Loading...
Contract 2018-90 AGREEMENT FOR BUILDING PLAN REVIEW AND INSPECTION SERVICES THIS AGREEMENT, is made and entered into this IS day of NDOe,mlp2i( 2018, 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 AMERICAN BUILDING SAFETY ASSOCIATES, INC., whose address is: 14049 Vista Del Lago Boulevard, Clermont, FL 34711 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the Lake County B.C.C. through the public procurement process awarded an Agreement for building plan review and inspection services, Lake County B.C.0 Number RFP 18-0928; 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 Lake County B.C.0 Number RFP 18-0928; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I— SCOPE OF WORK The CONTRACTOR shall furnish building, electrical, mechanical, plumbing, and fire safety inspections and plan review services as described in Lake County B.C.C. Contract Number RFP 18-0928, which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit"A",the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II —THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `B', attached hereto and incorporated herein. ARTICLE III —TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect until October 1, 2019, unless terminated or renewed as provided by the Lake County B.C.C. 1 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) 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 performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties,this Agreement may be renewed for two (2) additional one(1) year terms. ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as set forth in the applicable purchase order or notice to proceed. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted and undisputed services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE VI— DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. 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. ARTICLE VII — INSURANCE AND INDEMNIFICATION RIDER 2 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his 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 latter's 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. Employers Liability insurance with the following minimum limits and coverage: (a) Each Accident, $1,000,000 (b)Disease-Each Employee, $1,000,000 (c) Disease-Policy Limit, $1,000,000 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive 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 minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b)Fire Damage, $50,000 (c)Medical Expense, $5,000 (d) Automobile Liability Coverages, $1,000,000 Each Bodily Injury&Property Damage Occurrence, Combined Single Limit Professional Liability, $1,000,000 Each Occurrence, ($2,000,000 aggregate) Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance-The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. Indemnification Rider 3 (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the 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 it is 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. (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. ARTICLE VIII—NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid,or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: American Building Safety Associates, Inc. 14049 Vista Del Lago Boulevard Clermont, FL 34711 Attn: John L. O'Conner, President CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 4 ARTICLE IX—MISCELLANEOUS 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. 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. 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. 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. 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. 6. Assignment. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 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. 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. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: 5 (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352)241-7331. ARTICLE X—AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in Lake County B.C.C. Contract/Bid No. RFB18-0928. 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this J 3 day of {v OV e..4be-r ,2018. City of Cl oft Gail L. Ash, Mayor Attest: •• a Tracy Ackroyd Howe, City Clerk American Build'ng Safety Associates, Inc. ;410rad7 i.i ame Prin s or Typed) .hoL, .�R-- Title P(4.15. ( 6;J Attest: Corporate Secretary (Name Printed or Typed) 7 EXHIBIT A • AGREEMENT BETWEEN LAKE COUNTY,FLORIDA AND AMERICAN BUILDING SAFETY ASSOCIATES,INC. FOR BUILDING PLAN REVIEW AND INSPECTION SERVICES RFP#18-0928(A) This is an Agreement between Lake County,Florida,a political subdivision of the State of Florida (the COUNTY),by and through its Board of County Commissioners,American Building Safety Associates, Inc.,a Florida corporation,its successors and assigns(the CONTRACTOR). WITNESSETH; WHEREAS, the COUNTY publicly submitted Request for Proposal (RFP) #18-0928 seeking firms or individuals qualified to provide building plan review and inspection services to the COUNTY on an as-needed basis;and WHEREAS, the CONTRACTOR desires to perform such services subject to the terms of this Agreement;and WHEREAS, the provision of such services will benefit the parties and the residents of Lake County,Florida. NOW,THEREFORE,IN CONSIDERATION of the mutual terms,understandings,conditions, promises,covenants and payment set forth in this Agreement,and intending to be legally bound,the parties hereby agree as follows: Article 1. Recitals 1.1 The above recitals are true and correct and incorporated in this Agreement. • 11 Article 2. Purpose 2.1 The purpose of this Agreement is for the CONTRACTOR to provide building plan review and inspection services to the COUNTY on an as-needed basis(the Service). Artide 3. Scone of Professional Services 3.1 On the terms and conditions set forth in this Agreement, the COUNTY hereby engages the CONTRACTOR to provide all labor,materials and equipment to complete the Service in accordance with the Scope of Services,attached and incorporated by reference as Attachment A. It is understood that the Scope of Services may be modified by change order as the Service progresses, but to be effective and binding, any such change order must be in writing, executed by the parties, and in accordance with the COUNTY's Purchasing Policies and Procedures. A copy of these policies and procedures will be made available to the CONTRACTOR upon request. 3.2 The term of this Agreement is as follows: The CONTRACTOR and the COUNTY acknowledge that this Agreement is for a twelve(12)month initial term and that the CONTRACTOR shall complete the work as specified in the Scope of Services. The COUNTY has the option to renew this Agreement for up to two(2)additional one(1)year periods. The prices set forth in this Agreement will prevail for the full duration of the contract term unless otherwise indicated elsewhere in this document. All work must be performed in accordance with good commercial practice. The work schedule and completion dates must be adhered to by the CONTRACTOR except in such cases where the completion date will be delayed due to acts of God,strikes,or other causes beyond the control of the CONTRACTOR. In these cases, the CONTRACTOR shall notify the COUNTY of the delays in advance of the original completion so that a revised delivery schedule can be appropriately considered by the COUNTY. No additional days will be granted for rain delays. 3.3 The CONTRACTOR shall utilize the U.S.Department of Homeland Security's E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new persons hired by the CONTRACTOR during the term of this Agreement. The CONTRACTOR shall include in all contracts with subcontractors performing work pursuant to any contract arising from this Agreement an express requirement that the subcontractors utilize the U.S. Department of Homeland Security's E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new employees hired by the subcontractors during the term of the contract. Article 4. Payment 4.1 The COUNTY shall pay,and the CONTRACTOR shall accept as full and complete payment for the timely and complete performance of its obligations under this Agreement, as provided in the Pricing Schedule which is attached and incorporated by reference as Attachment B. A fixed lump sum price represents the CONTRACTOR's base bid plus the optional portion of the Service, including all applicable taxes, materials, labor, supervision, fuel, permits, licenses, management and overhead, unless a duly authorized change order has been issued in accordance with the COUNTY's purchasing policies and procedures. Any hourly rate quoted will be deemed to provide full compensation to the CONTRACTOR for labor, supervision,equipment use,travel time,and all other costs associated with providing the services needed to satisfactorily complete all work provided. This rate is assumed to be at straight-time for all labor,except as otherwise noted. 4.2 The CONTRACTOR shall submit invoices to the COUNTY no later than thirty(30)days after the completion and acceptance of any task or work under the Service. All invoices must contain the solicitation number,date and location of delivery or service,purchase order number,confirmation of acceptance of the goods or services by the appropriate COUNTY representative, and a detailed description of services provided. 4.3 The COUNTY shall make payment on all undisputed invoices in accordance with the Florida Prompt Payment Act,Part VII, Chapter 218, Florida Statutes. The COUNTY will not make payment on partial delivery of supplies,services,or materials. 4.4 In the event any part of this Agreement or the Service,is to be funded by Federal, State, or other local agency monies,the CONTRACTOR hereby agrees to cooperate with the COUNTY in order to assure compliance with all requirements of the funding entity applicable to the use of the monies, including providing access to and the right to examine relevant documents related to the Service and as specifically required by the Federal or State granting agency, and receiving no payment until all required forms are Page 2 of 16 S:IDOCUM9NY12018\PROWRIMBNN 8-0928 Boildiog Mae Review And Iropeuion118-0928A Building Plan Rcviow And Inspection Agioemoel_CAO_MUM 9.27.18.Dock completed and submitted. A copy of the requirements will be supplied to the CONTRACTOR by the COUNTY upon request. Article 5. County Responsibilities 5.1 The COUNTY shall pay in accordance with the provisions set forth in this Agreement. 5.2 The COUNTY retains the right to inspect all work to verify compliance with this Agreement. Article 6. Special Terms and Conditions 6.1 Termination. A. Termination for Convenience. This Agreement may be terminated by the COUNTY upon thirty(30)calendar days' written notice to the CONTRACTOR;but if any work,service or task under this Agreement is in progress but not completed on the date of termination, then this Agreement may be extended upon written approval of the COUNTY until the work,service,or task is completed and accepted. In the event this Agreement is terminated or cancelled upon the request and for the convenience of the COUNTY with the required thirty (30) calendar days' written notice, the COUNTY will reimburse the CONTRACTOR for actual work satisfactorily completed. B. Termination for Cause. This Agreement may be terminated by the COUNTY due to the CONTRACTOR's breach of a material term of this Agreement,but only after the COUNTY has provided CONTRACTOR with ten(10)calendar days'written notice for the CONTRACTOR to cure the breach and the CONTRACTOR's failure to cure the breach within that ten (10)day time period; but, if any work, • service or task under this Agreement is in progress but not completed on the date of termination,then this • Agreement may be extended upon written approval of the COUNTY until the work, service, or task is completed and accepted. C. Termination Due to Unavailability of Funds in Succeeding Fiscal Years. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year, this Agreement will be terminated and the CONTRACTOR will be reimbursed for the reasonable value of any non-recurring costs incurred but not amortized in the price of the supplies or services/tasks delivered under this Agreement. 6.2 Assignment of Agreement. This Agreement may not be assigned except with the written consent of the COUNTY's Procurement Services Director. No such consent will be construed as making the COUNTY a party to the assignment or subjecting the COUNTY to liability of any kind to any assignee. No assignment will under any circumstances relieve the CONTRACTOR of liability and obligations under this Agreement and all transactions with the COUNTY must be through the CONTRACTOR. Additionally, unless otherwise stipulated in this Agreement, the CONTRACTOR shall notify and obtain prior written consent from the COUNTY prior to being acquired or subject to a hostile takeover. Any acquisition or hostile takeover without the prior consent of the COUNTY may result in termination of this Agreement for default. 6.3 Insurance. A. The CONTRACTOR shall purchase and maintain at all times during the term of this Agreement, without cost or expense to the COUNTY, policies of insurance as indicated below, with a company or companies authorized to do business in the State of Florida,and which are acceptable to the COUNTY, insuring the CONTRACTOR against any and all claims, demands, or causes of action Page 3 of 16 svocumenvounintocummeammovi Building Plan Review Aad laapeetiooU1-0928A Building Pb...Review And Iropotfioa Agte weent CAO_MBI4_9.27.18.Doa whatsoever,for injuries received or damage to property relating to the performance of duties,services and obligations of the CONTRACTOR under the terms and provisions of the Agreement.An original certificate of insurance,indicating that the CONTRACTOR has coverage in accordance with the requirements of this section, must be furnished by the CONTRACTOR to the COUNTY and Procurement Services Director within five(5)working days of such request and must be received and accepted by the COUNTY prior to contract execution and before any work begins. The parties agree that the policies of insurance and confirming certificates of insurance must insure the CONTRACTOR is in accordance with the following minimum limits: (i) General Liability insurance on forms no more restrictive than the latest edition of the Occurrence Form Commercial General Liability policy(CG 00 01)of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Each Occurrence/General Aggregate $1,000,000/2,000,000 Products-Completed Operations $2,000,000 Personal&Adv. Injury $1,000,000 Fire Damage $50,000 Medical Expense $5,000 Contractual Liability Included (ii) Automobile liability insurance,including owned,non-owned,and hired autos with the following minimum limits and coverage: Combined Single Limit $1,000,000 (iii)Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440,Florida Statutes, and any other applicable law requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers' compensation • insurance,the CONTRACTOR must provide a notarized statement that if he or she is injured, he or she will not hold the COUNTY responsible for any payment or compensation. (iv)Employers Liability with the following minimum limits and coverage: Each Accident $1,000,000 Disease-Each Employer $1,000,000 Disease-Policy Limit $1,000,000 (v) Professional liability and specialty insurance(medical malpractice,engineers, architect, consultant, environmental, pollution, errors and omissions, etc.) insurance as applicable, with minimum limits of $1,000,000 and annual aggregate of$2,000,000. B. Lake County, a Political Subdivision of the State of Florida, and the Board of County Commissioners, must be named as an additional insured as their interest may appear on all applicable policies. Certificates of insurance must identify the solicitation number in the Description of Operations section of the Certificate. Page 4 of 16 S:U1oCUMRN7120181PROCXMEfl118-0928 Building Plan Review And Inpoetion118-0928A Huildip Pkn Review And impaction Agreement CAO_MIDM(9.27.18.Dom, C. Certificates of insurance must provide for a minimum of thirty (30) days prior written notice to the County of any change, cancellation, or nonrenewal of the required insurance. It is the CONTRACTOR's specific responsibility to ensure that any such notice is provided within the stated timeframe to the certificate holder. D. The CONTRACTOR must provide a copy to the COUNTY's of all policy endorsements, reflecting the required coverage,with Lake County listed as an additional insured along with all required provisions to include waiver of subrogation. (Note: A simple COI WILL NOT be accepted In lieu of the policy endorsements). E. Certificates of insurance must evidence a waiver of subrogation in favor of the COUNTY, that coverage must be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision,with no requirement of premium by the COUNTY. F. Certificate holder must be: LAKE COUNTY,A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS. P.O.BOX 7800 TAVARES,FL 32778-7800 G. All self-insured retentions must appear on the certificates and will be subject to approval by the COUNTY. At the option of the COUNTY, the insurer must reduce or eliminate such self-insured retentions;or the CONTRACTOR will be required to procure a bond guaranteeing payment of losses and related claims expenses. H. The COUNTY will be exempt from,and in no way liable for,any sums of money,which may represent a deductible or self-insured retention in any insurance policy. The payment of such deductible or self-insured retention will be the sole responsibility of the CONTRACTOR and subcontractor providing such insurance. I. The CONTRACTOR will be responsible for subcontractors and their insurance. Subcontractors are to provide Certificates of insurance to the COUNTY evidencing coverage and terms in accordance with the Contractor's requirements. J. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination of this Agreement for default. K. Neither approval by the COUNTY of any insurance supplied by the CONTRACTOR,nor a failure to disapprove that insurance,will relieve the CONTRACTOR of full responsibility of liability, damages,and accidents as set forth in this Agreement. 6.4 Indemnity. The CONTRACTOR shall indemnify and hold the COUNTY and its agents,officers, commissioners and employees harmless for any damages resulting from failure of the CONTRACTOR to take out and maintain the above insurance. Additionally, the CONTRACTOR agrees to indemnify, and hold the COUNTY,its agents,officers,commissioners,and employees,free and harmless from and against any and all losses,penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities resulting from the negligent act,error or omission of the CONTRACTOR,its agents,employees or representative,in the performance of the CONTRACTOR's duties as set forth in this Agreement. Page 5 of 16 S:1DOaJM W11201$\PROCURBMENl11$0926 Building Plan Review And hupecdon11&0928A Building Plan Review And b%spwtioa AEteemmt_CAO_MEM 9.27.11.0a m 6.5 Independent Contractor. The CONTRACTOR,and all its employees,agree that they will be acting as independent contractors and will not be considered or deemed to be an agent,employee,joint venturer, or partner of the COUNTY. The CONTRACTOR will have no authority to contract for or bind the COUNTY in any manner and shall not represent itself as an agent of the COUNTY or as otherwise authorized to act for or on behalf of the COUNTY. Additionally,the CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm other than a bona fide employee working solely for the CONTRACTOR any fee,commission,percentage,gift,or other consideration contingent upon on resulting from the award or making of this Agreement. 6.6 Return of Materials. Upon the request of the COUNTY,but in any event upon termination of this Agreement,the CONTRACTOR shall surrender to the COUNTY all memoranda,notes,records,drawings, manuals, computer software, and other documents or materials pertaining to the services under this Agreement,that were furnished to the CONTRACTOR by the COUNTY pursuant to this Agreement. 6.7 Public Entity Crimes. A person or affiliate who has been placed on the convicted vendor list following a conviction of a public entity crime may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in Florida Statutes, Section 287.017 for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 6.8 Conflict of Interest. The CONTRACTOR agrees that it will not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Agreement,or which would violate or cause others to violate the provisions of Part III,Chapter 112,Florida Statutes,relating to ethics in government. Further, the CONTRACTOR hereby certifies that no officer, agent, or employee of the COUNTY has any material interest either directly or indirectly in the business of the CONTRACTOR conducted here and that no such person may have any such interest at any time during the term of this Agreement unless approved by the COUNTY. 6.9 Retaining Other Contractors. Nothing in this Agreement will be deemed to preclude the COUNTY from retaining the services of other persons or entities undertaking the same or similar services as those undertaken by the CONTRACTOR or from independently developing or acquiring materials or programs that are similar to, or competitive with,the services provided under this Agreement. 6.10 Accuracy. The CONTRACTOR is responsible for the professional quality, technical accuracy, ! timely completion and coordination of all the services furnished under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in resulting from the services provided in this Agreement. 6.11 Additional Services. Services not specifically identified in this Agreement may be added to the Agreement upon execution of a written amendment. The COUNTY reserves the right to award any additional services to the CONTRACTOR or to acquire the items from another vendor through a separate solicitation. 6.12 Right to Audit. The COUNTY reserves the right to require the CONTRACTOR to submit to an audit by any auditor of the COUNTY's choosing. The CONTRACTOR shall provide access to all of its records,which relate directly or indirectly to this Agreement at its place of business during regular business hours. The CONTRACTOR agrees to provide such assistance as may be necessary to facilitate the review or audit by the COUNTY to ensure compliance with applicable accounting and financial standards. This Page 6 of 16 S:1DOCUMPIM2OI81PR000REMEN1M 8A92g Budding Pb.Review/And Impec ion\I&09211A Building Plan Review And Impection Aga+ment_CAO_t.EtA".27.1 LDo , provision is hereby considered to be included within, and applicable to, any subcontractor agreement entered into by the CONTRACTOR in performance of any work under this Agreement. If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any nature by the CONTRACTOR to the COUNTY in excess of one percent(1%)of the total contract billings, in addition to making adjustments for the overcharges,the reasonable actual cost of the COUNTY's audit must be reimbursed to the COUNTY by the CONTRACTOR. Any adjustments or payments which must be made as a result of any such audit or inspection of the CONTRACTOR's invoices or records must be made within a reasonable amount of time,but in no event may the time exceed ninety(90)calendar days, i from presentation of the COUNTY's audit findings to the CONTRACTOR. 6.13 Public Records. A. All electronic files, audio and video recordings, and all papers pertaining to any activity performed by the contractor for or on behalf of the COUNTY will be the property of the COUNTY and will be turned over to the COUNTY upon request. In accordance with Chapter 119,Florida Statutes,each file and all papers pertaining to any activities performed for or on behalf of the COUNTY are public records available for inspection by any person even if the file or paper resides in the CONTRACTOR's office or facility.The CONTRACTOR shall maintain all documents relating to this Agreement for not less than five (5)complete calendar years after the Service has been completed or terminated,or in accordance with any grant requirements or Federal law, whichever is longer. Prior to the close out of the contract, the CONTRACTOR shall appoint a records custodian to handle any records request and provide the custodian's name and telephone numbers to the COUNTY. B. Any copyright derived from this Agreement will belong to the author.The author and the CONTRACTOR must expressly assign to the COUNTY nonexclusive,royalty free rights to use any and all information provided by the CONTRACTOR in any deliverable for the COUNTY's use which may include publishing in the COUNTY's documents and distribution as the COUNTY deems to be in the COUNTY's best interests.If anything included in any deliverable limits the rights of the COUNTY to use the information,the deliverable will be considered defective and not acceptable and the CONTRACTOR will not be eligible for any compensation. C. Pursuant to Section 119.0701,Florida Statutes,the CONTRACTOR shall comply with the Florida Public Records' laws,and shall: 1. Keep and maintain public records required by the COUNTY to perform the services identified in this Agreement. 2. Upon request from the COUNTY's custodian of public records, provide the COUNTY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of this Agreement and following completion of this Agreement if the CONTRACTOR does not transfer the records to the COUNTY. 4. Upon completion of this Agreement,transfer,at no cost,to the COUNTY all public records in possession of the CONTRACTOR or keep and maintain public records required by the COUNTY to perform the service. If the CONTRACTOR transfers Page 7 of 16 S:IDOCUMBNI 2Ol8 PROCURBM8NTV 60928 Bulldirg Plen Review And Iospoatioa116092$A Building Pian Review And Inspect=Ag canoes CAO_MBM_9.27.111.Aoaa all public records to the COUNTY upon completion of this Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt, or confidential and exempt, from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of this Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the COUNTY, upon request from the COUNTY's custodian of public records, in a format that is compatible with the information technology systems of the COUNTY. 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, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, ED TIPTON, AT LAKE COUNTY PROCUREMENT SERVICES, 352-343-9839, P.O. BOX 7800, TAVARES, FL 32778-7800, OR VIA EMAIL AT RTIPTON@LAKECOUNTYFL.GOV. Failure to comply with this subsection will be deemed a breach of this Agreement and enforceable as set forth in Section 119.0701, Florida Statutes. 6.14 Force Majeure. The parties will exercise every reasonable effort to meet their respective obligations under this Agreement, but will not be liable for delays resulting from force majeure or other causes beyond their reasonable control,including,but not limited to,compliance with any Government law or regulation, acts of nature, acts or omissions of the other party, Government acts or omissions, fires, strikes, national disasters, wars, riots,transportation problems and any other cause whatsoever beyond the reasonable control of the parties. Any such cause will extend the performance of the delayed obligation to the extent of the delay so incurred. 6.15 License. The CONTRACTOR shall remain appropriately licensed throughout the course of the Service. If the CONTRACTOR employs the services of a subcontractor,the CONTRACTOR shall ensure that any subcontractor is appropriately licensed throughout the course of the Service. Failure to maintain all required licenses will entitle the COUNTY, at its option,to terminate this Agreement. 6.16 Certification Regarding Scrutinized Companies that Boycott Israel. By executing this Agreement, the CONTRACTOR hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel. The CONTRACTOR understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject it to civil penalties, attorneys' fees, and costs. The CONTRACTOR further understands that any contract with the COUNTY for goods or services may be terminated at the option of the COUNTY if the CONTRACTOR is found to have submitted a false certification or has been listed on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel. Article 7. Miscellaneous Provisions 7.1 This Agreement is made under,and in all respects will be interpreted,construed, and governed by and in accordance with, the laws of the State of Florida. Venue for any legal action resulting from this Agreement will lie solely in Lake County, Florida. The CONTRACTOR hereby waives its right to a jury trial for any action arising from this Agreement. Page 8 of 16 s J)OCUMENT2018\PROCUREMENT\18-0928 Building Plan Review And Inspection\18-0928A Budding Plan Rcswcw And Inspev-t ion Agrccmrnt CAO_MEM 9 27 18 Ibcz 7.2 The captions utilized in this Agreement are for the purposes of identification only and do not control or affect the meaning or construction of any of the provisions of this Agreement. 7.3 This Agreement will be binding upon and will inure to the benefit of each of the parties and of their respective successors and permitted assigns. 7.4 This Agreement may not be amended,released,discharged, rescinded or abandoned, except by a written instrument duly executed by each of the parties. 7.5 The failure of any party at any time to enforce any of the provisions of this Agreement will in no way constitute or be construed as a waiver of such provision or of any other provision of this Agreement, nor in any way affect the validity of,or the right to enforce,each and every provision of this Agreement. 7.6 During the term of this Agreement the CONTRACTOR assures the COUNTY that it is in compliance with Title VII of the 1964 Civil Rights Act, as amended,and the Florida Civil Rights Act of 1992,in that the CONTRACTOR does not on the grounds of race,color,national origin,religion,sex,age, disability or marital status, discriminate in any form or manner against the CONTRACTOR's employees or applicants for employment. The CONTRACTOR understands and agrees that this Agreement is conditioned upon the veracity of this statement of assurance. 7.7 The CONTRACTOR must at all times comply with all Federal, State and local laws, rules and regulations. 7.8 The employees of the CONTRACTOR will be considered at all times its employees and not an employee or agent of the COUNTY. The CONTRACTOR will provide employees capable of performing the work as required. The COUNTY may require the CONTRACTOR to remove any employee it deems unacceptable. 7.9 Any individual, corporation, or other entity that attempts to meet its contractual obligations with the COUNTY through fraud, misrepresentation or material misstatement, may be debarred for up to five (5)years. The COUNTY as a further sanction may terminate or cancel any other contracts with such individual,corporation,or entity. Such individual or entity will be responsible for all direct or indirect costs associated with termination or cancellation,including attorney's fees. 7.10 With the consent of the CONTRACTOR, other agencies may make purchases in accordance with the contract. Any such purchases will be governed by the same terms and conditions as stated in this Agreement with the exception of the change in agency name. In addition, although this Agreement is specific to a Department of the COUNTY,it is agreed and understood that any department of the COUNTY may avail itself of this Agreement and purchase any and all items specified in this Agreement at the contract prices established in this Agreement. A contract modification will be issued by the COUNTY identifying the requirements of the additional COUNTY departments. 7.11 The CONTRACTOR will be the prime contractor for all required items and services and will assume full responsibility for the procurement and maintenance of such items and services. The CONTRACTOR will be considered the sole point of contact with regards to all stipulations, including payment of all charges and meeting all requirements of this Agreement. All subcontractors will be subject to advance review by the COUNTY in terms of competency and security concerns. No change in subcontractors may be made without consent of the COUNTY. The CONTRACTOR will be responsible for all insurance, permits, licenses and related matters for any and all subcontractors. Even if the Page 9 of 16 S:IDOCU IIiN7120181PROQAtIB.HN1118-092 Building Plus Review And Ispection\l8.O 28A Bolding Plea Review And Inspection Aeremnail CA 9.27.1LDocn subcontractor is self-insured, the COUNTY may require the CONTRACTOR to provide any insurance certificates required by the work to be performed. 7.12 The CONTRACTOR shall either be registered or have applied for registration with the Florida Department of State in accordance with the provisions of Florida law. 7.13 The invalidity or unenforceability of any particular provision of this Agreement will not affect the other provisions of this Agreement,and this Agreement must be construed in all respects as if such invalid or unenforceable provisions were omitted. 7.14 Wherever provision is made in this Agreement for the giving, service, or delivery of any notice, statement or other instrument,such notice must be in writing and will be deemed to have been duly given, served,and delivered,if delivered by hand or mailed by United States registered or certified mail,addressed as follows: If to the CONTRACTOR: If to the COUNTY: John L.O'Connor,President County Manager American Building Safety Associates,Inc. Lake County Administration Building 14049 Vista Del Lago Boulevard 315 West Main Street,Suite 308 Clermont,Florida 34711 Post Office Box 7800 Tavares,Florida 32778-7800 P.O.Box 120488 Clermont,Florida 34712 With a copy to: County Attorney Lake County Administration Building 315 West Main Street, Suite 335 Post Office Box 7800 Tavares,Florida 32778-7800 Each party may change its mailing address by giving to the other party, by hand delivery, United States registered or certified mail,notice of election to change such address. Article 8. Scope of Agreement 8.1 This Agreement is intended by the parties to be the final expression of their Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject of this Agreement, notwithstanding any representations, statements, or agreements to the contrary previously made. Any items not covered under this contract will need to be added via written addendum,and pricing negotiated based on final specifications. 8.2 This Agreement contains the following Attachments, all of which are incorporated in this Agreement: Attachment A Scope of Services Attachment B Pricing (Remainder of page Intentlona!y left blank.} Page 10 of 16 8.1DOCUMBNIWIIITROCIIREMBNTUL092$Beading Men Review And hvipection118-0928A RuiWing Plan Review And Inspecoon Agrecniere_CAO_MIUd_9.27.IWoox Agreement Between Lake County, Florida and American Building Safety Associates, Inc. for Building Plan Review and Inspection Services; RFP#18-0928(A) IN WITNESS WHEREOF,the parties have made and executed this Agreement on the respective dates under each signature: the COUNTY through its Board of County Commissioners, signing by and through its Chairman and by the CONTRACTOR through its duly authorized representative. CONTRACTOR AMERICAN BUILDING SAFETY ASSOCIATES, INC. ----.1,--7 c- <. - -------- John L.O'Con or, President This / day ofd-rt.if1 , 2018. COUNTY LAKE COUNTY, FLORIDA,through its BOARD OF COUNTY COMMISSIONERS ATTEST' oe 'I � / 6,GpUNTY h1. L-- ary J. IPP. g9 (Pt Timoth I. Sullivan,Chairman Boar.47 ounty Co missionerr of Lake County,Florida ,,I . %`N :14. This c7. day of ormbel..._ ,2018. Approved as to form and legality: fir1ef IovA.Gvl_ Melanie Marsh,County Attorney 4 Page 11 of 16 S.\DOCUMENT12019 PROCUREMENTI8-0928 Building Plan Review And Inspcdan\I8-0928A BuddIng Plan Rerrcw And Inspection ABreenKnl CAO_MEM 9 27 19 Docx ATTACHMENT A: SCOPE OF SERVICES RH'Number: 18-0928 SECTION 2—STATEMENT OF WORK SCOPE OF SERVICES This is an indefinite quantity contract with no guarantee services will be required. There is no guaranteed minimum or maximum dollar amount or volume to be expended on any contracts resulting from this solicitation. Quantities are estimates only and not a guaranteed quantity to be expended under any resulting contract. Section 2.1 Background The Lake County Office of Building Services is requesting proposals from qualified and experienced vendors to perform building, electrical, mechanical, plumbing, and fire safety inspections and plan review services as required by Chapter 553,Florida Statutes. The individuals performing the duties must be licensed as required by Chapter 468 and 633,Florida Statutes. Section 2.2 Protect Scope Lake County desires to contract for Plans Examiner and Inspection services on an as needed, continuing basis to perform commercial, residential and accessory structure plan reviews and residential and commercial building inspections (building, roofing, plumbing, gas, electric, mechanical HVAC,fire safety)for structures in which permits have been applied for or issued by the County. These services shall be utilized by developers, builders and citizens desiring or needing plan review mud inspections. The County reserves the right to award to more than one • vendor. The vendors will act as an as-needed independent contractor and not as an employee of the County. • Qualifications of Personnel a. Plans Examiners Each plans examiner must maintain a current,active Building,Electrical,Mechanical and Plumbing Plans Examiner License from the State of Florida,Department of Business and Profession Regulation,or be an Architect or Engineer that is registered with the State of Florida. The estimated annual need for these services is two hundred fifty(250)hours. b. Inspectors Each inspector must maintain a current, active license from the State of Florida, Department of Business and Professional Regulation in one or more of the following categories: • i &2 Family Dwelling Inspector License; • Building Inspector License; • Building plus One Trade(Electrical,Mechanical,or Plumbing)Inspector License; 15 Page 12 of l6 S:\DOCUMRNO2on8ViROCURI1MSNIV 1-0928 Reading Plan Review And Inspoe/ion\m1-0928A auiklin,Pin Review And Inspection Agreemem_CAO_67i1M 9,27.18.0 , • RFP Number: 18-0928 • Building, I &2 Family Dwelling,Electrical,Mechanical,and Plumbing Inspector License. Or the inspectors may be an Architect or Engineer registered with the State of Florida. The County will state in its request for service which type of inspector is required. Should the requested type of inspector not be available,and the vendor provides a higher licensed inspector, the County will be invoiced at the lower inspector rate.'tine estimated annual need for these services is one thousand(1,000)hours. c. Fire Safety Plans Examiner and inspector Each plans examiner and inspector must maintain current, active Fire Safety licenses certified by the Division of State Fire Marshal as required by Chapter 633,Florida Statutes. The estimated annual need for these services is one hundred twenty-five(125)hours for fire safety plans examiner and one hundred twenty-five(125)hours for tire inspector. Responsibilities of Vendor a. Review and process construction plans for issuance of building permits on an as-needed basis. Inspection and plans review services must include,but not be limited to building, roofing, mechanical (HVAC), plumbing, structural, electrical, fire safety, as well as providing all administrative documentation as required by the County. b. Inspect permitted construction within the County for compliance with the current Florida Building Code, National Electric Code, Florida Fire Prevention Code, County codes and ordinances and permitted plans and specifications. c. Prepare and deliver to Lake County written reports of inspections and investigations of complaints and other reports as may be reasonably requested by the County. High quality electronic copies are acceptable;file type must be compatible with Lake County.County inspection forms and processes must be used as well as entering information into the software used by the Building Services Division. d. Contact contractors,architects,engineers and citizens about construction projects,code questions and other conceals. e. Perform other duties related to or incidental to inspectors and plans reviewers primary duties as described and that the County may from time to time assign. The duties and responsibilities may change from time to time. 'theses duties may include, but not be limited to,Itousing Standard Inspections. f. As workload expands it is expected that the workforce will be increased so that scheduled daily inspections are completed that day.As workload varies,it is expected that 16 Page 13 of 16 S OCUMBr7n2011hPROCURBMH 1\I8.0928 Building Plan Review And Inspection\I R-0928A Building Plan Review And Inspection Agreomem_CAO_MHM_9 27.18.Uoen RFP Number:I8-09213 the vendor's workforce is adjusted in a like manner so that scheduled daily inspections are completed each day. g. Perform these duties during normal business hours of 7:30 AM to 5:30 PM, Monday through Friday,or as may be altered with mutual agreement. h. In the event of a hurricane/emergency,the vendor will provide emergency twenty-four (24)hour Building Code services to survey damage to structures. i. A representative of the vendor must attend one (I) monthly meeting to maintain consistency;attendance will be at no additional cost to the County. Section 2.3 Operational Procedures The County will contact the vendor by email specifying the number of inspectors,plans examiners and the approximate hours or days that will be needed. The vendor will be required to provide the requested inspection and plans review services within • twenty-four(24)hours of receiving the email from the County requesting such services. Section 2.4 County Assistance to be Provided and Report Preparation a. The County will provide office space,desks,desk chairs, file cabinets, local phone service and use of a photocopier, fax machine,scanners,computers and county software during the term of contract. The individual or vendor will be responsible for its long- distance phone charges other than those related to County business,office supplies and other equipment necessary for the performance of its responsibilities. b. The County will provide permitting staff for the processing of applications and issuance of permits. County staff will collect all fees and maintain records associated with application,reviews,and inspections of permitted structures or activities. c. The County provides the zoning staff to perform plot plan review and issuance of zoning clearances. d. The County will retain all records and documents. The vendor is permitted to make and maintain duplicate copies of the files, record, and documents at their own expense; however,in no way will the confidentiality as permitted by applicable law be breached. c, Training and cost of training is the responsibility of the Vendor. Section 2.5 Special Conditions of Proposed Contract a. Permits,"Taxes,Licenses,Insurance 17 Page 14 of 16 S,\OOCUMRN1\20181PR000RP.MRNIV 8-C9n Bnrding Plan Rovicw And Inspect ioq\I -0928A Building Plan Rcview And InspcOior.Agrwmc CAO_MEM_9.27.18.1)ncx • RFP Number: 18-0928 'Flic vendor must,at its own expense,obtain all necessary permits,pay all licenses, fees and taxes required to comply with all local ordinances, state and federal laws, rules, regulations and professional standards that would apply to the contract. b. Laws and Ordinances The vendor must observe and comply with all Federal,State and Local laws,ordinances, rules,regulations and professional standards that would apply to the contract. c. Selling,Transferring or Assigning of Contract No contract awarded under these terms, conditions and specifications will be sold, • transferred,or assigned without the written approval of the County. d, Addition or Deletion of Services {{ The County may require additional services that may not be specifically listed in the RFP. The vendor agrees to provide such services and must provide the County with prices on such additional items based on a formula or method that is the same as,or similar to that used in establishing the prices in this RFP.if the prices or contractual teens offered are not acceptable to the County and the situation cannot be resolved to the satisfaction of the County,the County reserves the right to procure those items from other vendors. e. Continuity of Inspections For each discipline(building,plumbing,electrical,fire safety,or mechanical 11VAC),there will be no more than two(2)individual inspectors providing inspections for each project. 18 Page 15of16 S!1a0CUMIA'1120181P1OCI)R2M1 NTI8-0928 Building Pbn Review And ImpcolionU 8-0928A Bedding Plan Review And 1napoclion Agrccn,cnt_CAO_MBM_9.27.18.Docx EXHIBIT B ATTACHMENT B: PRICING RVI.'Number.18.0928 PRICING SECTION All personnel proposed by the vendor must bo listed on the attached'faun Composition Form(Attauhment 4),to include correlation to ono of the acceptable licensure categories listed,with copies of current licenses, references and availability for each such designated individual. Rates quoted in proposals shall include travel and nil other incidental costs. Line Items I&2: Plans Reviewer. The hourly and dully rates proposed by the vendor fur this work category must presume that the individual performing this Valerian will be located at either the vendor's facility or at the County Administration Building with the support specified in paragraph 2.4 of the Statement of Work. The daily rate shall consist of plan review effort for an eight(8)hour period on a single working day. Llue Items 3.7:Inspector Services. The hourly and daily rates proposed by the vendor for this work • category must presume that the individual performing this fiincllon will receive assignments electronically vin a County-provider device and proeccd to specific assigumonts during the course of the day. The hourly rate shall include all travel and associated costs for perforating the service with billing to commence upon receipt of assignments and continue until completion of effort at the final work location each day.The daily rate shall include all travel and associated costs for pertorming inspection services for eight(8)hours on n single working day. The County will state In its request for service which type of inspector is required. Should the requested type of inspector not be available,and the vendor provides alhigher licensed Inspector, the County shall ho invoiced at the lower inspector rate, Line Item 8:Fire Plans Reviewer Services. The hourly and daily rules proposed by the vendor for this work category must presume that the Individual performing this [Unction will be located at either the vendor's facility or at the County Administration Building with the support specified in paragraph 2.4 of the Statement of Work. The daily rate must consist of pian review effort for an eight(8)hour period on a single working day, Line Rein 9;Fire Inspector Services. The hourly and daily rates proposed by the vendor for this work category must presume that the individual performing this Awaits'will receive assignments electronically via a County-provided device and proceed to specific assignments during the course of the day.'rho hourly rate shall include ell travel and associated costs for performing the service with billing to commerce upon receipt of assignments and continue until completion of effort at the final work location such day. The doily rate must include nil travel and associated costs for performing Inspection services for eight(8)hours on a single working day. I Plans Reviewer $75,00 $ 600.00 Plans Review AIB $ 85,00 $ 680.00 1&2 Pamil Dwoilin.Ins calor $85.00 $ 680.00 • Buildin:I ....tor $ 85.00 $ 680.00 5 Buihdi , 'his One Trade I 85.00 $ 680,00 Building,1&2 Family Dwelling, Electrical,Moehanical,and Plumbing 6 In otor $ 85.00 $ 680.00 7 Ins F dons by A/h.l 85.00 , $ 680.00 _^ 8 File Plats Reviewer $75.00 $ 600.00 9 Piro Inspector 85.00 $ 680.00 24 ' (1 - 17/ 4 c Page 16 of 16 S:1rx)CUMiun 2018WROCURPeNT?N'N 8-0928 asildirg Pbn Review And hnpeclion1184928A Building Plan Revitw And]neyalion Agrcomon t_CAO_MRM_9.2?.13.Ibat