed under this Agreement.
Section 23. Employee Status. Persons employed by CONTRACTOR in the performance
of services and functions pursuant to this Agreement have no claim to pension, workers'
compensation, unemployment compensation, civil service, or other employee rights or privileges
granted to COUNTY's officers and employees, either by operation of law or by COUNTY.
Section 24. Services Not Provided For. No claim for services provided by
CONTRACTOR not specifically provided for in this Agreement will be honored by COUNTY.
Section 25. Public Records Law.
(a) CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section
24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members
of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 18 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 18 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling
of the materials created under this Agreement and this statute controls over the terms of this
Agreement. Upon COUNTY's request, CONTRACTOR shall provide COUNTY with all
requested public records in CONTRACTOR's possession, or shall allow COUNTY to inspect or
copy the requested records within a reasonable time and at a cost that does not exceed costs as
provided under Chapter 119, Florida Statutes.
(b) CONTRACTOR specifically acknowledges its obligations to comply with Section
1 19.0701. Florida Statutes, with regard to public records and shall perform the following:
(1) CONTRACTOR shall keep and maintain public records that ordinarily and
necessarily would be required by COUNTY in order to perform the services required under this
Agreement,
(2) CONTRACTOR shall provide COUNTY with access to public records on
the same terms and conditions that COUNTY would provide the records and at a cost that does
not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
(3) CONTRACTOR shall ensure public records that are exempt or confidential
and exempt from public records disclosure requirements are not disclosed, except as authorized by
law.
(c) Upon termination of this Agreement, CONTRACTOR shall transfer, at no cost to
COUNTY, all public records in possession of CONTRACTOR, or keep and maintain public
records required by COUNTY under this Agreement. If CONTRACTOR transfers all public
records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any
duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. If CONTRACTOR keeps and maintains the public records upon completion of this
Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records.
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 19 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 19 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
All records stored electronically must be provided to COUNTY, upon request of COUNTY, in a
format that is compatible with the information technology systems of COUNTY.
(d) Failure to comply with this Section will be deemed a material breach of this
Agreement for which COUNTY may terminate this Agreement immediately upon written notice
to CONTRACTOR. CONTRACTOR may also be subject to statutory penalties as set forth in
Section 119.10, Florida Statutes.
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
CONTRACTOR's DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTRACTOR MAY CONTACT THE
CUSTODIAN OF PUBLIC RECORDS, THE SEMINOLE COUNTY
PURCHASING AND CONTRACTS MANAGER, AT 407-665-7116,
PURCH@SEMINOLECOUNTYFL.GOV, PURCHASING AND
CONTRACTS DIVISION,1301 E. SECOND STREET, SANFORD, FL 32771.
Section 26. Governing Law, Jurisdiction, and Venue. The laws of the State of Florida
govern the validity, enforcement, and interpretation of this Agreement. The sole jurisdiction and
venue for any legal action in connection with this Agreement will be in the courts of Seminole
County, Florida.
Section 27. Compliance with Laws and Regulations. In providing all services pursuant
to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations
pertaining to or regulating the provision of such services, including those now in effect and
subsequently adopted. Any violation of these statutes, ordinances, rules, or regulations will
Term Contract for Hydrant and Valve Maintenance, Repair, & flushing
(IFB-604913-24/LAS)
Page 20 of 24
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 20 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
constitute a material breach of this Agreement and will entitle COUNTY to terminate this
Agreement immediately upon delivery of written notice of termination to CONTRACTOR.
Section 28. Patents and Royalties. Unless otherwise provided, CONTRACTOR is solely
responsible for obtaining the right to use any patented or copyrighted materials in the performance
of this Agreement. CONTRACTOR, without exception, shall indemnify and save harmless
COUNTY and its employees from liability of any nature or kind, including costs and expenses for
or on account of any copyrighted, patented, or unpatented invention, process, or article
manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of
copyright or patent infringement, COUNTY shall promptly provide written notification to
CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly
purchase for COUNTY the legitimate version of any infringing products or services or procure a
license from the patent or copyright holder at no cost to COUNTY that will allow continued use
of the service or product. If none of these alternatives are reasonably available, COUNTY shall
return the article on request to CONTRACTOR and receive reimbursement, il' any, as may be
determined by a court of competent jurisdiction.
Section 29. Notices. Whenever either party desires to give notice to the other, it must be
given by written notice, sent by registered or certified United States mail, return receipt requested,
addressed to the party for whom it is intended at the place last specified. The place for giving of
notice will remain such until it has been changed by written notice in compliance with the
provisions of this Section. For the present, the parties designate the following as the respective
places for giving of notice:
For COUNTY:
Seminole County Utilities Operations Division
500 W. Lake Mary Boulevard
Sanford, FL 32773
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 21 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 21 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
With a copy to:
Seminole County Purchasing & Contracts Division
1301 E. Second Street
Sanford, FL 32771
For CONTRACTOR:
Hydromax USA LLC
3700 River Walk Dr, Suite 145
Flower Mound, TX 75028
Section 30. Rights At Law Retained. The rights and remedies of COUNTY provided
for under this Agreement are in addition and supplemental to any other rights and remedies
provided by law.
Section 31. Headings and Captions. All headings and captions contained in this
Agreement are provided for convenience only, do not constitute a part of this Agreement, and may
not be used to define, describe, interpret or construe any provision of this Agreement.
Section 32. E-Verify System Registration.
(a) CONTRACTOR must register with and use the E-Verify system to verify the work
authorization status of all new employees prior to entering into this Agreement with COUNTY. If
COUNTY provides written approval to CONTRACTOR for engaging with or contracting for the
services of any subcontractors under this Agreement, CONTRACTOR must require certification
from the subcontractor that at the time of certification, the subcontractor does not employ, contract,
or subcontract with an unauthorized alien. CONTRACTOR must maintain a copy of the foregoing
certification from the subcontractor for the duration of the agreement with the subcontractor.
(b) If COUNTY has a good faith belief that CONTRACTOR has knowingly violated
this Section, COUNTY shall terminate this Agreement. If COUNTY terminates this Agreement
with CONTRACTOR, CONTRACTOR may not be awarded a public contract for at least one (1)
year after the date on which this Agreement is terminated. If COUNTY has a good faith belief
Tenn Contract for Hydrant and Valve Maintenance, Repair, K Flushing
(IFB-604913-24/LAS)
Page 22 of 24
Certified Copy - Grant Maloyn.r Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 22 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
that a subcontractor knowingly violated this Section, but CONTRACTOR otherwise complied
with this Section, COUNTY must promptly notify CONTRACTOR and order CONTRACTOR to
immediately terminate its agreement with the subcontractor.
(c) CONTRACTOR shall execute and return the Affidavit of E-Verify Requirements
Compliance, attached to this Agreement as Exhibit E, to COUNTY.
Section 33. Foreign Country of Concern Attestation. When providing services to
COUNTY involving access to personally identifiable information, as defined in section 501.171,
Florida Statutes (2023), CONTRACTOR shall also execute and return the Foreign Country of
Concern Attestation, attached and incorporated to this Agreement as Exhibit F. Through this
attestation, CONTRACTOR affirms that it is neither owned nor controlled by a government of a
Foreign Country of Concern, nor organized under the laws of such a country, as required by section
287.138, Florida Statutes (2023).
IN WITNESS WHEREOF, the parties have made and executed this Agreement for the
purposes stated above.
ATTEST:
!i !�J/t1 IF
Date
HYDROMAX USA LLC
,or -
Michael Farmer, CEO
Date: 3/�
Term Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 23 of 24
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 23 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
10e,
L-Okhn
Print Name
Witness
R�c,ho H c)f n ✓—
Print Name
SEMINOLE COUNTY, FLORIDA
By: 5
GL� YS MARRO .OS,
Procu ement Administrator
Date: 'g A 7
As authorized for execution by the Board of
County Commissioners at its �Gi✓CjL o�vr`
202LS—,regular meeting.
Attachments:
Exhibit A - Scope of Services
Exhibit B - Sample Purchase Order
Exhibit C - Contract Pricing
Exhibit D - Insurance Requirements
Exhibit E - Affidavit of E-Verify Requirements Compliance
Exhibit F - Foreign Country of Concern Attestation
Exhibit G — Human Trafficking Affidavit
Tenn Contract for Hydrant and Valve Maintenance, Repair, & Flushing
(IFB-604913-24/LAS)
Page 24 of 24
Certified Copy - Grant MaSeminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id: 62ED-6CDE-E5AA
Page 24 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
EXHIBIT A- SCOPE OF SERVICES
Fire Hydrants - Valves Maintenance, Repair and Flushing — Hydrant /
Valve Maintenance Services
Part 1: General Scope
GENERAL DESCRIPTION:
The Seminole County Utilities Department (SCUD) requires services of experienced, licensed
contractor(s) to provide maintenance, repair and replacement part services for fire hydrants, valves
(including associated fittings, restraints and pipe), and flushing services on an "as needed" basis at
locations within the SCUD water distribution system. SCUD will furnish the successful contractor(s) with
the most recent copy of the distribution systems atlas in an electronic format. This scope is designed to
include all hydrant and valve maintenance activities, but for the purposes of this specific request the
focus will be on hydrant and valve maintenance and flushing activities included therein.
The Contractor(s) will be responsible for furnishing all labor, tools, equipment, parts and materials to
complete the requested work as specified in the scope of service section. The Contractor(s) will also be
responsible for furnishing all required ancillary services to which includes but is not limited to,
mobilization, excavations, well pointing and pumping, shoring, line stops, wet taps, maintenance of
traffic, and site restorations necessary to complete the requested work as specified in the Scope of
Services.
STANDARDS:
A. SCUD Utility Engineering Specifications for Water Distribution Construction.
B. Seminole County Standards for applicable public right-of-way improvements under County
jurisdiction.
C. FDOT Utility Accommodation Manual (latest edition) and FDOT Design Standards for
Construction, Maintenance and Utility Operations on the State Highway System (2017 or latest
edition).
D. AWWA Standards for Maintenance, Repair and Replacement of fire hydrants (M-17) and
distribution system valves (M-44) (most applicable and latest edition).
E. OSHA Standards as applicable to associated work.
F. Fire Hydrant Flow Testing and Marking (NFPA 291) (most applicable and latest edition). Includes
potential areas of two hydrant testing for main capacity calculations or fire flow capabilities as
requested by SCUD.
SPECIAL CONDITIONS:
Contractor's Response Time:
Contractor(s) shall be adequately staffed and equipped to respond to all aspects of the requested work
within 72 hours, if required by SCUD.
Contractor's Personnel:
The Contractor(s) must employ and assign a Project Manager who will oversee the described work and
who has a minimum of five (5) years continuous field and supervisory experience in all aspects of the
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 25 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
described work. The Project Manager shall serve as the single point of contact for all work, be
responsible for coordinating and scheduling all work (including restoration) and be available (by phone,
if not in person) while contractor's crews work within SCUD distribution systems.
The Contractor shall employ and designate a qualified Quality Control Manager who shall be responsible
for re -inspection of all field processed data if it falls outside of tolerances. All such data shall be re-
collected. The Quality Control Manager shall also be responsible of random sampling of not less than
10% of the total contract value. This will provide quality assurance of all physical aspects of the service
and validation of all data attributes collected.
For each job or task assigned under this contract, the Contractor's Project Manager shall assign qualified
and responsible service technicians to complete requested work. At any time, the contractor's personnel
are working within the SCUD distribution systems, notification is required to the SCUD SCADA
Operations Center at 407-665-2767. All Service Technicians shall wear a uniform shirt that identifies the
Contractor by name. All Service Technicians shall arrive at, and travel through the Utility system in a
presentable service vehicle identified with the Contractor's name, logo and telephone number.
Contractor's Equipment:
The Contractor shall utilize and maintain all equipment in a safe and responsible manner. It is the
responsibility of the Contractor to maintain all equipment so as to avoid any leaking fuel, oil, and/or
hydraulic fluid. If such leakage occurs, it shall be the responsibility of the Contractor to protect the
environment and the surfaces from contamination and/or damage. If said leakage is excessive or cannot
be adequately contained, said equipment must cease operation and be removed from the job site. All
Contractor(s) service vehicles shall be maintained in a presentable manner and have Contractor name
and logo adequately displayed.
SCUD Requirements for Work and Site Visit Management:
Contractor personnel shall notify their assigned SCUD representative each day, prior to beginning work
within the County utility system. All contractor personnel shall display on their person a company
identification badge that is clearly visible at chest level and not covered by clothing or other items. This
badge must have the company name, company phone number, the individual's name and the
individual's photo. In addition, SCUD requires that the Contractor create a service call orjob order ticket
that shall have at a minimum, the following information:
• Company name and contact information
• Company job or work order number
• SCUD contact name and phone number
• SCUD job number and Seminole County purchase order number
• Date/time of beginning and ending of work
• Number of Technicians
• Work location and description of work to be performed
• Detailed description of solution and/or work completed
SCOPE OF SERVICES:
Hydrant Maintenance:
Fire hydrant testing, and maintenance shall be in accordance with AWWA
- M17 Manual and NFPA 291 Manual for Installation, field testing, and maintenance of fire hydrants, to
include the following procedures:
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller a � �� � eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 26 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Single Hydrant Testing Procedure
• Locate and access each fire hydrant
• Locate, access, and exercise fire hydrant isolation valve
• Check fire hydrant nozzle height for correct ground clearance
• Identify make, model, nozzle size and year of hydrant manufacture
• Lubricate operating nut (if appropriate for hydrant make/model) and all nozzle outlets with non-
corrosive FDA approved lubricant
• Open hydrant with nozzle caps in place to check for seal leakage
• Verify that hydrant main (bottom) valve completely closes
• Flow hydrant to maximum rate for 15 minutes, record working pressure and calculate flow rate
and gallons flushed. If hydrant fails to flow clear in the initial 15-minute flush, contact SCUD
SCADA Operations Center at 407-665-2767, notifying them of the anomaly. Continue to flow
hydrant until water clears, checking in 15-minute increments. The use of a calibrated
combination pitot gauge and hydrant diffuser is required for all hydrant flushing.
• Close hydrant completely. Back off the opening nut enough to take the pressure off the packing.
• Remove all outlet nozzle caps, clean the threads, check the condition of the gaskets replace as
required, and lubricate the threads. Check the ease of operation of each cap.
• Check outlet nozzle chains for free action on each cap. If the chains bind, open the loop end
around the cap until they move freely.
• Record static pressure
• Re -attach hydrant nozzle caps
• Scrape, wire brush/or sand blast and paint hydrant appropriate color. Paint shall be Sherwin-
Williams Sher-Cryl High Performance Acrylic, ANSI Safety Yellow, Pantone 109 or approved
equal. Coating shall be spray applied to a minimum of a 4 ml dry coat thickness. In the event
bare metal is exposed on above -ground metal, hydrant is to be primed with Sherwin-Williams
Pro-Cryl Universal primer before new paint is applied.
• Color bonnet painting per NFPA 291 - Fire Hydrant Flow Testing and Marking may be required
per SCUD request.
• Replace (if defective) hydrant ID tag or install (if not present) hydrant ID tag.
• Replace (if defective) blue reflective road marker or install (if not present) blue reflective road
marker. Reflective pavement markers in blue shall be used to identify the hydrant locations.
Each marker is to be placed on the center line of the roadway lane closest to the hydrant.
• Obtain and record GPS site coordinates of hydrant.
** Document any operational deficiencies and/or miscellaneous findings.
Two -Hydrant Testing Procedure:
Hydrant testing procedures will mirror single hydrant testing procedures but to include the following:
• Inspections will be conducted on adjacent hydrant pairs to facilitate the 2-hydrant fire flow test
procedure.
• When the first hydrant is flowed, the second hydrant becomes the M-17 "test hydrant" for
measurement of residual pressure drawdown in the system. The order is then reversed when
the second hydrant is inspection flowed and the first hydrant becomes the "test hydrant" for
fire flow determination.
• Hydrant inspection pairs will always be chosen to maintain the test hydrant on the upstream
side of the system water feed such as on single feed mains.
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller a � �� � eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 27 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
High Pressure Hydrant Additional Safety Procedures:
When a hydrant over 125PSI static pressure is encountered, Contractor will perform the following
additional safety procedures to complete hydrant testing,
• Upon obtaining working pressure, if determined to be over 125 psi, work will halt to complete
the following steps.
• Check/tighten hold down bolts at flange.
• Install Hose Monster or equivalent to hydrant and secure the other end to hitch mounted
diffuser or other stationary anchor.
• Proceed with flowing per the above specifications.
• Upon completion check/tighten hold down bolts at flange.
Notification of all malfunctioning and/or out of service hydrants or valves shall be immediately reported
to SCUD.
Document all pertinent data into an electronic spreadsheet or database including the following:
• Hydrant ID tag number
• Hydrant address location
• Hydrant GPS site coordinates
• Date of flush or service
• Hydrant brand
• Hydrant model number
• Hydrant year
• Hydrant size
• Hydrant flow rate obtained
• Flow at 20PS1 calculation
• Hydrant pressure after 4 minutes of flushing
• Total gallons flushed during service
• Degree of operating difficulty
• Deficiencies and/or repairs required to be immediately reported to the Utility.
All data shall be formatted to match existing SCUD data system and/or forms. Data shall be delivered to
the SCUD in an electronic format compatible with SCUD' ArcGIS/ArcMap system or SQL database.
Valve Maintenance:
Valve maintenance shall include the following procedures:
• Locate and access each valve
• Identify valve, correlating information with data supplied by SEMCO UOs
• Raise valve box to grade (if applicable)
• Align valve box to vertical position (if located outside of pavement)
• Clean debris and standing water from valve box
• Operate valve from open to close and back to open position for two (2) complete cycles
• Obtain and record GPS coordinates of valve
• Paint valve box blue. Valves located inside residential or commercial driveways or aprons shall
not be painted upon SCUD request.
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 28 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
• Mark curve with a "V" marking. Curbing located inside gated communities or commercial
properties shall not be painted upon SCUD request.
• Document all pertinent data including location, type, and size of valve, direction of rotation to
open position, numbers of turns to fully open position, degree of operating difficulty, and note
deficiencies and/or closed valves to be immediately reported to the Utility. All data shall be
formatted to match existing SCUD data system and/or forms.
• Data shall be delivered to the SCUD in an electronic format compatible with SCUD'
ArcGIS/ArcMap system.
** Due to potential implications, large valves will require special instructions based on location. County
will coordinate with contractor on specific valves and sizes that require specific operation metrics.
GPS Mapping:
All the water distribution valves, and fire hydrants encountered in this contract are to be GPS mapped
within sub -meter accuracy and the data delivered in an electronic format compatible with SCUD'
ArcGIS/ArcMap system software. Coordinate data shall be field collected with autonomous GPS readings
and subsequently differentially corrected via post -processing. The contractor(s) shall further refine
positions through filtering and inspection to eliminate noise', problematic satellite geometry and multi -
path degradation. Point valve features shall be collected at an epoch of one (1) second with a minimum
occupation of twenty (20) seconds. Specific parameters include:
• Elevation mask: 15 degrees above the horizon
• Coordinate system: as agreed with NAD 1983 State Plane Florida EAST
• Satellites: >= 4
• Position Dilution of Precision (PDOP) <6
• Horizontal Dilution of Precision (HDOP): <4
• Minimum number of raw positions collected: 20
• In the event of obstructions - where a clear GPS position cannot be captured a laser offset will
be executed from a nearby location
At a minimum, and in addition to database attribute requirements, the following coordinate data items
shall be generated as a result of this process.
• PDOP value
• HOOP value
• Correction status
• Date recorded
• Time recorded
• Total positions
• Filtered positions
• Horizontal Precision
• Vertical Precision
• Standard deviation
• car File Name
• X-coordinate
• Y-coordinate
Documentation:
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller a � �� � eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 29 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Documentation data will be collected on each distribution valve and/or hydrant and will be agreed upon
and be compatible with SCUD' ArcGIS/ArcMap system software in advance of work start up.
Data documentation will include, at a minimum:
A. Physical data - Identification number, map number, valve size, type of valve, use of valve, valve
structure, depth of valve, number of turns, torque, if clean out was necessary, valve
discrepancies (by category and details), box/vault discrepancies (by category and details) and
any additional information as necessary.
B. Location data - Mapping grade GPS coordinate data parameters noted in the GPS mapping
C. Section Discrepancies - Details on discrepancies so that a work order (as described below) can
be concisely created.
Deliverable Data:
The Contractor will provide applicable hydrant and valve data in a spatially accurate format compliant
with SCUD ArcGIS/ArcMap system and in the County's existing data structure. Contractor shall be able to
fully integrate data into ESRI ArcGIS/ArcMap and shall be integrated into the SCUD ArcGIS system.
Metadata, including a detailed citation describing field data collection practices, equipment settings,
post processing procedures, base stations used for differential correction and expected accuracy, are to
be submitted with final and interim data deliveries. The data in electronic format shall contain the
information agreed to by SCUD and at a minimum the following attribute data:
• A unique identification number - For each device
• Data Dictionary -Valve Condition (operable, inoperable)
• Source document reference -valve discrepancies
• Date of Operation -Structure discrepancies
• Valve Size - PDOP value
• Valve Type-HDOP value
Obstructed GPS data shall be obtained through laser offset method.
Flushing Services:
SCUD may require the Contractor to perform unidirectional or maintenance flushing in certain locations
within the utility's distribution systems. SCUD will provide to contractor the flushing sequences
developed by an Engineer for the specified areas. The contractor is responsible for locating the valves
and hydrants identified in the Engineer's sequencing and verifying their operability. Upon completion of
each sequenced flushing activities, the Contractor will return valves to their original position. This is to
help with valves not being left in the wrong position. Pricing for unidirectional flushing will combine item
83 (valve maintenance without GPS location) for turning the valves and item A6 Time Unit for the actual
flushing.
Work in Utility Easement/Right of Way (ROW) and Existing Utilities/ROW Improvements:
The Contractor shall be responsible for obtaining all utility locates through, and in accordance with
"Sunshine State One Call of Florida (SSOCOF) Excavation Guide" (latest edition). The Contractor shall
take all possible precautions and be responsible for protecting all underground utilities and other
improvements within the utility easement and/ or ROW. The Contractor shalt promptly notify SCUD of
any conflicts with existing utilities that occurs as a result of said work. The Contractor shall be
responsible for obtaining and adhering to all applicable Maintenance of Traffic (MOT) and/or Right of
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller a � �� � eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 30 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Way permits as required by Seminole County, State of Florida Department of Transportation (FDOT) or
jurisdictional authority.
Job Site Management:
The Contractor shall set up, manage and restore each job site in a responsible manner that includes but
is not limited to Maintenance of Traffic (MOT), pedestrian safety, and property protection. At no time
during the active progress of work shall the Contractor leave the job site unattended. The Contractor
must request and gain approval from SCUD for any specific job site -work that may extend past one
workday. If approval is granted, all excavated areas must be backfilled and enclosed with safety mesh
and proper MOT activated at end of each workday. Each job site (regardless of duration of work) must
be always maintained in a responsible manner that does not unduly impact the surrounding areas and
allows for adequate ingress/egress from properties affected. Any and all road and/or ingress/egress
closures must be approved by the SCUD in advance of the work. The Contractor shall present a
contingency plan for such closures at time of approval request. Upon completion of work, the contractor
shall backfill and compact affected areas in addition to clean up and removal of any accumulated dirt
and/or rubble from job site. It shall be the ultimate responsibility of the Contractor to restore the Utility
easement and/or right of way to pre -excavated condition. All restoration activities including irrigation
system repairs shall be the responsibility of the contractor (reference Restoration and Contractor Pass
Through section of this document).
Sub -contracted and Contractor "Pass -Through" Charges:
Certain services shall be considered as "Pass -through" charges. These charges are interpreted to mean
sub -contractor invoice total plus 10% administration and management costs. For the terms of this
contract these services include landscape restoration (excluding irrigation repairs and <400ft2 sod),
asphalt restoration, concrete restoration, de -watering (well points) services, extended MOT (>72 hours),
MOT with law enforcement presence during work activities. Prior to use of sub -contracted or cost pass
through services, the Contractor shall obtain three (3) separate quotes for each of the sub -contracting
activities and present to the SCUD a recommendation of award for each service. If the acceptance of this
recommendation is not approved, SCUD reserves the right to perform any and all of these pass -through
activities. The SCUD reserves the right to perform any and all of these pass -through activities to avoid
the additional pass -through charges. If this right is exercised by SCUD, the responsibility for such work
will be removed from the Contractor.
Warranty:
In order to ensure fire hydrant and valve repair, replacement and installation meets the performance
guaranteed by the manufacturer and retain warranties, the contractor shall guarantee all workmanship
and materials for all described work for a period of two (2) years from the date of the repair or
installation.
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller a � �� � eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 31 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
EXHIBIT B - SAMPLE
FLORIDA SALES: 85-8013708974C-0 Board of County Commissioners
FEDERAL SALES/USE:59-6000856 PURCHASE ORDER
S
H T
1 O sFA4/TY
P nowHs NKUM 01010E
V
E
N
D
O
R
ORDER
INQUIRIES
ORDER NUMBER: 48148
ALL PACKING SLIPS INVOICES AND CORRESPONDENCE
MUST REFER TO THIS ORDER NUMBER
ORDER DATE
01/14/2021
REQUISITION
63930 - OR
REQUESTOR
VENDOR #
409286
ANALYST
SUBMIT ALL INVOICES TO:
AP@seminoleclerk.org
Seminole Count Clerk & Comptroller
POST OFFICE BOX 8080
SANFORD, FL 32772
Accts. Payable Inquiries - Phone (407) 665
7656
ITEM #
QTY
UNIT
ITEM DESCRIPTION
UNIT PRICE
EXTENDED PRICE
1.00
EA
0.00
THIS ORDER IS SUBJECT TO THE TERMS & CONDITIONS TOTAL AMOUNT 00.00
ON THE REVERSE SIDE OF THIS ORDER.
PURCHASING AND CONTRACT DIVISION
1301 EAST SECOND STREET
SANFORD FLORIDA 32771
PHONE (407) 665-7116 PAX (407) 665-7956
Certified Copy - Grant Maloynar
Clerk of the Circuit Court an Comptroller g
Seminole County, Florida
AUTHORIZED SIGNATURE FOR THE SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS
Page 1 of 1
Seminole County Clerk of the Circuit Court and Comptroller
eCertified at 04/01/2025 11:56:21 -04:00
eCertified Id: 62ED-6CDE-E5AA
Page 32 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Terms and Conditions
1. Acceptance/Entire Agreement. This Purchase Order ("PO") is entered
obligations under PO must not be limited by any insurance coverage or by
into between Seminole County, Florida ("County") and the Supplier
any provision in or exclusion or omission from any policy of insurance.
referenced herein (individually, referred to as "Party," and collectively,
9. Insurance. Supplier, at its sole expense, shall maintain insurance
"Parties"). By accepting this PO, Supplier accepts all Terms and Conditions
coverage acceptable to County. All policies must name County as an
contained herein. This PO, including specifications and drawings, if any, and
additional insured. All Insurance Certificates must be provided to the
referenced documents, such as solicitations and responses constitutes the
Purchasing and Contracts Division within ten (10) days of request. Supplier
entire agreement between the Parties. Whenever terms and conditions of
shall notify County, in writing, of any cancellation, material change, or
Main Agreement, if any, conflict with any PO issued pursuant to Main
alteration to Supplier's Certificate of Insurance.
Agreement, Main Agreement will control.
10. Modifications. PO may be modified or rescinded in writing by County.
2. Inspection. Notwithstanding any prior payment or inspection, all
11. Material Safety Data Sheets. At time of delivery, Supplier agrees to
goods/services are subject to inspection/rejection by County at any time,
provide County with a current Material Safety Data Sheet for any hazardous
including during manufacture, construction or preparation. To the extent a
chemicals or toxic substances, as required by law.
PO requires a series of performances by Supplier, County reserves right to
12. Pricing. Supplier agrees that pricing included on PO shall remain firm
cancel remainder of PO if goods/services provided during the term of PO are
through and until delivery of goods and/or completion of services, unless
non -conforming or otherwise rejected. Without limiting any rights County may
otherwise agreed to by the Parties in writing.
have, County, at its sole option, may require Supplier, at Supplier's expense
13. Invoicing & Payment. After delivery of goods/services by Supplier and
to: (a) promptly repair or replace any or all rejected goods, or to cure or re-
acceptance by the County, the Supplier must electronically submit an original
perform any or all rejected services; or (b) refund price of any or all rejected
invoice via email to APQseminoleclerk.ora or may mail the invoice, if
goods or services. All rejected goods will be held for Supplier's prompt
electronic invoice is not available, to: Seminole County Clerk of the Circuit
inspection at Supplier's risk. Nothing contained in PO will relieve Supplier's
Court and Comptroller, P.O. Box 8080, Sanford, Florida 32772. Invoices
obligation of testing, inspection and quality control.
must be billed at pricing stipulated on PO and must include the County's
3. Packing & Shipping. Unless otherwise specified, all goods must be
Purchase Order Number. Thereafter, all payments and interest on any late
packed, packaged, marked and prepared for shipment in a manner that is:
payments will be paid in compliance with Florida Prompt Payment Act, §218.
(a) in accordance with good commercial practice; (b) acceptable to common
70, Florida Statutes.
carriers for shipment at the lowest rate for the particular good; (c) in
14. Taxes. County is exempt from Florida sales tax, federal taxes on
accordance with local, state, and federal regulations; and (d) protected
transportation charges and any federal excise tax. County will not reimburse
against weather. Supplier must mark all containers with necessary lifting,
Supplier for taxes paid.
handling, shipping information, PO number, date of shipment and the name
15. Termination. County may terminate PO, in whole or in part, at any time,
of the consignee and consignor. An itemized packing sheet must
either for County's convenience or because of Supplier's failure to fulfill its
accompany each shipment.
obligations under PO, by written notice to Supplier. Upon receipt of written
4. Delivery; Risk of Loss. All goods are FOB destination, and risk of loss
notice, Supplier must discontinue all deliveries affected unless written notice
will remain with Supplier until delivery by Supplier and acceptance by
directs otherwise. In the event of termination, County will be liable only for
County. Goods delivered by Supplier that are damaged, defective, or
materials procured, work completed or services rendered or supplies partially
otherwise fail to conform to PO may be rejected by County or held by County
fabricated, within the authorization of PO. In no event will County be liable for
at Supplier's risk and expense. County may charge Supplier for cost(s) to
incidental or consequential damages by reason of such termination.
inspect, unpack, repack, store and re -ship rejected goods.
16. Equal Opportunity Employer. County is an Equal Employment
5. Delivery of Excess Quantities. If Supplier delivers excess quantities of
Opportunity ("EEO") employer, and as such, requires all Suppliers to comply
goods without prior written authorization from County, excess quantities of
with EEO regulations with regards to race, color, religion, sex, national origin,
goods may be returned to Supplier at Supplier's expense.
age, disability or genetic information, as may be applicable to Supplier. Any
6. Time is of the Essence. Time is of the essence for delivery of goods
subcontracts entered into, as authorized by County, must make reference to
/services under PO. Failure to meet delivery schedules or deliver within a
this clause with the same degree of application being encouraged.
reasonable time, as determined by County, entitles County to seek all
17. Assignment. Supplier may not assign, transfer, or subcontract PO or
remedies available at law or in equity. County reserves right to cancel any
any right or obligation under it without County's written consent. Any
PO and procure goods/services elsewhere if delivery is not timely. Supplier
purported assignment, transfer, or subcontract will be null and void.
agrees to reimburse County for all costs incurred in enforcing its rights.
18. Venue & Applicable Law. The laws of the State of Florida govern
Failure of County to cancel PO, acceptance, or payment will not be deemed
validity, enforcement, and interpretation of PO. The sole jurisdiction and
a waiver of County's right to cancel remainder of PO. Delivery date or time in
venue for any legal action in connection with PO will be in the courts of
PO may be extended if Supplier provides a written request in advance of
Seminole County, Florida.
originally scheduled delivery date and time and County agrees to delayed
19. Fiscal Non -Funding. In the event sufficient budgeted funds are not
delivery in writing prior to originally scheduled delivery date and time.
available for payment to Supplier for a new fiscal period, County shall notify
7. Warranties. Supplier warrants to County that all goods/services covered
Supplier of such occurrence and PO will terminate on the last day of the
by PO conform strictly to specifications, drawings or samples specified or
current fiscal period without penalty or expense to County.
furnished by County, and are free from: (a) defects in title; and (b) latent or
20. Public Records. Supplier acknowledges that PO and any related
patent defects in material or workmanship. If no quality is specified by
financial records, audits, reports, plans, correspondence and other
County, Supplier warrants to County that goods/services are of the best
documents may be subject to disclosure to members of the public pursuant
grade of their respective kinds, meet or exceed applicable standards for
to Chapter 119, Florida Statutes. Supplier shall maintain all public records
industry represented, are merchantable (as to goods) and are fit for County's
and, upon request, provide a copy of requested records or allow records to
particular purpose. Supplier warrants that at the time County accepts the
be inspected within a reasonable time. Supplier shall also ensure that any
goods/services, the goods/services will have been produced, sold, delivered
public records that are exempt or confidential from disclosure are not
and furnished in strict compliance with all applicable federal and state laws,
disclosed except as authorized by law. In event Supplier fails to abide by
regulations, ordinances, rules, labor agreements and working conditions to
provisions of Chapter 119, Florida Statutes, County may, without prejudice to
which goods/services are subject. Supplier warrants the title to goods
any other right or remedy and after giving Supplier seven (7) days written
furnished under PO is valid, transfer of such title to County is rightful and
notice, during which period Supplier still fails to allow access to such
goods are free of any claims or liens of any nature whatsoever, whether
documents, terminate PO. IF SUPPLIER HAS QUESTIONS REGARDING
rightful or otherwise, of any person, corporation, partnership or association.
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO SUPPLIER'
All applicable manufacturers' warranties must be furnished to County at time
S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO PO, CONTACT
of delivery of goods or completion of service. All warranties are cumulative
CUSTODIAN OF PUBLIC RECORDS AT: 407-665-7116,
and are in addition to any other express or implied warranties provided by
PURCHOSEMINOLECOUNTYFL.GOV, PURCHASING AND CONTRACTS
law.
DIVISION, 1301 E. SECOND STREET, SANFORD, FL 32771.
8. Indemnification. To the fullest extent permitted by law, Supplier assumes
21. Right to Audit Records. County will be entitled to audit the books and
any and all liability for damages, breach of PO, loss or injury of any kind or
records of Supplier to the extent that the books and records relate to this PO.
nature whatsoever to persons or property caused by, resulting from or
Supplier must maintain books and records relating to this PO for a period of
related to the goods/services provided under PO. To the fullest extent
three (3) years from the date of final payment under the PO, unless the
permitted by law, Supplier shall indemnify and hold harmless County, its
County authorizes otherwise in writing.
commissioners, officers, employees and agents from and against any and all
22. Severability. If any section, sentence, clause, phrase or portion of PO
claims, damages, demands, lawsuits, losses, costs and expenses, including
are, for any reason, held invalid or unconstitutional by any court of
attorneys' fees, patent, copyright or trademark infringement, judgments,
competent jurisdiction, such portion will be deemed separate, distinct, and
decrees of whatsoever nature which County may incur as a result of claims,
independent and such holding will not affect validity of remaining portion of
demands, lawsuits or causes of action of any kind or nature arising from,
PO.
caused by or related to goods/services furnished by Supplier, its officers,
23. Headings & Captions. All headings and captions contained in PO are
employees, agents, partners, principals or subcontractors. Remedies
provided for convenience only, do not constitute a part of PO, and may not
afforded to County by this section are cumulative with and in no way affect
be used to define, describe, interpret or construe any provision of PO.
any other legal remedy County may have under PO or at law. Supplier's
Rev. 10/2021
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 33 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
EXHIBIT C- PRICING PROPOSAL
PRICE TABLES
GROUP A- HYDRANT SERVICES
Line Item
1
Description
Fire Hydrant Testing and Maintenance (Single; No Paint)
Et. Annial
50
Unit of
EA
Unit Cw,t
$50.00
I ota I
$2,500.00
2
Fire Hydrant Testing and Maintenance (Single; w/ One -Color Paint)
50
EA
$58.00
$2,900.00
3
Fire Hydrant Testing and Maintenance (Single; w/ Two -Color NFPA Paint)
3,000
EA
$65.00
$195,000.00
4
Fire Hydrant Testing and Maintenance (Two -Hydrant; No Paint)
30
EA
$105.00
$3,150.00
5
Fire Hydrant Testing and Maintenance (Two -Hydrant; One -Color Paint)
10
EA
$115.00
$1,150.00
6
Fire Hydrant Testing and Maintenance (Two -Hydrant; w/Two-Color NFPA Paint)
10
EA
$135.00
$1,350.00
7
Fire Hydrant Testing and Maintenance (High Pressure; No Paint)
5
EA
$45.00
$225.00
8
Fire Hydrant Testing and Maintenance (High Pressure; One -Color Paint)
5
EA
$52.00
$260.00
9
Hydrant Maintenance (includes sand blast and paint)
25
EA
$250.00
$6,250.00
10
Furnish and attach Hydrant I.D. tag (with required information)
250
EA
$15.00
$3,750.00
11
Furnish and install reflective road marker
500
EA
$15.00
$7,500.00
12
Extended Flush Time (15 minute Unit)
50
EA
$33.75
$1,687.50
13
Bonnet and/or break away flange bolt replacement
10
EA
$95.00
$950.00
TOTAL
$226,672.50
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Certified Copy - Grant MaloCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller, eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4� eCertified Id: 62ED-6CDE-E5AA
Page 34 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
GROUP B- VALVE RELATED SERVICES
Please make special note of the following for Hourly rate line items: Refer to Scope of Services for Definition on 'Pass -through"
charges. (1) For this Depth Range, the permanent asphalt patch or sidewalk "joint" will be a pass -through item. (2) Dewatering, trench
safety, and any associated work (to be discussed beforehand to be billed as "pass -through" (3) Hourly Rate can be proportioned into
increments of 15 minutes. (4) Contractor 15% markup to include costs associated with designated supervisor on site, materials costs,
as well as costs associated to complete job entirety and restore site back to original condition.
Item
DescriptionLine
Measure
Usage
..
1
Valve Assessment, 4 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
250
$48.00
$12,000.00
Assessment, 4 Inch or smaller Diameter Valve
2
Valve Assessment, 6 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
500
$50.00
$25,000.00
Assessment, 6 Inch or smaller Diameter Valve
3
Valve Assessment, 8 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
500
$52.00
$26,000.00
Assessment, 8 Inch or smaller Diameter Valve
4
Valve Assessment, 10 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
300
$54.00
$16,200.00
Assessment, 10 Inch or smaller Diameter Valve
5
Valve Assessment, 12 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
300
$56.00
$16,800.00
Assessment, 12 Inch or smaller Diameter Valve
6
Valve Assessment, 14 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$60.00
$600.00
Assessment, 14 Inch or smaller Diameter Valve
7
Valve Assessment, 16 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
50
$75.00
$3,750.00
Assessment, 16 Inch or smaller Diameter Valve
8
Valve Assessment, 18 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
8
$85.00
$680.00
Assessment, 18 Inch or smaller Diameter Valve
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Certified Copy - Grant MaioCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller & '* °i eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida � eCertified Id: 62ED-6CDE-E5AA
Page 35 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Line tern
Description
Measure
Usage
9
Valve Assessment, 20 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$95.00
$950.00
Assessment, 20 Inch or smaller Diameter Valve
10
Valve Assessment, 24 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$105.00
$1,050.00
Assessment, 24 Inch or smaller Diameter Valve
11
Valve Assessment, 30 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$125.00
$1,250.00
Assessment, 30 Inch or smaller Diameter Valve
12
Valve Assessment, 36 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$135.00
$1,350.00
Assessment, 36 Inch or smaller Diameter Valve
13
Valve Assessment, 42 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$145.00
$1,450.00
Assessment, 42 Inch or smaller Diameter Valve
14
Valve Assessment, 48 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$165.00
$1,650.00
Assessment, 48 Inch or smaller Diameter Valve
15
Valve Assessment, 54 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$185.00
$1,850.00
Assessment, 54 Inch or smaller Diameter Valve
16
Valve Assessment, 60 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$225.00
$2,250.00
Assessment, 60 Inch or smaller Diameter Valve
17
Valve Cannot Be Located (CNL) - AWWA M44 Valve Assessment, Valve Cannot Be
EA.
10
$50.00
$500.00
Located (CNL)
18
Valve Cannot Be Accessed (CNA) - AWWA M44 Valve Assessment, Valve Cannot Be
EA.
10
$40.00
$400.00
Accessed (CNA)
19
Valve Located and Accessed, Not Operated (CNO) - AWWA M44 Valve Assessment,
EA.
10
$40.00
$400.00
Valve Located and Accessed, Not Operated (CNO)
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Certified Copy - Grant MaloCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller & '* °i eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4eCertified Id: 62ED-6CDE-E5AA
Page 36 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Item
DescriptionLine
of
Measure
Usage
.
..
20
Valve maintenance (includes sub -meter GPS location) (outside standard procedures
EA.
50
$55.00
$2,750.00
- outlined by SCUD)
21
Valve maintenance (includes sub -foot GPS location) (outside standard procedures -
EA.
50
$55.00
$2,750.00
outlined by SCUD)
22
Valve maintenance (without GPS location) (outside standard procedures - outlined
EA.
50
$55.00
$2,750.00
by SCUD)
23
Raise valve box to grade < 12" depth (excluding concrete areas and vehicular
EA.
50
$150.00
$7,500.00
arteries
24
Raise valve box to grade < 12" depth in concrete areas and vehicular arteries
EA.
50
$450.00
$22,500.00
25
Raise valve box to grade (or replace valve box) > 12" depth but < 42" depth in
EA.
50
$500.00
$25,000.00
concrete areas and vehicular arteries
26
Raise valve box to grade (or replace valve box) > 12" depth but < 48" depth in
EA.
50
$500.00
$25,000.00
concrete areas and vehicular arteries
27
Realign valve box to grade in dirt, grass, sand or gravel (0' to 4' deep)
EA
100
$150.00
$15,000.00
28
Realign valve box to grade in dirt, grass, sand or gravel (4' to 10' deep)
Hourly (2,3)
25
$512.50
$12,812.50
29
Realign valve box to grade in dirt, grass, sand or gravel (> 10' deep)
Hourly(2,3)
25
$575.00
$14,375.00
30
Realign valve box to grade in pavement (0' to 4" deep) includes permanent asphalt
EA.
15
$485.00
$7,275.00
patch or replacement of entire "joint" if realignment is within a sidewalk
31
Realign valve box to grade in pavement (>4' to 10') includes permanent asphalt
Hourly(1,2,3)
15
$512.50
$7,687.50
patch or replacement of entire "joint" if realignment is within a sidewalk
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Certified Copy - Grant MaloCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller, eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4eCertified Id: 62ED-6CDE-E5AA
Page 37 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Line Item
Description
Unit of
Measure
32
Realign valve box to grade in pavement (>10' deep ) includes permanent asphalt
Hourly(1,2,3)
Usage
15
$575.00
$8,625.00
patch or replacement of entire "joint" if realignment is within a sidewalk
33
Raise valve box to grade in dirt, grass, sand or gravel ( > 4' to 10' deep)
Hourly(2,3)
25
$225.00
$5,625.00
34
Raise valve box to grade in dirt, grass, sand or gravel ( > 10' deep)
Hourly(2,3)
25
$225.00
$5,625.00
35
Raise valve box to grade in pavement (>4' to 10') includes permanent asphalt patch
Hourly(1,2,3)
25
$512.50
$12,812.50
or replacement of entire "joint" if realignment is within a sidewalk
36
Raise valve box to grade in pavement (>10' deep ) includes permanent asphalt patch
Hourly(112,3)
10
$575.00
$5,750.00
or replacement of entire "joint" if realignment is within a sidewalk
37
Clean out/vacuum valve box (pricing based on cleaning all of the County's valve
EA
1
$45.00
$45.00
boxes in lieu of assessment)
38
Clean out valve box, where standard vacuum is not successful by digging, loosening
EA
1
$225.00
$225.00
and removing impacted debris and fill in around valve box (2 MEN AND
EQUIPMENT)
39
Exploratory excavation: Where no other accurate or cost effective means is
EA
1
$1.00
$1.00
available to discover, diagnose and recommend remediation, contractor will dig to
uncover and identify cost effective options. This includes:
40
Exploratory investigation 0' to 4' deep
Hourly (1,2,3)
1
$450.00
$450.00
41
Exploratory investigation > 4' to 10' deep
Hourly (1,2,3)
1
$487.50
$487.50
42
Exploratory investigation > 10' deep.
Hourly (1,2,3)
1
$525.00
$525.00
43
Test -Cut / Shut Down Service and Mapping Valve Tech & Mapping Services in
Hourly (1,2,3)
1
$135.00
$135.00
Support of Pipeline Repair (1-Person Crew; 8-Hour Minimum)
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Certified Copy - Grant Malo°WRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller & '* °i eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4eCertified Id: 62ED-6CDE-E5AA
Page 38 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
TOTAL
GROUP C - FLUSHING SERVICES
Uni-Directional Flushing Services to be performed at a combined rate.
$299,836.00
Line Item
Description
Measure
Usage
1
Contractor will review the UDF sequences developed by Seminole County
Hourly
250
$135.00
$33,750.00
Environmental Services and identify the locations and quantities of valves to be
opened and closed for each sequence. Contractor will charge the price agreed upon
for Item B3, "valve maintenance (without GPS location) for the opening and closing
of valves for each sequence.
2
Contractor will at identifed locations flow hydrants for each sequence at flush times
Hourly
500
$135.00
$67,500.00
as defined by the UDF Engineer to generate the desired flow rate and water
exchange. Contractor will use hourly rate of Maintenance flushing (C4) This hourly
rate only applies to the time spent by the technician to open, flush and close each
hydrant.
3
Contractor will at identifed locations flow hydrants for each sequence at flush times
Hourly
500
$135.00
$67,500.00
as defined by the UDF Engineer to generate the desired flow rate and water
exchange. Contractor will use hourly rate of Maintenance flushing (C4) This hourly
rate only applies to the time spent by the technician to open, flush and close each
hydrant.
4
Maintenance Flushing Services performed at an hourly rate.
Hourly
250
$135.00
$33,750.00
TOTAL
$202,500.00
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Certified Copy - Grant MaloCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller & '* °i eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4� eCertified Id: 62ED-6CDE-E5AA
Page 39 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
FIRE HYDRANT AND VALVE MAINTENANCE, REPAIR, AND
FLUSHING SERVICES
EXHIBIT D- INSURANCE REQUIREMENTS
The following insurance requirements and limits of liability are required:
A. Workers' Compensation & Employers' Liability Insurance:
Workers' Compensation: Statutory
Employers' Liability: $ 1,000,000
$ 1,000,000
$ 1,000,000
B. Commercial General Liability Insurance:
$ 1,000,000
$ 1,000,000
$ 2,000,000
$ 2,000,000
C. Business Automobile Liability Insurance:
D. Commercial Umbrella
E. Pollution Liability:
$ 1,000,000
$ 1, 000, 000
$ 2,000,000
$ 1,000,000
$ 1, 000, 000
Each Accident
Disease Aggregate
Disease Each Employee
Per Occurrence
Personal and Advertising Injury
General Aggregate
Products and Completed Operations
Aggregate
Combined Single Limit
(Any Auto or Owned, Hired, and
Non -Owned Autos)
Each Occurrence
General Aggregate
Per Occurrence
General Aggregate
Seminole County, Florida named additional insured all applicable policies, provided a waiver of
subrogation, and all certificates must evidence coverage is primary and non-contributory.
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 40 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
EXHIBIT "D"
Agreement Name: Fire Hydrants -Valves Maintenance, Repair 8 Flushing
Agreement Number: IFB-604913-241LAS
AFFIDAVIT OF E-VERIFY REQUIREMENTS COMPLIANCE
The CONSULTANT/CONTRACTOR agrees to comply with section 448.095, Florida
Statutes, and to incorporate in all subcontracts the obligation to comply with section
448.095, Florida Statutes.
The CONSULTANT/CONTRACTOR shall utilize the U.S. Department of Homeland
Security's E-Verify system to verify the employment eligibility of all new employees hired
by the CONSULTANT during the term of the Agreement and shall expressly require any
subcontractors performing work or providing services pursuant to the Agreement to
likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the subcontractor during the
Agreement term.
The CONSULTANTICONTRACTOR understands and agrees that its failure to comply
with the verification requirements as set forth herein or its failure to ensure that all
employees and subcontractors performing work under Agreement
Number IFB-604913-241LAs are legally authorized to work in the United States and the
State of Florida constitute a breach of Agreement Number IFB-604913-241LAs for which
Seminole County may immediately terminate the Agreement without notice and without
penalty. The CONSULTANT/CONTRACTOR further understands and agrees that in the
event of such termination, the CONSULTANT/CONTRACTOR shall be liable to the
county for any costs incurred by the County as a result of the
CONSULTANT'S/CONTRACTOR'S breach.
[Balance of this page intentionally blank; signatory page follows]
Certified Copy - Grant MaSeminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comintro ller yf° � eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id: 62ED-6CDE-E5AA
��� Page 41 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
DATED this
6-4k
STATE OF FLORIDA
COUNTY OF SEMINOLE )
day of �PCPM L p r , 20_ 72
Hydromax USA LLC
Consultant am
By: .�—
Pr' ame: Mlchael Farmer
Title: Chief Financial Officer
4 I HEREBY CERTIFY that, on this day of 20 before me, an
officer duly authorized in the State and County aforesaid to take acknowledgments, personally
appeared V;XCM,?,C 'who is personally known to me or ❑ who has
produced as identification.
TERESA JOY MISCHKE
' `f : Notary Public. State of Texas
+iZ Comm. Expires 11-22-2026
Notary ID 134076809
E-Verify Affidavit
Revised 11 /2020
Print Name
Notary Public in and for the County icSl C
and State Aforementioned
My commission expires:
Certified Copy - Grant Maloy ° ^ k Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida '�'_eCertified Id: 62ED-6CDE-E5AA
Page 42 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
EXHIBIT "P
FOREIGN COUNTRY OF CONCERN ATTESTATION
(PUR 1355)
This form must be completed by an officer or representative of an entity submitting a bid,
proposal, or reply to, or entering into, renewing, or extending, a contract with a Governmental
Entity which would grant the entity access to an individual's Personal Identifying Information.
Capitalized terms used herein have the definitions ascribed in Rule 60A-1.020, F.A.C.
is not owned by the government of a Foreign Country of Concern, is not organized under
the laws of nor has its Principal Place of Business in a Foreign Country of Concern, and the
government of a Foreign Country of Concern does not have a Controlling Interest in the entity.
Under penalties of perjury, I declare that I have read the foregoing statement and that the facts
stated in it are true. 1
Printed Name: A; l r
Title: �rD
Signature: �� Date:
001,
PUR 1355 (10/23) Page I of 1 Rule 60A-1.020, F.A.C.
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 43 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
HUMAN TRAFFICKING AFFIDAVIT
CONTRACT#
In compliance with Section 787.06(13), Florida Statutes, this Affidavit must be completed by an
officer or representative of a nongovernmental entity that is executing, renewing, or extending a
contract with Seminole County (the "Governmental Entity").
The undersigned, on behalf of the entity listed below (the "Nongovernmental Entity"), hereby
attests under penalty of perjury as follows:
I am over the age of 18 and I have personal knowledge of the matters set forth herein.
2. lam an officer or representative of Hydromax USA LLC , a non -governmental
entity and I am authorized to provide this affidavit on behalf of such.
3. Nongovernmental Entity, and any of its subsidiaries or affiliates, do not use coercion for
labor or services, as those terms are defined in Section 787.06, Florida Statutes, as may be
amended from time to time.
4. If, at any time in the future, Nongovernmental Entity does use coercion for labor or
services, Nongovernmental Entity will immediately notify Seminole County and no contracts
may be executed, renewed, or extended between the parties.
5. I have read the foregoing affidavit and confirm that the facts stated in it are true, and are
made for the benefit of, and reliance by Seminole County.
Nongovernmental Entity:
Authorized Signat e: Date: A��
Printed Name• r c "/ / P--"e--
Title: l�
STATE OF sL S
COUNTY OF
The foregoing instrument was acknowledged before me by means ofArphysical presence or ❑
online notarization, this M*day of Marj2h 20 by ' 1pxg Yer , as QX—i7 on behalf of the
Nongovernmental Entity. They 9 are personally known to me or ❑ have produced
as identification.
Notary Public Sig atur
(Affix Notary Stamp or Seal) Print, Type or Stamp Name of Notary:
My commission expires: I�_ ci,p1��
TERESA JOY MISCHKE
:Notary Public, State of Texas
Comm. Expires 1 1-22-2026
I Notary ID 134076809
Certified Copy - Grant Maloynar Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida eCertified Id:62ED-6CDE-E5AA
Page 44 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Exhibit B
IFB-604913-24LAS Pricing
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
EXHIBIT C- PRICING PROPOSAL
PRICE TABLES
GROUP A- HYDRANT SERVICES
Line Item
1
Description
Fire Hydrant Testing and Maintenance (Single; No Paint)
Et. Annial
50
Unit of
EA
Unit Cw,t
$50.00
I ota I
$2,500.00
2
Fire Hydrant Testing and Maintenance (Single; w/ One -Color Paint)
50
EA
$58.00
$2,900.00
3
Fire Hydrant Testing and Maintenance (Single; w/ Two -Color NFPA Paint)
3,000
EA
$65.00
$195,000.00
4
Fire Hydrant Testing and Maintenance (Two -Hydrant; No Paint)
30
EA
$105.00
$3,150.00
5
Fire Hydrant Testing and Maintenance (Two -Hydrant; One -Color Paint)
10
EA
$115.00
$1,150.00
6
Fire Hydrant Testing and Maintenance (Two -Hydrant; w/Two-Color NFPA Paint)
10
EA
$135.00
$1,350.00
7
Fire Hydrant Testing and Maintenance (High Pressure; No Paint)
5
EA
$45.00
$225.00
8
Fire Hydrant Testing and Maintenance (High Pressure; One -Color Paint)
5
EA
$52.00
$260.00
9
Hydrant Maintenance (includes sand blast and paint)
25
EA
$250.00
$6,250.00
10
Furnish and attach Hydrant I.D. tag (with required information)
250
EA
$15.00
$3,750.00
11
Furnish and install reflective road marker
500
EA
$15.00
$7,500.00
12
Extended Flush Time (15 minute Unit)
50
EA
$33.75
$1,687.50
13
Bonnet and/or break away flange bolt replacement
10
EA
$95.00
$950.00
TOTAL
$226,672.50
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Certified Copy - Grant MaloCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller, eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4� eCertified Id: 62ED-6CDE-E5AA
Page 34 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
GROUP B- VALVE RELATED SERVICES
Please make special note of the following for Hourly rate line items: Refer to Scope of Services for Definition on 'Pass -through"
charges. (1) For this Depth Range, the permanent asphalt patch or sidewalk "joint" will be a pass -through item. (2) Dewatering, trench
safety, and any associated work (to be discussed beforehand to be billed as "pass -through" (3) Hourly Rate can be proportioned into
increments of 15 minutes. (4) Contractor 15% markup to include costs associated with designated supervisor on site, materials costs,
as well as costs associated to complete job entirety and restore site back to original condition.
Item
DescriptionLine
Measure
Usage
..
1
Valve Assessment, 4 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
250
$48.00
$12,000.00
Assessment, 4 Inch or smaller Diameter Valve
2
Valve Assessment, 6 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
500
$50.00
$25,000.00
Assessment, 6 Inch or smaller Diameter Valve
3
Valve Assessment, 8 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
500
$52.00
$26,000.00
Assessment, 8 Inch or smaller Diameter Valve
4
Valve Assessment, 10 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
300
$54.00
$16,200.00
Assessment, 10 Inch or smaller Diameter Valve
5
Valve Assessment, 12 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
300
$56.00
$16,800.00
Assessment, 12 Inch or smaller Diameter Valve
6
Valve Assessment, 14 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$60.00
$600.00
Assessment, 14 Inch or smaller Diameter Valve
7
Valve Assessment, 16 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
50
$75.00
$3,750.00
Assessment, 16 Inch or smaller Diameter Valve
8
Valve Assessment, 18 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
8
$85.00
$680.00
Assessment, 18 Inch or smaller Diameter Valve
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Certified Copy - Grant MaioCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller & '* °i eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida � eCertified Id: 62ED-6CDE-E5AA
Page 35 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Line tern
Description
Measure
Usage
9
Valve Assessment, 20 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$95.00
$950.00
Assessment, 20 Inch or smaller Diameter Valve
10
Valve Assessment, 24 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$105.00
$1,050.00
Assessment, 24 Inch or smaller Diameter Valve
11
Valve Assessment, 30 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$125.00
$1,250.00
Assessment, 30 Inch or smaller Diameter Valve
12
Valve Assessment, 36 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$135.00
$1,350.00
Assessment, 36 Inch or smaller Diameter Valve
13
Valve Assessment, 42 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$145.00
$1,450.00
Assessment, 42 Inch or smaller Diameter Valve
14
Valve Assessment, 48 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$165.00
$1,650.00
Assessment, 48 Inch or smaller Diameter Valve
15
Valve Assessment, 54 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$185.00
$1,850.00
Assessment, 54 Inch or smaller Diameter Valve
16
Valve Assessment, 60 Inch or smaller Diameter Valve - AWWA M44 Valve
EA.
10
$225.00
$2,250.00
Assessment, 60 Inch or smaller Diameter Valve
17
Valve Cannot Be Located (CNL) - AWWA M44 Valve Assessment, Valve Cannot Be
EA.
10
$50.00
$500.00
Located (CNL)
18
Valve Cannot Be Accessed (CNA) - AWWA M44 Valve Assessment, Valve Cannot Be
EA.
10
$40.00
$400.00
Accessed (CNA)
19
Valve Located and Accessed, Not Operated (CNO) - AWWA M44 Valve Assessment,
EA.
10
$40.00
$400.00
Valve Located and Accessed, Not Operated (CNO)
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Certified Copy - Grant MaloCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller & '* °i eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4eCertified Id: 62ED-6CDE-E5AA
Page 36 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Item
DescriptionLine
of
Measure
Usage
.
..
20
Valve maintenance (includes sub -meter GPS location) (outside standard procedures
EA.
50
$55.00
$2,750.00
- outlined by SCUD)
21
Valve maintenance (includes sub -foot GPS location) (outside standard procedures -
EA.
50
$55.00
$2,750.00
outlined by SCUD)
22
Valve maintenance (without GPS location) (outside standard procedures - outlined
EA.
50
$55.00
$2,750.00
by SCUD)
23
Raise valve box to grade < 12" depth (excluding concrete areas and vehicular
EA.
50
$150.00
$7,500.00
arteries
24
Raise valve box to grade < 12" depth in concrete areas and vehicular arteries
EA.
50
$450.00
$22,500.00
25
Raise valve box to grade (or replace valve box) > 12" depth but < 42" depth in
EA.
50
$500.00
$25,000.00
concrete areas and vehicular arteries
26
Raise valve box to grade (or replace valve box) > 12" depth but < 48" depth in
EA.
50
$500.00
$25,000.00
concrete areas and vehicular arteries
27
Realign valve box to grade in dirt, grass, sand or gravel (0' to 4' deep)
EA
100
$150.00
$15,000.00
28
Realign valve box to grade in dirt, grass, sand or gravel (4' to 10' deep)
Hourly (2,3)
25
$512.50
$12,812.50
29
Realign valve box to grade in dirt, grass, sand or gravel (> 10' deep)
Hourly(2,3)
25
$575.00
$14,375.00
30
Realign valve box to grade in pavement (0' to 4" deep) includes permanent asphalt
EA.
15
$485.00
$7,275.00
patch or replacement of entire "joint" if realignment is within a sidewalk
31
Realign valve box to grade in pavement (>4' to 10') includes permanent asphalt
Hourly(1,2,3)
15
$512.50
$7,687.50
patch or replacement of entire "joint" if realignment is within a sidewalk
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Certified Copy - Grant MaloCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller, eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4eCertified Id: 62ED-6CDE-E5AA
Page 37 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
Line Item
Description
Unit of
Measure
32
Realign valve box to grade in pavement (>10' deep ) includes permanent asphalt
Hourly(1,2,3)
Usage
15
$575.00
$8,625.00
patch or replacement of entire "joint" if realignment is within a sidewalk
33
Raise valve box to grade in dirt, grass, sand or gravel ( > 4' to 10' deep)
Hourly(2,3)
25
$225.00
$5,625.00
34
Raise valve box to grade in dirt, grass, sand or gravel ( > 10' deep)
Hourly(2,3)
25
$225.00
$5,625.00
35
Raise valve box to grade in pavement (>4' to 10') includes permanent asphalt patch
Hourly(1,2,3)
25
$512.50
$12,812.50
or replacement of entire "joint" if realignment is within a sidewalk
36
Raise valve box to grade in pavement (>10' deep ) includes permanent asphalt patch
Hourly(112,3)
10
$575.00
$5,750.00
or replacement of entire "joint" if realignment is within a sidewalk
37
Clean out/vacuum valve box (pricing based on cleaning all of the County's valve
EA
1
$45.00
$45.00
boxes in lieu of assessment)
38
Clean out valve box, where standard vacuum is not successful by digging, loosening
EA
1
$225.00
$225.00
and removing impacted debris and fill in around valve box (2 MEN AND
EQUIPMENT)
39
Exploratory excavation: Where no other accurate or cost effective means is
EA
1
$1.00
$1.00
available to discover, diagnose and recommend remediation, contractor will dig to
uncover and identify cost effective options. This includes:
40
Exploratory investigation 0' to 4' deep
Hourly (1,2,3)
1
$450.00
$450.00
41
Exploratory investigation > 4' to 10' deep
Hourly (1,2,3)
1
$487.50
$487.50
42
Exploratory investigation > 10' deep.
Hourly (1,2,3)
1
$525.00
$525.00
43
Test -Cut / Shut Down Service and Mapping Valve Tech & Mapping Services in
Hourly (1,2,3)
1
$135.00
$135.00
Support of Pipeline Repair (1-Person Crew; 8-Hour Minimum)
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Certified Copy - Grant Malo°WRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller & '* °i eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4eCertified Id: 62ED-6CDE-E5AA
Page 38 of 44
Docusign Envelope ID: 9C15ED6C-417C-493C-86A3-EF7C4334D4BD
TOTAL
GROUP C - FLUSHING SERVICES
Uni-Directional Flushing Services to be performed at a combined rate.
$299,836.00
Line Item
Description
Measure
Usage
1
Contractor will review the UDF sequences developed by Seminole County
Hourly
250
$135.00
$33,750.00
Environmental Services and identify the locations and quantities of valves to be
opened and closed for each sequence. Contractor will charge the price agreed upon
for Item B3, "valve maintenance (without GPS location) for the opening and closing
of valves for each sequence.
2
Contractor will at identifed locations flow hydrants for each sequence at flush times
Hourly
500
$135.00
$67,500.00
as defined by the UDF Engineer to generate the desired flow rate and water
exchange. Contractor will use hourly rate of Maintenance flushing (C4) This hourly
rate only applies to the time spent by the technician to open, flush and close each
hydrant.
3
Contractor will at identifed locations flow hydrants for each sequence at flush times
Hourly
500
$135.00
$67,500.00
as defined by the UDF Engineer to generate the desired flow rate and water
exchange. Contractor will use hourly rate of Maintenance flushing (C4) This hourly
rate only applies to the time spent by the technician to open, flush and close each
hydrant.
4
Maintenance Flushing Services performed at an hourly rate.
Hourly
250
$135.00
$33,750.00
TOTAL
$202,500.00
— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —
Certified Copy - Grant MaloCWRP Seminole County Clerk of the Circuit Court and Comptroller
Clerk of the Circuit Court an Comptroller & '* °i eCertified at 04/01 /2025 11:56:21 -04:00
Seminole County, Florida 4� eCertified Id: 62ED-6CDE-E5AA
Page 39 of 44