Loading...
Contract 2019-22A AGREEMENT FOR HYDRANT AND VALVE INSTALLATION, REPAIR, AND MAINTENANCE SERVICES r THIS AGREEMENT, is made and entered into this ")2 day of apr t 2019, by and between the CITY OF CLERMONT, FLORIDA, a municipa corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and R & M SERVICE SOLUTIONS, LLC., whose address is: 7256 Westport Place, Suite A,West Palm Beach, FL 33413, (hereinafter referred to as "CONTRACTOR"). WHEREAS,the Seminole County B.C.C.through the public procurement process awarded an Agreement for hydrant and valves installation, repair, and maintenance services, Seminole County B.C.C. Contract Number IFB-602347-15/GCM; 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 B.C.C. Contract Number IFB-602347-15/GCM. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I—SCOPE OF WORK The CONTRACTOR shall furnish hydrant and valves installation,repair, and maintenance services as described in the Seminole County B.C.C. Contract Number IFB-602347- 15/GCM, 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 November 22, 2019, unless terminated or renewed as provided by the Seminole 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 one (1) additional year term. 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. 2 ARTICLE VII— INSURANCE AND INDEMNIFICATION RIDER 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. 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) Automobile Liability Coverages, $1,000,000 Each Bodily Injury& Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 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 (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, 3 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: R & M Service Solutions, LLC. 7256 Westport Place, Suite A West Palm Beach, FL 33413 Attn: Russell A. Jackson, Vice President CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 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 4 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: (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 5 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 Seminole County B.C.C. Contract/Bid No. IFB- 602347-15/GCM. 6 IN WITNESS WJ-IEREOF, the parties hereto have executed this Agreement on thisc day oflI f)fl I ,2019. Cityof C - ont - ./. ..4,1_ Gail L. Ash,Mayor Attest: i 1 Tracy Ackroyd Howe, City Clerk R & M Service Solutions, LLC. By: Jtt-Ai '/dC2y (N e Printed or Typed) 6wNt024S.D�✓r Title • est: / OMrporate Se, et. . / ?icy-c (Name Printed or Typed) 7 EXHIBIT A 74\stor 16330q PURCHASING AND CONTRACTS DIVISION SEMINOLE COL NIY FLORIDA'S NATURAL CHOICE October 5, 2018 R&M Service Solutions, LLC. 7256 Westport Place, Suite A West Palm Beach, FL 33413 Re: Renewal #1 — Term Contract for Hydrant and Valve Installation, Repair, and Maintenance Services (IFB-602347-15/GCM) To Whom It May Concern: In accordance with the terms and conditions of subject agreement, this agreement may be extended for an additional one (1) year period. The County has evaluated your performance during the past year and determined to extend the agreement for an additional year effective: November 23, 2018 through November 22, 2019. Authorization for performance of services by the Contractor under this agreement shall be in the form of written Release Orders issued and executed by the County on an as-needed basis based on the terms and conditions of the agreement. Appropriate County Departments and Divisions will be notified of this renewal. If you have any questions or need further assistance, please contact our office. Sincerely, Michael Guild Procurement Technician cc: Renee Roy, Seminole County Environmental Services County Comptroller's Office County Attorney's Office File 1301 East Second Street Sanford FL 32771 Telephone(407)665-7116 Fax(407)665-7956 www.seminolecountyffgov/purchasing The current contract IFB-602347-15/GCM Term Contract for Hydrant and Valve Maintenance,Repair and Flushing Services between your firm, R&M Service Solutions, LLC;and Seminole County is about to expire on 11/22/2018. The contract may be extended for additional terms.The County appreciates your business and at this time,we would like to determine whether your firm is interested in renewing the agreement. Therefore, in order to evaluate your contract for renewal, please complete the information on the bottom of this letter and indicate any changes, including price reductions,new or additional discounts, etc.,you would like to propose. X The agreement can be renewed with the same pricing structure,specifications,terms and conditions as the current order. Modifications or changes that you like the County to review(please provide backup information for these proposed changes). I do not wish to renew the agreement. If you are in agreement with renewing the current contract,please respond to this e-mail or to pcdadmin@seminolecountyfl.gov. Telephone Number 407-665-7116. Please send the Certificate of Insurance in accordance with the Agreement for the renewal term. This is the first step of the renewal process. Once the renewal process has been approved and completed,you will receive the renewal letter in a separate email;this e-mail renewal notification will be confirmation that the County has officially renewed the Agreement. Please let me know if you need any further information. V/R, Michael Guild Michael Guild, Procurement Technician Resource Management, Purchasing and Contracts Division 1301 E.Second St,Sanford, FL 32771 PH:407-665-7116 FX:407-665-7956 Email: mguild@seminolecountyfl.gov Website:www.seminolecountyfl.gov/purchasing ****Florida has a very broad Public Records Law. Virtually all written communications to or from State and Local Officials and employees are public records available to the public and media upon request. Seminole County policy does not differentiate between personal and business emails. E-mail sent on the County system will be considered public and will only be withheld from disclosure if deemed confidential pursuant to State Law.**** 2 Guild, Michael From: Russ Jackson <rjackson@rmservicesolutions.com> Sent: Friday,October 05,2018 12:53 PM To: Guild, Michael Subject: RE: Renewal #1 -IFB-602347-15/GCM - Response Needed Michael, We would like to renew.See below for your form. Thank you, Russell A. Jackson Vice President Ii1 vice _._ __ & tions_ iva.. F.P.! wv,,,ex. v8.:.$y;1;,.: Main Office/Billing Address 7256 West Port Place Suite A West Palm Beach, FL 33413 Western Operations Eastern Operations 6382 Industry Way 39015 County Road 54 Westminster, CA 92683 Zephyrhills, FL 33542 CA-998799,CA DIR-1000027859 FL-CUC 1225260 Phone: (877) 847-6747 Fax: (714) 841-1262 j Cell: (626) 529-6024 email: riacksonnu,nnservicesolutions.com www.nnservicesolutions.com From: Guild, Michael [mailto:mguildCa�seminolecountvfl.cov] Sent:Tuesday, October 02, 2018 12:01 PM To: rjacksonr-mservice.net Subject: Renewal #1 - IFB-602347-15/GCM - Response Needed Importance: High Good Afternoon, 1 Guild, Michael From: Roy, Nagunia (Renee) Sent: Friday, September 28, 2018 9:31 AM To: Guild, Michael Subject: RE:IFB-602347-15/GCM - Department Approval Needed - Renewal #1 (2 of 2) Follow Up Flag: Follow up Flag Status: Flagged Michael, We would like the 1 year renewal on this contract. Thank you and have a great weekend. N. Renee Roy \V;rchnusc Supen isor Seminole County NnN iron ental Sen icc Sl iuthea I Regional Water I reatment F acili Iv 3(1(1 Dike Road. Winter Park. fl?2792 407-665-27ua (0) 0%665-271)5(I i 41)7.234-6865(C) fro.'0 seminolecountvfl.aov From:Guild, Michael Sent:Thursday,September 27,2018 2:31 PM To: Roy, Nagunia (Renee)<nroy@seminolecountyfl.gov> Subject:RE: IFB-602347-15/GCM -Department Approval Needed-Renewal#1(2 of 2) Good Afternoon Renee, Please see the below contract renewal department approval e-mail. Please let me know if you need any further information. V/R, Michael Guild Michael Guild, Procurement Technician Resource Management, Purchasing and Contracts Division 1301 E.Second St,Sanford, FL 32771 PH:407-665-7116 FX:407-665-7956 Email: mguild@seminolecountvfl.gov Website:www.seminolecountyfl.gov/purchasing From:Guild, Michael Sent:Wednesday,September 19,2018 12:32 PM 1 To: Roy, Nagunia (Renee)<nroy@seminolecountyfl.gov> Subject: IFB-602347-15/GCM -Department Approval Needed- Renewal#1 (2 of 2) Good Afternoon Renee, • Contract number:IFB-602347-15/GCM • Contract title:Term Contract for Hydrant and Valve Maintenance,Repair and Flushing Services • Vendor/Business: R&M Service Solutions,LLC. The current contract will expire by its own terms on November 22,2018. It may be extended for one (1)additional year. If you are in agreement with renewing this contract,please respond to this e-mail and we will complete the renewal process. Please let me know if you need any further information. V/R, Michael Guild Michael Guild, Procurement Technician Resource Management, Purchasing and Contracts Division 1301 E.Second St,Sanford, FL 32771 PH:407-665-7116 FX:407-665-7956 Email: mguild@seminolecountyfl.gov Website:www.seminolecountyfl.gov/purchasing 2 TERM CONTRACT FOR HYDRANT AND VALVE INSTALLATION, REPAIR,AND MAINTENANCE SERVICES (IFB-602347-15/GCM) ld THIS AGREEMENT is made and entered into this.; day of MOdn4 b-e.)! 20 J� ., by and between R&M SERVICE SOLUTIONS, LLC, duly authorized to conduct business in the State of Florida, whose address is 7256 Westport Place, Suite A, West Palm Beach, Florida 33413, hereinafter referred to as "CONTRACTOR", and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford,Florida 32771,hereinafter referred to as"COUNTY". WITNESSETH: WHEREAS, COUNTY desires to retain the services of a competent and qualified contractor to provide hydrant and valve installation, repair, and maintenance 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, qualified, and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, COUNTY and CONTRACTOR agree as follows: Section 1. Services. COUNTY does hereby retain CONTRACTOR to furnish services as further described in the Scope of Services attached hereto as Exhibit A and made a part hereof. CONTRACTOR shall also be bound by all requirements as contained in the solicitation package and all addenda thereto. Required services shall be specifically enumerated, described and depicted CERTIFIED COPY Tenn Contract for Hydrant&Valve Installation,Repair and Maintenance Services MARYANNE MORSE (IFB-602347-15/GCM) Clerk of Circuit Court and Comptroller Page 1 of 19 S[irrlN JLE COUNTY, FLORIDA BY .. I. 4 ' ., ' D� Ti CLE in the Release Orders authorizing specific services. This Agreement standing alone does not authorize services or require COUNTY to place any orders for work. Section 2. Term. This Agreement shall take effect on the date of its execution by COUNTY and shall run 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 shall have no effect upon Release Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until delivery and acceptance of the services authorized by the Release Order. The first three (3) months of the initial term shall be 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 Services. Authorization for provision of services by CONTRACTOR under this Agreement shall be m the form of written Release Orders issued and executed by COUNTY. A sample Release Order is attached hereto as Exhibit B. Each Release Order shall describe the services required and shall state the dates for performance of services and establish the amount and method of payment. The Release Orders will be issued under and shall incorporate the terms of this Agreement. COUNTY makes no covenant or promise as to the number of available Release Orders or that CONTRACTOR will perform any Release 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&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 2 of 19 Section 4. Time for Completion. The services to be provided by CONTRACTOR shall be performed, as specified in such Release Orders as may be issued hereunder within the time specified therein. Section 5. Compensation. COUNTY agrees to compensate CONTRACTOR for the professional services provided for under this Agreement on a "Fixed Fee" basis. When a Release Order is issued on a Fixed Fee basis, then the applicable Release Order Fixed Fee amount shall include any and all reimbursable expenses. Section 6. Payment and Billing. (a) CONTRACTOR shall supply all services required by the Release Order, but in no event shall CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each Release Order. (b) For Release Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the amount due based on the percentage of total Release Order services actually provided, but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) Payments shall be made by COUNTY to CONTRACTOR when requested as services are furnished, but not more than once monthly. Each Release Order shall be invoiced separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an itemized invoice, properly dated, describing any services provided, the cost of the services therein, the name and address of CONTRACTOR, Release Order number, Contract number, and any other information required by this Agreement. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 3 of 19 • The original invoice and one(1) copy shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford,Florida 32772 Two(2)copies of the invoice shall be sent to: Environment Services Department 500 West Lake Mary Boulevard Sanford, Florida 32773 (d) Upon review and approval of CONTRACTOR's invoice, COUNTY shall, in accordance with the tends as set forth in Chapter 218, Part VII, Florida Statutes, pay CONTRACTOR the approved amount. Section 7. General Terms of Payment and Billing. (a) Upon satisfactory performance of services required hereunder and upon acceptance of the 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. COUNTY shall pay CONTRACTOR within thirty (30) days of receipt of proper invoice. (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 hereunder. 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 of this Section and the total compensation so determined shall be used to calculate final payment to CONTRACTOR. Conduct of this audit shall not delay final payment as provided by subsection (a)of this Section. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 4 of 19 (c) CONTRACTOR agrees to maintain all books, documents, papers, accounting records, and other evidence pertaining to services provided under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at CONTRACTOR's office at all reasonable times during the Agreement period 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 for in subsection (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. Responsibilities of CONTRACTOR. Neither COUNTY's review, approval, or acceptance of, nor payment for any of the services required will be construed to operate as a waiver of any tights under this Agreement or of any cause of action arising out of the performance of this Agreement. CONTRACTOR shall be and always remain liable to COUNTY in accordance with applicable law for any and all damages to COUNTY caused by CON 1'RACTOR's negligent or wrongful provision of any of the services furnished under this Agreement. Section 9. Termination. (a) COUNTY may, by written notice to CONTRACTOR, terminate this Agreement or any Release Order issued hereunder, in whole or in part, at any time, either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its Agreement obligations. 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 information and materials of whatever Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 5 of 19 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 shall 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 Agreement obligations, COUNTY may take over the work and prosecute the same to completion by other agreements or otherwise. In such case, CONTRACTOR shall be liable to COUNTY for all reasonable additional costs occasioned to COUNTY thereby. CONTRACTOR shall not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of CONTRACTOR; provided, however, that CONTRACTOR shall be responsible and liable for the actions of its subcontractors, agents, employees,persons, and entities of a similar type or nature. Such causes may 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. (d) If after notice of termination for failure to fulfill its Agreement obligations it is determined that CONTRACTOR had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price shall be made as provided for in subsection(b)of this Section. (e) 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. Section 10. Agreement and Release Order in Conflict. Whenever the terms of this Agreement conflict with any Release Order issued pursuant to it,this Agreement shall prevail. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 6 of 19 Section 11. Equal Opportunity Employment. CONTRACTOR agrees that it will 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 and will 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 shall include, but not be 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 shall have the tight 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. (a) CONTRACTOR agrees that it will not contract for or accept employment for the performance of any work or service with any individual, business, corporation, or government unit that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 7 of 19 (b) CONTRACTOR agrees that it will neither take any action nor engage in any conduct that would cause any COUNTY employee to violate the provisions of Chapter 112, Florida Statutes,relating to ethics in government. (c) In the event that CONTRACTOR causes or in any way promotes or encourages a COUNTY officer, employee or agent to violate Chapter 112,Florida Statutes, COUNTY shall have the right to terminate this Agreement. Section 14. Assignment. This Agreement nor any interest herein, shall not be assigned, transferred or otherwise encumbered under any circumstances by the parties hereto without prior written consent of the other party and in such cases only by a document of equal dignity herewith. Section 15. Subcontractors. In the event that CONTRACTOR during the course of the work under this Agreement requires the services of subcontractors or other professional associates in connection with services covered by this Agreement, CONTRACTOR must first secure the prior express written approval of COUNTY. If subcontractors or other professional associates are required in connection with the services covered by this Agreement, CONTRACTOR shall remain fully responsible for the services of subcontractors or other professional associates. Section 16. Indemnification of COUNTY. CONTRACTOR agrees to hold harmless and indemnify COUNTY and its commissioners, officers, employees, and agents against any and all claims, losses, damages, or lawsuits for damages arising from, allegedly arising from, or related to the provision of services hereunder by CONTRACTOR. Section 17. Insurance. (a) General. CONTRACTOR shall, at its own cost, procure insurance required under this Section. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 8 of 19 (1) CONTRACTOR shall furnish COUNTY with a Certificate of Insurance on a current ACORD Form signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer's Liability, Commercial General Liability, and Business Auto). COUNTY, its officials, officers, and employees shall be named additional insured under the Commercial General Liability policy. If the policy provides for a blanket additional insured coverage, please provide a copy of the section of the policy along with the Certificate of Insurance. If the coverage does not exist, the policy must be endorsed to include the additional insured verbiage. The Certificate of Insurance shall provide that COUNTY shall be given, by policy endorsement, not less than thirty(30) days written notice prior to the cancellation or non-renewal or by a method acceptable to COUNTY. Until such time as the insurance is no longer required to be maintained by CONTRACTOR, CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous Certificate of Insurance has been provided. (2) The Certificate of Insurance shall contain a statement that it is being provided in accordance with this Agreement and that the insurance is in full compliance with the insurance requirements of this Agreement. The Certificate of Insurance shall have this Agreement number clearly marked on its face. (3) In addition to providing the Certificate of Insurance on a current ACORD Form,upon request as required by COUNTY, CONTRACTOR shall, within thirty(30) days after receipt of the request provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. Certified copies of policies may only be provided by the insurer, not the agent/broker. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 9 of 19 (4) Neither approval by COUNTY nor failure to disapprove the insurance furnished by CONTRACTOR shall relieve CON TRACTOR of its full responsibility for performance of any obligation including CONTRACTOR's indemnification of COUNTY under this Agreement. (b) Insurance Company Requirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies (other than Workers' Compensation) must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Florida Office of Insurance Regulation. (2) In addition, such companies shall have and maintain, at a minimum, a Best's Rating of"A-" and a minimum Financial Size Category of"VII" 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 shall: (i) lose its Certificate of Authority; or (ii) fail to maintain the requisite Best's Rating and Financial Size Category, CONTRACTOR shall, as soon as it has knowledge of any such circumstance, immediately notify COUNTY and 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 COUNTY, CONTRACTOR shall be deemed to be in default of this Agreement. (c) Specifications. Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall, at its sole expense, procure, maintain and keep in force Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 10 of 19 amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in this Agreement, the insurance shall become effective upon execution of this Agreement by CONTRACTOR and shall be maintained in force until the expiration of this Agreement's term and/or the expiration of all Release Orders issued under this Agreement, whichever comes first. Failure by CONTRACTOR to maintain insurance coverage within the stated period and in compliance with insurance requirements of COUNTY shall constitute a material breach of this Agreement, for which this Agreement may be immediately terminated by COUNTY. The amounts and types of insurance shall conform to the following minimum requirements: (1) Workers' Compensation/Emnl oyer's Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation policy as filed for use in Florida by the National Council on Compensation Insurance without restrictive endorsements. CONTRACTOR will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both CONTRACTOR and its subcontractors are outlined in subsection (C) below. 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 Employees' Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (1FB-602347-15/GCM) Page 11 of 19 and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation policy shall be: $500,000.00 (Each Accident) $500,000.00 (Disease-Policy Limit) $500,000.00 (Disease-Each Employee) (2) Commercial General Liability. (A) CONTRACTOR's insurance shall 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 without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess Policy) shall be as follows: General Aggregate Two Times(2x)the Each Occurrence Limit Personal &Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional Insurance Liability insurance with limits of not less than One Million and No/100 Dollars ($1,000,000.00). (4) Business Auto Policy. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by Part IV of the latest edition of the standard Business Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 12 of 19 Auto Policy(ISO Form CA 00 01) as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements. Coverage shall include owned, non- owned and hired autos or any autos. (B) The minimum limits to be maintained by CONTRACTOR(inclusive of any amounts provided by an Umbrella or Excess policy) shall be per-accident combined single limit for bodily injury liability and property damage liability. If the coverage is subject to an aggregate, CONTRACTOR shall maintain separate aggregate limits of coverage applicable to claims arising out of or in connection with the work under this Agreement. The separate aggregate limits to be maintained by CONTRACTOR shall be a minimum of three times(3x)the per-accident limit required and shall apply separately to each policy year or part thereof. (C) The minimum amount of coverage under the Business Auto Policy shall be: Each Occurrence Bodily $1,000,000.00 Injury and Property Damage Liability Combined (d) Coverage. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary and non-contributory basis and any other insurance or self- insurance maintained by COUNTY or COUNTY's officials, officers or employees shall be in excess of and not contributing to the insurance provided by or on behalf of CONTRACTOR. (e) Occurrence Basis. The Workers' Compensation policy, the Commercial General Liability and the Umbrella policy required by this Agreement shall be provided on an occurrence rather than a claims-made basis. The Professional Liability insurance policy may be on an occurrence basis or claims-made basis. If a claims-made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 13of19 (f) Obligations. Compliance with the foregoing insurance requirements shall not relieve CONTRACTOR, its employees or its agents of liability from any obligation under a Section or any other portion 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 agree to exhaust COUNTY dispute resolution procedures prior to filing suit or otherwise pursuing legal remedies. COUNTY dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures", Seminole County Administrative Code. Contract claims include all controversies, except disputes addressed by the Prompt Payment Procedure,s arising under this Agreement within the dispute resolution procedures set forth in Section 3.5540, "Contract Claims", Seminole County Administrative Code. (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary services that were not presented for consideration in COUNTY dispute resolution procedures set forth in subsection (a) above of which CONTRACTOR had knowledge and failed to present during COUNTY dispute resolution procedures. (c) In the event that COUNTY dispute resolution procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (1173-602347-15/GCM) Page 14 of 19 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 will arise. COUNTY, upon request by CONTRACTOR, will designate and advise CONTRACTOR in writing of one or more of its employees to whom all communications pertaining to the day to day conduct of this Agreement shall be addressed. The designated representative shall 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) CONTRACTOR shall at all times during the normal work week 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 shall keep COUNTY continually and effectively advised of such designation. Section 20. All Prior Agreements Superseded. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no 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 hereof shall 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 herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. Section 22. Independent Contractor. It is agreed that nothing herein contained is intended or should 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, Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-I 5/GCM) Page 15 of 19 and agents)as an agent,representative,or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is to be and shall 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 shall have no claim to pension, workers' compensation, unemployment compensation, civil service, or other employee rights or privileges granted to COLTNTY's officers and employees either by operation of law or by COUNTY. Section 24. Services Not Provided For. No claim for services furnished by CONTRACTOR not specifically provided for herein shall 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 Statues, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. (b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119.071, Florida Statutes, with regard to public records, and shall: (1) keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement; (2) provide the public with access to public records on the same terms and conditions that COUNTY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page 16 of 19 (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law; and (4) meet all requirements for retaining public records and transfer, at no cost to the COUNTY, all public records in possession of CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to COUNTY in a format that is compatible with the information technology system of COUNTY. (c) Failure to comply with this Section shall be deemed a material breach of this Agreement, for which COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR. Section 26. 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 provisions of such services including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules, or regulations shall constitute a material breach of this Agreement and shall entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. Section 27. Patents and Royalties. Unless otherwise provided, CONTRACTOR shall be 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 Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (1FB-602347-15/GCM) Page 17 of 19 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 any infringing products or services or procure a license at no cost to COUNTY which will allow continued use of the service or product. If none of the alternatives are reasonably available, COUNTY agrees to return the article on request to CONTRACTOR and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. Section 28. Notices. Whenever either party desires to give notice unto 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 shall remain such until it shall have 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,to-wit: For COUNTY: Environment Services Department 500 West Lake Mary Boulevard Sanford,Florida 32773 For CONTRACTOR: R&M Service Solutions,LLC 7256 Westport Place, Suite A West Palm Beach,Florida 33413 Section 29. 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. Term Contract for Hydrant&Valve Installation,Repair and Maintenance Services (IFB-602347-15/GCM) Page I8 of l9 IN V*i t'1E 5'S WIMREOF,the parties hereto hay.;made and execs ted this Agre hent on the date below written for execution by COUNTY ATTEST: RB:.M SERVICE SOLUTIONS,LLC --'----S6By. . •.a liA ki J A G t — ,Secretary i 'A t�S �c i�l _ f",President ,y (CORPORATE SEAL) Date: /1—/0._ /f SEMINO = IUNTY,FLORIDA 4 x. 1t z� •s By: 4, , i, -> WilloW RAY HU,:. :• Purchasing and ' 1LOJ(bZO S Contra• 1 : ager Print Name 4 / Date: f° ���?// VW*ss Print Name / For the use and reliance As authorized for execution by the Board of Seminole of Seminole County only. County Commissioners at its/io>/6006e /0 , 20 /5--- , regular meeting. Approved as to form and legal suffi m'ency. / ill— /l , I(//g // 0' - I� b/i /it 1/7 Co F,ttorney''" AE 6/30/15 9/23/15 p:\usas\legal secretary csb\purchasing 2015\IF9-602326 Halzdoc , Attachments: Exhibit A-Scope of Services and Fee Structure Exhibit B-Sample Release Order Tenni Contract for Hydrant&Vulve Installation,Rcpt;ir a sd Maintenance Services (IFB-602347-1 S/GCM} Page 19 of 19 ORIGINAL 1 EXHIBIT A ...., xe _ �-:ter-tea a.z�.�-.. . _ SUBMIT BIDS TO: INVITATION FOR BID �' Seminole County 1301 E. Second Street And Sanford,Florida 32771 Bidder Acknowledgment Attn: PURCHASING&CONTRACTS (PCD) Contact: Gladys Marrozos,CPPB IFB-602347-151GCM 407 Procurement Analyst Term Contract for Hydrant and Valve 407-665.7956-Fax Maintenance, Repair and Flushing gmarrozoseseminorecounyn.gov Services Pre-Bld Conference Date: AuouSt_13.2015 Time: 9:00 AM (Eastern Standard Time) Location of Are-Bid Conference: Environmental Services Department, 500 West Lake Mary Boulevard Sanford, Florida 32773 Bid Due Date: September 2,2016 Time: 2:00 PM(Eastern Standard Time) Location of Public Opening: Purchasing& Contracts Division, PCD Conference Room 1301 E. Second Street, Sanford, FL 32771 Ai'J. IIIMINIO lollimin.T,•••.11•41.11.1.•111111EIMIIIIY Proposer Name:R&M Service Solution,LIC Federal Employer ID Number 27-1422685 Mailing Address: 7256 Westport Place,Suite A if returning as a"No Submittal", state reason so return only this nogg): • City, State, Zip:West Palm Beach,FL 33413 Type of Entity(Circle one): Corporation The undersigned Bidder hereby Partnership Proprietorship Joint Venture acknowledges receipt of Addenda Incorporated In the State of. Numbers / jrough 1 List of Principals: • �,..... AV r- urthorized nature (Manual) Date Email Address: rjackaon@r-mservice.net , Typed/tame: John R.Rakoczy Telephone Number, 877-874-6747 Title: Managing Member Fax Number. 813-788-4355 Date: 09-01-2015 — THIS FORM MUST BE COMPLETED AND RETURNED WITH WRrrTEN SID The Bidder is expected to completely analyze the information contained in this Invitation for Bid (IFB)as guidance for the preparation of their written submittal. The Bidder's written bid should be specific, detailed, and complete in order to clearly and fully demonstrate the Bidder's understanding of the requested work and/or delivery requirements. RFP-602347-151GCM-F ir:ront&Valve Maintenance 17 Part 4 Price Submittal tFB-CO2347-15IGC=off -Term Contract for Hydrant and Valve Maintenance, Rep*and Fluahing Services Name of Bidder: R&M Service Solutions,LLC kAPiling Addr s:_ 7256 Westport Place,Suite A Street Address: 39013 County Road 54 • City/State/Zip: ZoPhyrhirls,FL 33542 Phone Number: (877 ) 847-8747 FAX Number: ( 813 ) 788-4355 E-Mail Address: r}ackaan@r-rnservloe.net Deslgnad rbl M<naaedfl rrmat}on: Project Manager: mike George P1o;t;d Msnay3r Telephone No.: 352398-9127 Fax No.: 813-7884355 E-Mail Andress: m9eat e r-rnservice.net Pursuant to Ord in compliance with the IFR Documents, the undersigned Bidder agreo3 to provide and fumith i y and all of the Itboi, material, and toots, equipment, incidental: and transportation s.nices necessary to ,.omplete all of the Work reauircd ire connection with the required servicesi:;ornmodities all in strict cclfonoity Bid Documents for the_h amount hereinefte r set forth. The undersigned, as Bidder, declares that ths only parsons parties intmr ated iri this bid as principals are those named herein;that this bid is made without collusion with any person,firm or corporation; and he proposes and agrees, if the bid is accepted,that he/she will execute an Agreement with the COUNTY in the form set forth in the Contract Documents;that he/she will furnish the Insurance t::':rrtifraltes. Costs than be inclusive of all direct and indirect costs including but not limited to, materials, labor, equipment, transportation, coordination and incidental_ necessar; for the performance of the work specified in Bid documents. The cost of the materiels/equipment shall include all costs, including but not limited to: • General Administrative Overhead, fringe and benefits and profit, ail documentation required for operation, deliveryilra sportation a unit(s) to the County's service delh7ery address, indirect costs, i.e., it isuranr_.e, etc., indirect labor costs. RFP-8023:7-15/GCM-Hyttent 8 Vale Maintenenac 2 Part General Scope GENERAL DESCRIPTION: The Seminole County Environmental Services Department (SCES) requires services of experienced, licensed contractor(s) to provide maintenance, repair and replacement part services for fire hydrants, valves (including associated fittings, restraints and pipe), and flushing services on an "as needed" basis at locations within the SCES utility's distribution systems. SCES will furnish the successful contractor(s) with the most recent copy of the distribution systems atlas in an electronic format. The Contractor(s) will be responsible for furnishing all labor, tools, equipment, parts and materials to complete the requested work as specified in the Scope of Service section. The Contractor(s) will also be responsible for furnishing all required ancillary services to which includes but is not limited to, mobilization, excavations, well pointing and pumping, shoring, line stops, wet taps, maintenance of traffic, and site restorations necessary to complete the requested work as specified in the Scope of Services. STANDARDS: A. SCES Utility Engineering Specifications for Water Distribution Construction. B. Seminole County Standards for applicable public right-of-way improvements under County jurisdiction. C. FDOT Utility Accommodation Manual (latest edition) and FDOT Design Standards for Construction, Maintenance and Utility Operations on the State Highway System (2008 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. SPECIAL CONDITIONS; Contractor's Response Time: Contractor(s) shall be adequately staffed and equipped to respond to all aspects of the requested work within 72 hours, if required by SCES. Contractor's Personnel: The Contractor(s) must employ and assign a Project Manager who will oversee the described work and who has a minimum of five (5) years continuous field and supervisory experience in all aspects of the described work. The Project Manager shall serve as the single point of contact for all work, be responsible for coordinating and scheduling all work (including restoration) and be available (by phone, if not in person)while contractor's crews work within SCES distribution systems. The Contractor shall employ and designate a qualified Quality Control Manager who shall be responsible for re-inspection of all field processed data if it falls outside of tolerances. All such data shall be re-collected. The Quality Control Manager shall also be responsible of random sampling of not less than 10% of the total contract value. This will provide quality assurance of all physical aspects of the service and validation of all data attributes collected. For each job or task assigned under this contract, the Contractor's Project Manager shall assign qualified and responsible Service Technicians to complete requested work. At any time the Contractor's personnel is working within the SCES distribution systems, notification is required to the SCES SCADA RFP-602347-15/GCM-Hydrant&Valve Maintenance 3 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 surrounding surfaces from contamination and/or damage. If said leakage is excessive or cannot be adequately contained, said equipment must cease operation and be removed from the job site. All Contractor(s) service vehicles shall be maintained in a presentable manner and have Contractor name and logo adequately displayed. SCES Requirements for Work and Site Visit Management: Contractor personnel shall notify their assigned SCES representative each day, prior to beginning work within the County utility system. All contractor personnel shall display on their person a company identification badge that is clearly visible at chest level and not covered by clothing or other items. This badge must have the company name, company phone number, the individual's name and the individual's photo. In addition, SCES requires that the Contractor create a service call or job order ticket that shall have, at a minimum, the following information: • Company name and contact information • Company job or work order number • SCES contact name and phone number • SCES job number and Seminole County purchase order number • Date/time of beginning and ending of work • Number of Technicians • Work location and description of work to be performed • Detailed description of solution and/or work completed SCOPE OF SERVICES: Hydrant Maintenance: Fire hydrant testing and maintenance shall be in accordance with AWWA — M17 Manual for Installation, field testing, and maintenance of fire hydrants, to include the following procedures: • Locate and access each fire hydrant • Locate access and exercise fire hydrant isolation valve • Check fire hydrant nozzle height for correct ground clearance • Identify make, model, nozzle size and year of hydrant manufacture • Lubricate operating nut (if appropriate for hydrant make/model) and all nozzle outlets with 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 SCES SCADA Operations Center at 407-665-2767, notifying them of the anomaly. Continue to flow hydrant until water clears, checking in 15 minute increments. The use of a calibrated combination pitot gauge and hydrant diffuser is required for all hydrant flushing. • Close hydrant completely. Back off the opening nut enough to take the pressure off the packing. RFP-602347-15/GCM-Hydrant&Valve Maintenance 4 • 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 Industrial Marine Coatings, ANSI Safety Yellow, Pantone 109 or approved equal. Coating shall be spray applied to a minimum of a 4 ml dry coat thickness. • Replace(if defective) hydrant ID tag, or install (if not present) hydrant ID tag. • Replace (if defective) blue reflective road marker, or install (if not present) blue reflective road marker. Reflective pavement markers in blue shall be used to identify the hydrant locations. Each marker is to be placed on the center line of the roadway lane closest to the hydrant. • Obtain and record GPS site coordinates of hydrant. • Document any operational deficiencies and/or miscellaneous findings. • Notification of all malfunctioning and/or out of service hydrants or valves shall be immediately reported to SCES. • Document all pertinent data into an electronic spreadsheet or database including the following: o Hydrant ID tag number o Hydrant address location o Hydrant GPS site coordinates o Date of flush or service o Hydrant brand o Hydrant model number o Hydrant year o Hydrant size o Hydrant flow rate obtained o Hydrant pressure after 5 minutes of flushing o Total gallons flushed during service o Degree of operating difficulty o Deficiencies and/or repairs required to be immediately reported to the Utility. • All data shall be formatted to match existing SCES data system and/or forms. Data shall be delivered to the SCES in an electronic format compatible with SCES' ArcGIS/ArcMap system or SQL database. Upper Barrel Repair: An upper bonnet repair shall consist of repairing and/or replacing all necessary components within the upper portions of the hydrant, from the operating nut downwards to the top of the break away (upper barrel) flange, in order to return hydrant to working order. Hydrant rotation shall also be considered as an upper barrel repair. Lower Barrel Repair: A lower barrel repair shall consist of repairing and/or replacing all necessary components of the hydrant from the top of the break away (upper barrel) flange to the bottom of the hydrant foot valve in order to return hydrant to working order. Valve Maintenance: Valve maintenance shall include the following procedures: • Locate and access each valve • Raise valve box to grade (if applicable) • Align valve box to vertical position (if located outside of pavement) • Clean debris and standing water from valve box RFP-802347-15/GCM-Hydrant&Valve Maintenance 5 • 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 • Mark curve with a "V" marking • Document all pertinent data including location, type, and size of valve, direction of rotation to open position, numbers of turns to full open position, degree of operating difficulty, and note deficiencies and/or closed valves to be immediately reported to the Utility. All data shall be formatted to match existing SCES data system and/or forms. Data shall be delivered to the SCES in an electronic format compatible with SCES'ArcGIS/ArcMap system. GPS Mapping: All the water distribution valves and fire hydrants encountered in this contract are to be GPS mapped within sub-meter accuracy and the data delivered in an electronic format compatible with SCES'ArcGIS/ArcMap system software. Coordinate data shall be field-collected with autonomous GPS readings and subsequently differentially corrected via post-processing. The contractor(s) shall further refine positions through filtering and inspection to eliminate noise, problematic satellite geometry and multi-path degradation. Point valve features shall be collected at an epoch of one (1) second with a minimum occupation of twenty (20) seconds. Specific parameters include: • Elevation mask: 15 degrees above the horizon • Coordinate system: as agreed with NAD 1983 State Plane Florida EAST • Satellites: >=4 • Position Dilution of Precision (PDOP) <6 • Horizontal Dilution of Precision (HDOP): <4 • Minimum number of raw positions collected: 20 • In the event of obstructions — where a clear GPS position cannot be captured a laser offset will be executed from a nearby location At a minimum, and in addition to database attribute requirements, the following coordinate data items shall be generated as a result of this process. • PDOP value • HDOP value • Correction status • Date recorded • Time recorded • Total positions • Filtered positions • Horizontal Precision • Vertical Precision • Standard deviation • cor File Name • X-coordinate • Y-coordinate Documentation: Documentation data will be collected on each distribution valve and/or hydrant and will be agreed upon, and be compatible with SCES' ArcGIS/ArcMap system software in advance of work start up. RFP-602347-15/GCM-Hydrant&Valve Maintenance 6 Data documentation will include, at a minimum: a) Physical data— Identification number, map number, valve size, type of valve, use of valve, valve structure, depth of valve, number of turns, torque, if clean out was necessary, valve discrepancies (by category and details), box/vault discrepancies (by category and details)and any additional information as necessary. b) Location data — Mapping grade GPS coordinate data parameters noted in the GPS mapping section c) Discrepancies — Details on discrepancies so that a work order (as described below) can be concisely created. Deliverable Data: The Contractor will provide applicable hydrant and valve data in a spatially accurate format compliant with SCES ArcGIS/ArcMap system and in the County's existing data structure. Contractor shall be able to fully integrate data into ESRI ArcGIS/ArcMap and shall be integrated into the SCES ArcGIS system. Metadata, including a detailed citation describing field data collection practices, equipment settings, post processing procedures, base stations used for differential correction and expected accuracy, are to be submitted with final and interim data deliveries. The data in electronic format shall contain the information agreed to by SCES and at a minimum the following attribute data: • A unique identification number— For each device • Data Dictionary—Valve Condition (operable, inoperable) • Source document reference—valve discrepancies • Date of Operation —Structure discrepancies • Valve Size— PDOP value • Valve Type— HDOP value Obstructed GPS data shall be obtained through laser offset method. Flushing Services: SCES may require the Contractor to perform unidirectional or maintenance flushing in certain locations within the utility's distribution systems. SCES will provide to contractor the flushing sequences developed by an Engineer for the specified areas. The contractor is responsible for locating the valves and hydrants identified in the Engineer's sequencing and verifying their operability. Upon completion of each sequenced flushing activities, the Contractor will return valves to their original position. This is to help with valves not being left in the wrong position. Pricing for unidirectional flushing will combine item B3 (valve maintenance without GPS location) for turning the valves and item A6 Time Unit for the actual flushing. Hydrant and/or Valve Replacement and Installation: Hydrant and valve replacement and/or new installation work described in this solicitation package (see Price Schedule) shall be "all inclusive". The line item pricing of such work shall include all of but not limited to the following: • Pre work job site evaluation • Obtaining all utility and/or Right of Way(ROW) locates • Notification of effected customers (with the exception of partial water system shut down) • Job site safety and MOT • Site excavation (typical <48" bury to bottom of pipe) • Furnish and install all necessary materials to successfully complete the job • Furnish and competently operate all necessary equipment to successfully complete the job • Furnish and manage all necessary competent labor to successfully complete the job • Excavation, backfill and compaction RFP-602347-15/GCM-Hydrant&Valve Maintenance 7 • Removal of all remaining spoil, materials and waste 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 shall promptly notify SCES of any conflicts with existing utilities that occurs as a result of said work. The Contractor shall be responsible for obtaining and adhering to all applicable Maintenance of Traffic (MOD and/or Right of Way permits as required by Seminole County, State of Florida Department of Transportation (FDOT) or jurisdictional authority. Job Site Management: The Contractor shall set up, manage and restore each job site in a responsible manner that includes but is not limited to Maintenance of Traffic (MOT), pedestrian safety, and property protection. At no time during the active progress of work shall the Contractor leave the job site unattended. The Contractor must request and gain approval from SCES for any specific job site-work that may extend past one work day. If approval is granted, all excavated areas must be backfilled and enclosed with safety mesh and proper MOT activated at end of each work day. Each job site (regardless of duration of work) must be maintained at all times in a responsible manner that does not unduly impact the surrounding areas and allows for adequate ingress/egress from properties affected. Any and all road and/or ingress/egress closures must be approved by the SCES in advance of the work. The Contractor shall present a contingency plan for such closures at time of approval request. Upon completion of work, the contractor shall 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. Ail restoration activities including irrigation system repairs shall be the responsibility of the contractor (reference Restoration and Contractor Pass Through section of this document). Sub-contracted and Contractor "Pass-Through" Charges: Certain services shall be considered as "Pass-through" charges. These charges are interpreted to mean sub-contractor invoice total plus 10% administration and management costs. For the terms of this contract these services include landscape restoration (excluding irrigation repairs and <400ft2 sod), asphalt restoration, concrete restoration, de- watering (well points) services, extended MOT (>72 hours), MOT with law enforcement presence during work activities. Prior to use of sub-contracted or cost pass through services, the Contractor shall obtain three (3) separate quotes for each of the sub-contracting activities and present to the SCES a recommendation of award for each service. If the acceptance of this recommendation is not approved, SCES reserves the right to perform any and all of these pass through activities. The SCES reserves the right to perform any and all of these pass through activities to avoid the additional pass through charges. If this right is exercised by SCES, the responsibility for such work will be removed from the Contractor. Warranty: In order to insure fire hydrant and valve repair, replacement and installation meets the performance guaranteed by the manufacturer and retain warranties, the contractor shall guarantee all workmanship and materials for all described work for a period of two (2) years from the date of the repair or installation. RFP-602347-15/GCM-Hydrant&Valve Maintenance -Y °=10. ',:i+x-1 r:- Board of County Commissions ORDER NUMBER: FLORIDA SALES:69-11-053995-53C Seminole County, Florida FEDERALSALESAISE 59,74-0019K PURCHASE ORDER EXHIBIT B , OP i o .I I' ADSIINE,TR:TIVE$RFVICr'OT DEPANTtETT•PURCHASING I ARO CC:1TJV.CTSswarm 1101E igalRD FLORIDA-cowry171SERvi BIRO.Rh;C320B I SA/FORD FLO72771 J PHONE(107)6667716/FAX(401)NS= FYYI� =-44— y c r F 7.c ":2'3:":1-',1;=:174:-.1‘ 1%-:117.!;, y 1...(1;:77:--2-.:-It;:-4.7e. y,' It4 4G °Tl If`_ E. .'6 ^ `, , , Sample of Release Orde S' 1 ✓ • 4 t -. :; -,- , ,....1...,/v _i -,.. ......" .,.., 1,....0.11\1 i I i .l �1 r- i9�R ` ,. y TOTAL r,N1JUI:T THIS O!:DE:4 IS SUDJEC T TO THE TEAS&CONDMoNS ON THE REVERSE SIDE OF THIS ORDER. i' SUB14r;ALL INVOICE II,,DUPLICAi'E TQ CLERK-S.C.C.FINANCE DIVISION POST OFFICE BOX 8080 PURCHASING AND CONTRACTS DIVISION-AUTHORIZED SIGNATURE SANFORD.FL 32772-0889 AaAs.Payable Inquiries-Phone(407)865-7681 for;SEMINOLE COUNTY BOARD OF COUNTY COANAISSiONERS Terms and Conditions 1.ACRe.E6IENT.This Purchase Order Including these terms,conditions,and other perform any or all rejected services,or(b)to refund the price of any or air rejected referenced documents such as solicitations,specifications,and responses constitute goods or services. All such rejected goods will be held for the Supptees prompt the sole and entire agreement between the parties hereto.The County does hereby Inspection at the Supplier's risk.Nothing contained herein shall relieve,In any way,the retain the Supplier to furnish those serviceslcamrradites and perform those tasks as Supplier from the obligation of testing,inspection,and quality control. described In this purchase order and as further described in the scope of services, 9.TAXES.Seminole County Government is a non-profit organization and not subject attached hereto end incorporated herein,If applicable. This order shall be construed to tax and interpreted under the laws of the State of Florida.Jurisdiction and venue,with respect to any suit in connection with this order,shall reside In Seminole County, 10.FLORIDA PROtePT PAYMENT.C'.Suppliers shall be paid in accordance veil Florida. the State of Florida Prompt Payment Act, Section 218.70, Florida Statutes, upon 2.D'LMci'r'OF GOCDS t.ND SERVICES. Failure to deliver the items or provide Sanford, of proper Invoices) to County Finance Department, P. 0. Box 8080, the service hereby ordered strictly within the time specified hal entitle the County to purchase older. 32772. Invoices are to be tined Cat the porde sumb r. on the cancel this order holding the Supplier accountable therefore,and may charge the purchaseorder.Al invoices must reference Senilnole Cowrtys order number. Supplier with any increased cost or other toss incurred thereon pursuant to Chapter 11.PAYMENT T ERGiS. it shall be understood that the cash discount period to the 672 of the Florida Statutes,unless deferred shipment Is requested and agreed to by County wit be from the date of the Invoice and not from the receipt of goods/services. tie County in eriting.Payment or acceptance of any item after the dentary date shall 12.PRICE PROTECTioN.Supplier warrants that the price(s)set forth herein are equal not constitute a waiver of the County's right le cancel this order with respect to to the laciest net price and the terms and conditions of sale are as favorable as the subsequent deliveries. price(s),terms, and conditions afforded by the Suppiter to any other customer for 5.tVARR/4TY.Supplier warrants ell materials and services covered by this order to goods or services of comparable grade or quality during the term hereof. Supplier conform strictly to the specifications,drawi gs,or samples as specified or furnished, agrees that any price reductions made in the goods or services covered by this on;er, and to be free from latent or patent defects In material or workmanship. If no quality Is subsequent to its acceptance but prior to payment thereof,wit be applicable le this specified,the Supplier warrants to County that the goods or service shall be of the best order. grade of their respective kinds,or will meet or exceed the applicable standards for the 13.Pa.Ch ee0e1G.e/ID SileePlere.Unless otherwise specified,all products shall be industry represented, and is fit for County's particular purpose. Supplier further coed, marked,and otherwiseprepared for sh warrants that at the time the goods or services are accepted by County,they shall Pam. shipment in a manner that Is: have been produced, sold, delivered, and furnished in strict compUence with all (a) In accordance with good cert ratefo practice;particular; and(b)acceptable ato cammah applicable Federal and State laws, municipal ordinances, regulations, rules, labor canters for shipment at the lowest rate for the product,and el a the names agreements,and working conditions to which the goods or services are subject In + CC regulations,and adequate to insure safe t arrival of the product at named addition to,and not in lieu of the above,that at the time of acceptance,the goods or contadestination and for storage and protection against vrealher.Supplier shall mark all services are applicable, meet or exceed the applicable standards imposed by(a) order numera with necessary lifting, handling, and oftheshippingconsignee Information, and also this Consumer Product Safety Act,(b)Occupational Safety and Heat Act(Public Law 91- Itemized number,date of tmust shipment,and the name the shipment. and cons gnor.An 5961,as amended,(c)Fair Labor Standards Act,as amended,and(d)the goods and itemizeddifferently, packing sheet must accompany each All shipments, miens services furnished hereunder are free of any cairns or liens of whatever nature sp''afied shall be FOB destination. whether rightful or otherwise of any person,corporation,partnership,or association. 14.f)UAIITRY.The quantities of goods,as Indicated on the face hereof,must not be 4. ODIFICATAJNS.This order can be modified or rescinded only In writing by the exceeded without prior written authorization from County.Excess quantities may be parties or their duly authorized agents. returned to Supplier at Suppler's expense. 5.TERid1NATICW.The County may,by written notice to the Supplier,terminate this 15.!,SSIGNiti.F1tT.Supplier may not assign,transfer,or subcontract this order or any order,in whole or in part,at any time,either for the County's convenience or because right or obligalan hereunder without Courtpls mitten consent Any purported of the(allure of the Supplier to fulfill Supplier's agreement obligations. Upon receipt of assignment transfer or subcontract shall be nut and void. such notice,Supplier shall discontinue all deliveries affected unless the notice directs 16. EQUAL OPP3RTUNf1Y EE'PLOYER. The County is an Equal Employment otherwise. In such event,County shall be Gable only for materials or components Opportunity(EEO)employer,and as such requires all Suppliers or vendors to comply procured,or work done,or supplies partially fabricated within the authorization of this with EEO regulations with regards to gender, age, race, veteran status, country of order.In no event shall County be liable for incidental or consequential damages by origin,and creed as may be applicable to the Supplier. Any subcontracts entered into reason of such termination. shall make reference to this clause with the same degree of application being 6.i�IDEMeilFl:tTIO .Supplier agrees to protect,indemnify,save,and hold harmless en�uraged.When appNcable,the Supplier shall comply with at State and Fedeel EEC County,its officers,end employees from and against al'losses,costs,end expenses, regulations. and from and against all claims, demands,suits,end actions for damages,losses, 17.RICHT TO AUDIT RECORDS.The County shat be entitled to audit the books and costs, and expenses and from and against all liability awards, claims of patent records of Supplier to the extent that such books and records relate to the per/penance infringement judgments,and decrees of whatsoever nature for any and all damages of the order or any supplement to the order.Supplier shall maintain such books and to property of the County or others of whatsoever nature and for any and all injury to records fora period of three(3)years from the date of final payment under the oder any persons arising out of or resulting from the negligence of Supplier,breach of this unless the County otherwise authorizes a shorter ported In writing. order in the manufacture of goods,from any defect in materials or workmanship,from 1e.FICCAL YEAR FUNDING APPROPRIATION.Unless otherwise provided by law,a the failure of the goods to perform to ors full capacity as specified In the order, order for su piles and/or services may be entered into for to specification,or other data,or from the breach of any express or Implied warrants.The bep any period of time deemed of remedies afforded to the County by this clause are cumulative with,and In no ray renewal!n tie bestxinteresto , of the Countynprovided the term rrothe Orderand available or effect any other legal remedy the County may have under this order cr at law. or extension,H any,are included In the enttcftaUons,and funds are available for the heal fiscal period of the order. Payment and performance obligations for 7.INSURANCE.Suppler shall obtain and maintain In force adequate Insurance as succeeding fiscal periods shall be subject to the annual appropriation by County. directed by the County.Supplier may also be required to carry vorkera'cornpensatlon 1},FAILURE TO ACCEPT PUP-CHASE ORDER.Failure of the Supplier insurance In accordance cent the laws of the Stale of Florida. Supplier shall furnish to aPt the County with Certificate of Insurance for all service related purchase orders and other order as spec/fed may be cause tar cancellation of the award.Suppliers who default specialized services performed at Supplier's location. Any certificarequested shall are subject to suspension andlor debarmentte be provided to the Purchasing and Contracts Division within ten(10)days from notice. 20.AGREEI'r:f'iT PJf 0 FL'RCIt'6E ORDER lei CO:IFLiCT.Whenever the terms Supplier shall notify the County in the event of cancellation, material change, or and conditions of the Main/Master Agreement conflict with any Purchase Order issued altercation related to the Supplier's insurance Certificate. All policies real!name pursuant to IL the Main/Master Agreement shall prevail. Sc:nt,ro'r.County..e en eddltbon,:l insured. 21. FLORIDA PUBLIC RECORDS ACT. Vendor must Blow public access to all B.It.SPE%TI01i.All goods and services are subject to Inspection and rejection by the documents,papers,letters or other material,whether made or receives in conjurcton County at any time including during their manufacture,construction, or preparation s this Purchase Order which are subject to the pudic records act Chapter 119, notwithstanding any prior payment or Inspection. Without limiting any of the righes it Florida Statutes may have, the County, at is option, may require the Supplier, at the Supplier's expense,to:(a)promptly repair or replace any or all rejected goods,or to cure or re- Rev.312014 EXHIBIT B BID SHEET 16 ITEM IEST ANNUAL DESCRIPTION MST UNIT PRICE EXTENDED COST USAGE GROUP A-HYDRANT SERVICES Al Hydrant Maintenance(includes scrape,wire brush and paint) EA. 350 $ 52.87 $ 18,504.50 A2 Hydrant Maintenenoe(without scrape,wire brush and paint) EA. 1000 $ 37.50 $ 37,500.00 A3 Hydrant Maintenance(includes sand blast and paint) EA. 25 $ 253.18 $ 6,329,50 A4 Furnish and attach Hydrant LID.tag(with required information) EA. 250 $ 7.38 $ 1,845.00 A5 Furnish and install reflective road marker EA. 500 $ 9.10 $ 4.550.00 A8 Extended Flush Time(15 minute Unit) FA. 250 $ 37.50 $ 9,375.00 A7 Bonnet and/or break away flange bolt replacement EA. 25 $ 49.00 $ 1,225.00 A8 Upper barrel repair EA 35 $28225 $ 9,878.75 ' A9 lower barrel repair EA. 60 a 645.00 $ 32,250.00 A10 Hydrantexleneion(6") EA. 25 $ 719.75 $ 17,993.75 All Hydrantemdenabn(12") EA. 20 $ 793.35 T$ 15,867.00 Al2 Hydrant extension(18') EA. 20 $ 858.90 $ 17,178.00 Replace typical bury(481 hydrant on functioning and restrained isolation v A13 valve(includes excavation,materials,baddill end compaction).WIII not EA. 10 5 4,821.35 $ 48,213.80 require a shut down or line stop. _ Replace typical bury(48')hydrant and'tie-back unrestrained Isolation valve providing valve is mechanical Joint and not-push on"(incudes A14 excavation,materials,backfill and compaction).WIII not regain,a shut 10 $ 4,748.23 $ 47,482.30 down or line stop. Replace typical bury(48')hydrant and(or install)Lolation valve on existing A15 restrained MJ tee(includes excavation,materials,backfill and compaction). EA. 15 s 5,845.00 ; 87,875.00 Will require a shut down or mine stop. Replace typical bury(48")hydrant,isolation valve and tee(includes A16 excavation,materiels,backfill and compaction).Will require a shut down EA. 15 $ 5,648.86 $ 84,702.$0 or line stop. AlSa With 8"x t3"tee • EA. 3 $ 868.02 $ 2,604.06 A16b With 8"x8"tee EA. 3 $ 989.14 $ 2,987.42 A18c With 8"x 10"tee _ EA. 2 $ 1,271.12 $ 2,542.24 Aled With 6"x 12"tee LA. 2 $ 1,750.43 $ 3,500.88 Alfie With 6"x 14"tee EA. 2 $ 3,433.93 $ 6,887.88 A16f Wlth 8'x te"tee EA. 1 $ 3,515.08 a 3,515.08 A169 With 6"x 20'tee EA. 1 $ 3,06929 $ 3,08929 A16h With 6"x 24'tee FA 1 $ 3,805.99 $ 3,806.99 A17 Tall new hydrant and(Isolation)valve on existing typical 48'bury water E/► 25 $ 5,678.28 $ 141,957.00 main A17a With 6'x8"wet tap EA. 2 S 1,208.07 $ 2,416.14 A17b With 8'x 8"wet tap EA. 2 $ 1,209.89 $ 2,419.38 M70 With 6"x 10"wet tap EA. 2 $ 1,232.93 $ 2,465.86 • A17c With 6"x 12'wet tap EA. 2 $ 1,268.61 $ 2,637.22 A 17d Wl h 6"x 14'wet tap EA. 2 $ 1,568.61 $ 3,137.22 A17e With 8'x t8"wet tap EA. 2 $ 1,617.79 $ 3,235.58 Al 7f With 6"x 20'wet tap EA. 2 $ 1,674.54 $ 3,349.08 Al 7g WIth 6'x 24"wet tap EA. 2 $ 1,725.35 $ 3,450.70 Abandon existing hydrant by Installing restrained cap or plug wYh 2"blow- A18 off assemble in isolation valve(includes materials,excavation,backfill and EA. 10 $ 2,947.40 $29,474.00 compaction) Al 9 Installation of hydrant other than typical 48"bury(adder per foot) LF. 30 $ 267.50 $ , 3.156---- A20 If hydrant set is more than 6'away from centerline of tee (adder per foot) LF. 25 $ 157.77 $ 3,944.25 A21 If hydrant sat requires additional restrained 6'MJ bend(s)(per fitting) EA. 15 $ 174.35 $ 2,615.25 F.FP-3023•:7-151GCr.1-I-hydrant Valvo Mal tenance 2 BIC`SHEET 19 r— . EST.ANNUAL ITEM DESCRIP nom um- UNIT PRICE EXTENDED COST USAGE , GROUP B-'/ALVE SERVICES B1 Valve maintenance(Includes submeter GPS location) EA. 1000 v 49.50 $ 49,500.00 82 Valve maintenance('includes sub-tont GPS location EA. 750 $ 49.50 $ 37,125.00 83 Valve maintenance(without GPS location) EA- 350 •$ 40.00 $ 14,000.00 ' Raise valve box to gmde<12"depth(excluding concrete arias andB4 EA. 125 $ 71.45 $ 8,931 26 vehicular arteries; _ 85 ,tial valy box to gree<12"depth In concrete anions and vel pular EA 100 $ 396.45 $ 39,545.00 Raise valve box to grade(or replace give box) >12"depth but<42"depth 50 559.25 $ 27,982 50 in concrete arena and yr hilar arteries. B7 Raisc valve box to grade(or recta.*valve box)>12"depth but<4r depth FA. 50 $ 559.25 $ 27,962 50 in concrete areas and vehlcular artorta:. ( Be Replace existing 2"vaLe w/resillent wedge gate valve on"dry"pipe E.A. 15 $ 2,330.15 $ 34,952.25 (assume 48"bury,includes excavation,materials,backfill and compaction) -4 I B9 Replace existing 4"valve whesltlent wadge pato valva an'dry"pipeEA. 15 $ 3,186.83 $ 47,8172.45 (assume 48'bury,includes excavation,materials,backllhl and compaction) Replace existing 8"valve w/resilient wedge gate valve on"dry pipe 810EA. 15 $ 4,098.62 $ 61,479.30 (assume 48"bury,indudec excavation,material-,badcfet and compaction) _J Replace eosting 8"valve at/resilient wedge gate valve on"dry'pips 67,246.35 811 EA. 15 $ 4,483.09 $ (assume 48"bury, include..;excavrtion,materials,backfill anti compaction) • B12 Replace erirting 10"valve w/resilient wedge gate valve on"try pipe E:-_ 10 $ 5,211.27 5 52,112.70 (assume 48"bury,Includes excavation,material,,backfill and compaction) f 813 Replace existing 12'valve by/resilient wedge gage vale on"dr•^pipe EA 5 ;; 5,630.92 $ 28,154.80 (assume 48"bury,Includes excavation,materials,baddill ar:d comp;:ctiat) 814 Replace existing 14"valve w/reslltentvmdge gate valve on'dry'pipe 5 $ 10,164,1" $ 50,820.65 (assume 48'bury,Indud ss excavation,materials,badkial and compaction) — 815 Replan:existing 18"valve Yr/resilient wade gate valve on"dry"pipe b $ 10,100.08 $ 50,500.40 (assume 48"bury,includes excavation,materials,backfill and compaction) I 1316 Replace existing 20"valve ea/resilient wedge gate valve on"dry'pipe FA 5 $ 14,146 28 $ 70,731.50 (assume 48"bury,includes excavation,materials,backfill and oompactSon) Replace existing 24'valve w/resilient w,dge gate valve on"dry'pipe B1 T (assume 48"bury,includes excavation,materials,backfill and compaction) Er"... 1 $18,220.11 $ 18,220.11 Bt B installation of 4"Insertion valve(assume 48"bury,hcludee excavation, 10 $ 7,511.75 $ 75,117.50 materials,backfill and compaction) B19 Installation of 6"insertion valve(assume 48'bury,includes excavation, E.A. 25 5 7,881.75 -$ 197,043.75 materials,backfill and compaction) 820 Installation of 8"insertion valve(assume 48"bury,includes excavation, EA 25 $ 8,826.75 $ 220,668.75 materials,backfill and com-pacion) _ 821 Installation of 10"insertion valve(assume 48"bury,include.,excavation, EA 10 $ 10,751.75 $ 107,517.50 ,materials,backfill and compaction) B22 Installation of 12"Insertion valve(ass.urne 48"bury,indudec excavation, 1 10 ,$ 13,251.75 $ 132,517.50 materials,backlit]and compaction) EA - RFP-602317-15/GCM-Hydrant&Valve Maintenance 2 BID SHEET 20 g ANNU DESCRIPT1011 UNIT u Q � Uu1T PRICE D TENDED COST GROUP C-VALVE RELATED LERVV10ES 822 Realign van lox to grade in dirt,grass,sand or gravel(0'to 4'des ) EA 25 $ 160.00 $ 3,750.00 824 Realign valve box to grade in dirt,grass,send or gravel(4'to 10'deep) HOURLY" 25 $ 300.00 $ 7,500.00 B25 Realign valor hox to gindu In dirt,grass,sand or gravel(>10'desp) HOURLY' 25 $ 300.00 ! 7,500.00 Realign valvi box to grade In pavement(0'to 4"deep)indudLe pormenent —" 826 asphalt patch or replacement of en .lolnt"If realignment is within a EA 15 $ 1,717.50 $ 25,762.50 sidewalk _ Realign valve box to tirade In pcvemsnt(>4'to 10')includes permanent 827 user lett patch or replacement of entire'joint'If roeiignment within a HOURLY'" 15 300.00 $ 4,500.00 sidewalk Realign valve box to grade In pavement(>10'deep)Includes psrmar.ent 82C asphalt patch or rapier:Errant of entirb joint"If realignment In within a HOURLY1'1A 15 $ 300.00 $ 4,500.00 ridewak B29 Raise valve box to grade in dirt,grass,sand or gravel(>4'to 10'deep) HOURJ.YZ3 25 9 100.00 $ 7,500.00 830 Raise valve box to grade In dirt,prase,sand or gravel(>10'deep) HOURLY" 25 j.60 $ 7,500.00 Raise valve box to grade In pavement(>4'to 10')includes permanent B31 asphalt patch or replacement of entire joint'f realignment it,within a HOURLY.'" 25 a 300.00 $ 7,500.00 lsidewatk Raise valve box to grads In pavement(>10'deep)includes pemranent B32 asphalt patch or replacement of entire joint"if realignment is within a HOURLY1'2 a 10 e; 300.00 r 3,000.00 sidewalk B33 Clean out/vecuwn valve box(prldng beard on cleaning all of the County's EA 1500 $ 30.00 $ 45,000,00 valve boxes in feu of assessment) Clean out valve box,where standard v<ncuum is not successful by digging, B34 loosening and removing kmp:,ded debris and fill in around valve box(2 EA 150 5 225.00 $ 33,750.00 MEN AND EQUIPMENT) Large valve repair as an hourly rate with the materials as a pars through. 835 The hourly rat,should factor 7r excevatlon equipment coat(3 MEN AND HOURLY' 100 $ 693.76 $ 59,375.00 EQUIPMENT) - Small valve repair such as 2'bow air.This includes plumbing in z.2" stainless steel fitting such as a short nipple,a stainless steel 90 degree B38 elbow or other itart° as may ba required.Hourly rate for labor and HOURLY 250 $ 3Ci'-.GO S 75 OOO.CO materials will be pass through.The reason this is separate from large valvae Is the excavation moat likely will be shallow and done manually.(2 MEN AND EQUIPMENT) Exploratory excavation:Where no other accurate or cost effective means is n^ available bo discover,diagnose and recommend remediation,contractor will $ $ dig to uncover and identify cost effective options.This includes: 637 Exploratory investigation Cr to 4'deep HOURLY'" 120 $443.75 $ 53,250.00 B38 Explorator,•investirration>4'to 10'deep HOURLY"" 150 $ 443.75 $ 66,582.50 839 Exploratory Investigation>10'deep. HOURLY''" 50 "q1115-4-43.75 $ 22187.50 840 Installation of a 18"insertion valve(assume 48"bury,includes excavation, EA 2 $ 31,800.00 $ 63,600.00 materials,backfill and compaction) 641 Installation of a 24"insertion valve(assume 48"bury,Includes excavation, EA 2 $ 51,550.00 $ 103,100.00 materials,backlfi and compaction) N4ht. - —--- (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)For billing purpose,,the hourly rate can be proportioned into increments of 15 minutes. RFP-002347-15/G .4-Hydrant&Valve Maintenance 3 EiD SHEET 21 -1 FST ANNUAL TEE DESCRIPTION UNIT UNIT PRICE EXTENDED COST GROUP 0-FLUSHING SERVICES D1 Unl-Directiorwl Flushing Services pertorm,d at a combined rate $ (Contractor will review the UDF soquences developed by SCES 2nd identity the locations and quantities of vain s to be opened and dosed for each D1 r sequence.Contractor will charge the price agreed upon for Item B3,'vatic hourly 250 $150.(13 a 37,500.00 maintenance(without GPS location)for the opining and closing of valved for each sequence. Contractor will at identified locaibm flow hydrants for each sequence at flush tines as deflr bd by the UDF Engineer to generate tha desired flow Dtb rete and water exchange..Contractor will use hourly rate of Maintermoe hou.ly 500 $ 1:0.00 $ 75,000.00 flushing(02)This hourly ratonly applies to thb time spent by the techniclrn to open,flush and close each hydrant , D2 Maintenance Flushing Services performed at an hourly rota. hourly 250 r 150.00 $ 37,500.00 MEM ESTUN1i �V ANNEt lA1 tow PRICE EXTENDED COST GROUP E-ANCILLARY SERVICES(ADD TO ANY OF THE ABOVE HYDRANT AND/OR VALVE SCENARIOS IF APPLICABLE) El Required use of Ductile!rail pipe In Eau of G900 PVC pipe(coatrr to Include any additional labor, itertcts,excavation,backfill and compaction) Eta 6 inch LF. 50 $ 48.06 S 2,303.00 Elb 8 inch LF. 50 $ 48.39 $ 2,319.50 Etc 10 Inti LF. 25 $ 47.24 $ 1,181.00 Eld 12 inch LF. 25 S 47.t;8 $ 1,197.00 Ele 14 inch LF. 10 $ 85.90 $ 859.00 Elf 18 Inch L.F. 50 $ 87.59 2 4,379.50 E1g 20 Inch L.F. 10 S 87.08 $ 870.80 — Eli) 24 inch LF. 10 $ 85.37 $ 853.70 i L.— E2 Line stop services(include°material:,,nxcrmtlon nn<48"bu.;to bottom of pipe,backfill and compaction) Els 4"line stop(SS fitting) EA. 5 $ 3,800.00 S 19,000.00 E2b 4'line stop(epoxy fitting) EA. 5 $ 3,800.00 $ 19,000.00 E2c 8"line stop(8S fitting) EA. 10 $ 4,300.00 $ 43,000.00 E2d 8"kna stop(epoxy fitting) EA. 10 $ 4,300.00 $ 43,000.00 E2e 8°line atop(SS r 6n0) EA. 5 $ 4,800.00 $ 24,000.00 Elf 10"line stop(SS fitting) EA- 5 $ 5,900.00 s 29,500.00 E2g 12"line top(epoxy fitting) EA. 5 (S 8,400.00 $ 32,000.00 E2h 14"line stop(epoxy fitting) EA. 5 $ 7,400.00 S 37,000.00 Eli 16"line stop(epoxy fitting) EA. 5 $ 9,000.00 $ 45,000.00 4. E2j 20"line stop(epoxy fitting) EA. 5 S 10,600.00 $ 53,000.00 Elk 24"fine stop(epoxy fitting) Eli 5 $ 13,800.00 $ 88,000.00 RFP-602347-15/GCM-Hydrant a Valve Maintenance