Loading...
Contract 2020-008A#2020-08-A AGREEMENT FOR SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION THIS AGREEMENT, is made and entered into this Z� day of Fejr!Aa, 2020, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and GRANITE INLINER, LLC whose address is: 2531 Jewett Lane, Sanford, FL 32771, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Casselberry through the public procurement process awarded an Agreement for, the City of Casselberry, Agreement Number RFP-2019-0467 WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the City of Casselberry, Number RFP-2019-0467 WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall furnish sanitary sewer, manhole, and lift station wet well rehabilitation as described in the City of Casselberry Agreement Number RFP-2019-0467, 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 June 9, 2022, unless terminated or renewed as provided by the City of Casselberry. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if. a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2) additional 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. 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 2 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, $, 500,000 Each Bodily Injury & Property Damage Occurrence, Combined Single Limit (c) Products -Completed Operations, $2,000,000 (d) Personal & Adv. Injury, $1,000,000 (e) Professional Liability, $500,000 Each Occurrence, Combined Single Limit (f) Medical Expenses, $5,000, Any one Person 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, 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 3 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: Granite Inliner, LLC. 2531 Jewett Lane Sanford, FL 32771 Attn: Michael Cannon, District Manager CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 rd ARTICLE IX — MISCELLANEOUS Attorneys'. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severability. If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement. This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assi lent. 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. Aolicable 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. 5 (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE X — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in the City of Casselberry., Agreement Number RFP- 2019-0467 0 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this day of . 2020. City of t. , City Mayor Howe, City Clerk Granite Inliner, LL V By. (Name Printed or Typed) Title A Secretary S-"T�u n-M i f,-- "T` gL-nn (Name Printed or Typed) 7 EXHIBIT A City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext.1142 1 Procuremen0 asselbemr org RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION AGREEMENT THIS Agreement is made by and between the CITY OF CASSELBERRY, a municipal corporation existing under the laws of the State of Florida, 95 Triplet Lake Drive, Casselberry, Florida 32707, hereinafter referred to as the "CITY", and GRANITE INLINER, 2531 Jewett Lane, Sanford, Florida 32771, hereinafter referred to as the "CONTRACTOR". WITNESSETH: WHEREAS, the CITY has competitively solicited for Sanitary Sewer, Manhole and Lift Station Wet Well Rehabilitation, pursuant to RFP-2019-0467 which is included by reference and incorporated herein; and WHEREAS, the CONTRACTOR has exhibited by its response to the solicitation that it is capable of providing the required goods; and WHEREAS, the parties hereto have agreed to the terms and conditions cited herein based on said solicitation. NOW, THEREFORE, in consideration of the mutual covenants, terms, and provisions contained herein, the parties agree as follows: SECTION 1 TERM The term of this Agreement shall begin on June 10, 2019 and continue through June 9, 2022 and may be renewed for two (2) additional one (1) year periods when in the best -interest of the City. In conjunction with the agreement, a purchase order will be established by the City prior to the start of any project, service, or work by the Contractor. Work to be provided under the Agreement will be authorized through the issuance of a Purchase Order and a Task Authorization. SECTION 2 SCOPE OF SERVICES The CONTRACTOR shall furnish all necessary labor, materials, and equipment to complete the services set forth in Exhibit "A' which is attached hereto and incorporated herein. CONTRACTOR shall also be bound by all requirements as contained in the solicitation package and all addenda thereto. SECTION 3 OBLIGATIONS OF THE CONTRACTOR Obligations of the CONTRACTOR shall include, but not be limited to, the following: A. It is understood that the CONTRACTOR shall provide and pay for all labor, tools, materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, that are necessary to fully complete and deliver the services requested by the CITY. The CONTRACTOR shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against, the CITY, or any property owned by the CITY. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this Agreement. PUR-F-405 1 9/2018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-77Q0, Ext. 111421 procurementJicg"bem.oral RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION B. The CONTRACTOR shall ensure that all of its employees, agents, sub -contractors, representatives, volunteers, associates. fully comply with all of the terms and conditions set herein, when providing services to and for the CITY in accordance herewith. C. The CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set forth in the Scope of Services. D. The CONTRACTOR shall maintain an adequate and competent staff, and remain authorized to do business within the State of Florida. SECTION 4 INVOICES A. The Contractor shall submit one invoice for work completed to the City's Finance Department at Attn: Accounts Payable, City of Casselberry, 95 Triplet Lake Drive, Casselberry, Florida 32707. B. Invoices shall include the Project Number, Purchase Order Number and a detailed description of tasks completed with man-hours, equipment, and materials expended during the project. C. The City's Project Manager will review each invoice for satisfactory completion of work. D. If an invoice is not acceptable, the City's Project Manager shall, within ten (10) calendar days after receipt and prior to acceptance and processing, provide a clear statement regarding any portions of the invoice that are unacceptable. The burden for payment justification shall be on the Contractor. The City agrees to process all acceptable portions of the invoice in accordance with the Florida Local Government Prompt Payment Act. SECS COMPENSATION A. The COONTRACTOR agrees that services will be rendered on an as needed basis. The amount to be paid under this Agreement for satisfactory completion of services will not exceed One Million and 001100 Dollars ($1,000,000.00) annually for the term of this Agreement, in accordance with the price proposal set forth in Exhibit "B" which is attached hereto and made a binding part hereof. B. It is acknowledged and agreed that this amount is the maximum payable and constitutes a limitation upon the Cky's obligation to compensate CONTRACTOR for all services rendered. C. Compensation for services completed by the CONTRACTOR will be paid in accordance with section 218.70, Florida Statutes, Florida's Prompt Payment Act. D. Services to be performed in accordance with this Agreement are subject to the annual appropriation of funds by the CITY. In its sole discretion, the CITY reserves the right to forego use of the CONTRACTOR for any project which may fail within the Scope of Services listed herein. In the event the CITY is not satisfied with the services provided by the CONTRACTOR, the CITY will hold any amounts due until such time as the CONTRACTOR has appropriately addressed the problem. PUR-F- 05 2 9/2018 City of Casselberry I Procurement Division 96 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 pMSUrement01casseiberrv.ora RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION SECTION 6 WARRANTY A. Contractor guarantees that the Work performed under this Agreement will be free from faulty materials or workmanship and will comply with all applicable laws, including but not limited to the Americans with Disabilities Act. Upon receiving notification from City, Contractor agrees to remedy, repair, or replace, immediately, without cost to City and to City's satisfaction, all defects, damages, or imperfections appearing in the Work (including labor and materials) within a period of one (1) year after the date of final completion and acceptance by the City. In addition, Contractor shall provide a (5) five year bonded warranty (renewable annually) for all manhole or lift station wet well rehabilitation. Payments to Contractor shall not relieve Contractor of these obligations. B. Contractor will continuously clean the jobsite and grounds around the jobsite, and keep it in a safe, orderly, and neat condition. At the completion of the Work, the entire jobsite will be left in a broom - clean condition. Contractor shall assign all material and parts warranties to the City, and shall deliver to the City evidence of any such warranties as well as all product information and specifications. SECTION 7 APPLICABLE LICENSING The CONTRACTOR, at its sole expense, shall obtain and maintain all required federal, state, and local licenses, occupational and otherwise, required to successfully provide the services set forth herein. Contractor warrants that it is licensed by the Contractors State Licensing Board, and currently in good standing. SECTION 8 STANDARD OF CARE A. The CONTRACTOR has represented to the CITY that it possesses a level of knowledge, experience, and expertise that is commensurate with firms in the areas of practice required for the services to be provided. By executing this Agreement, the CONTRACTOR agrees that the CONTRACTOR will exercise that degree of care, knowledge, skill, and ability as any other similarly situated contractor possessing the degree of skill, knowledge, experience, and expertise within the local area, working on similar activities. The CONTRACTOR shall perform the services requested in an efficient manner, consistent with the CITY's stated Scope of Services and industry standards. B. The CONTRACTOR covenants and agrees that it and its employees, agents, sub -contractors, representatives, volunteers, and the like, shall be bound by the same standards of conduct as stated above. SECTION 9 TERMINATION FOR CONVENIENCE The CITY may at any time give thirty (30) days written notice to the CONTRACTOR of the termination of this Agreement, in whole or in part, for the CITY's convenience without cause. SECTION 10 DEFAULT BY CONTRACTOR AND CITY'S REMEDIES In the event of a default by CONTRACTOR, the CITY shall have the right to exercise any remedy the CITY may have by operation of law, without limitation, and without any further demand or notice. PUR-P-405 3 912018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext.11421 procurementai3lcasse ft=.ora RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION SECTION 11 BANKRUPTCY OR INSOLVENCY If the CONTRACTOR files a Petition in Bankruptcy, or if the same is adjudged bankrupt or insolvent by any Court, or if a receiver of the property of the CONTRACTOR Is appointed in any proceeding brought by or against the CONTRACTOR, or If the CONTRACTOR makes an assignment for the benefit of creditors, or proceedings are commenced on or against the CONTRACTOKs operations, the CITY may terminate this Agreement immediately notwithstanding the notice requirements as provided herein. SECTION 12 PAYMENT WHEN SERVICES ARE TERMINATED A. In the event of termination of this Agreement by the CITY for convenience, the CITY shall compensate the CONTRACTOR for all services performed prior to the effective date of termination. B. In the event of termination of this Agreement due to the fault of the CONTRACTOR, or at the written request of the CONTRACTOR, the CITY shall compensate the CONTRACTOR for all services completed, prior to the effective date of termination, which have resulted in a usable product or otherwise tangible benefit to the CITY. All such payments shall be subject to an off -set for any damages incurred by the CITY resulting from any delay occasioned by early termination. This provision shall in no way be construed as the sole remedy available to the CITY in the event of breach by the CONTRACTOR. SECTION 13 INSURANCE (CHECK AMOUNTS and ADJUST AS NECESSARY) A. The CONTRACTOR shall maintain the following types of insurance, with the respective limits, and shall provide proof of same to the CITY, in the form of a Certificate of Insurance prior to the start of any work hereunder: Automobile combined single limit or $2,000,000.00 a) Automobile Bodily Injury and $ 500,000.00 b) Automobile Property Damage $ 500,000.00 Umbrella / Excess Liability a) Each Occurrence $1,000,000.00 b) Aggregate $2,000,000.00 Commercial General Liability a) Each Occurrence $1,000,000.00 b) Medical Expense (Any one Person) $ 5,000.00 c) Personal & Advertisement Injury $1,000,000.00 d) General Aggregate $2,000,000.00 e) Products — Comp/OP AGG $1,000,000.00 Professional Liability (errors and omissions) $ 500,000.00 Worker's Compensation $1,000,000.00 WORKERS' COMPENSATION: Employers' liability insurance which covers the statutory obligation for all persons engaged in the performance of the work required hereunder with limits not less than $1,000,000.00 per occurrence. Evidence of qualified self-insurance status will suffice for this subsection. The CONTRACTOR understands and acknowledges that it shall be solely responsible for any and all medical and liability costs associated with an injury to itself and/or to its employees, PUR-F-405 4 912018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 procurement selb M,orst RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION sub -contractors, volunteers, and the like, including the costs to defend the CITY in the event of litigation against same. B. The CONTRACTOR shall name the "City of Casselberry" as a certificate holder and/or as additional insured, to the extent of the services to be provided hereunder, on all required insurance policies, and provide the CITY with proof of same. C. The CONTRACTOR shall provide the CITY's Human Resources/Risk Management Division with a Certificate of Insurance evidencing such coverage for the duration of this Agreement. Said Certificate of Insurance shall be dated and show: 1. The name of the insured CONTRACTOR; 2. The specified job by name and job number, 3. The name of the insurer; 4. The number of the policy; 5. The effective date; 6. The termination date; and, 7. A statement that the insurer will mail notice to the CITY at least thirty (30) days prior to any material changes in the provisions or cancellations of the policy. 8. The Certificate Holders Box must read as follows: City of Casselberry c/o Administrative Services Director 95 Triplet Lake Drive Casselberry, Florida 32707 Any other wording in the Certificate Holders Box shall not be acceptable. Non -conforming certificates will be returned for correction. D. Receipt of certificates or other documentation of insurance or policies or copies of policies by the CITY, or by its representatives, which indicates less coverage than is required, does not constitute a waiver of the CONTRACTOR's obligation to fulfill the insurance requirements specified herein. E. The CONTRACTOR shall ensure that any sub-contractor(s), hired to perform any of the duties contained in the Scope of Services of this Agreement, maintain the same insurance requirements set forth herein. In addition, the CONTRACTOR shall maintain proof of same on file and made readily available upon request by the CITY. SECTION 14 CITY OBLIGATIONS At the CONTRACTOR's request, the CITY agrees to provide, at no cost, pertinent information known and readily available to the CITY to assist the CONTRACTOR in providing and performing the required services. SECTION 15 PUBLIC RECORDS A. The parties specifically acknowledge that this Agreement is subject to the laws of the state of Florida, including without limitation Chapter 119, Florida Statutes, which generally make public all records or other writings made or received by the parties. If the CONTRACTOR is either a "contractor" as defined in Section 119.0701(1)(a), Florida Statutes, or an "agency" as defined in Section 119.011(2), Florida Statutes, the CONTRACTOR shall: PUR-F405 5 9/2018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 procureme selberrxrgg RFP 2019-M7 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION 1. Keep and maintain all public records required by the CITY to perform the services herein; and 2. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S. or as otherwise provided by law; and 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement Term and following completion of the Agreement if the CONTRACTOR does not transfer the records to the CITY; and 4. Upon completion of the Agreement, transfer, at no cost, to the CITY all public records in possession of the CONTRACTOR or keep and maintain public records required by the CITY to perform the services herein. If the CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records, in a format compatible with the information technology systems of the CITY. B. All requests to inspect or copy public records relating to the Agreement shall be made directly to the CITY. Notwithstanding any other provision of this Agreement to the contrary, failure to comply with the requirements of this paragraph shall result in the immediate termination of the Agreement, without penalty to the CITY. A CONTRACTOR who fails to provide the public records to the CITY within a reasonable time may be subject to penalties pursuant to Section 119.10, F.S. Further, the CONTRACTOR shall fully indemnify and hold harmless the CITY, its officers, agents and employees from any liability and/or damages, including attorney's fees through any appeals, resulting from the CONTRACTOR's failure to comply with these requirements. C. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS, ATTN: DONNA G. GARDNER, CMC, CITY CLERK, AT 407-262-7700 EXT. 1133, DGARDNERDCASSELBERRY.ORG, 95 TRIPLET LAKE DRIVE, CASSELBERRY, FLORIDA 32707. SECTION 16 RIGHT TO INSPECTION A. The CITY or its affiliates shall at all times have the right to review or observe the services performed by the CONTRACTOR. B. No inspection, review, or observation shall relieve the CONTRACTOR of its responsibilities under this Agreement. PUR-F-405 6 =018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 1142 1 orocuremeU1JJgM eIhM.org RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION SECTION 17 PROHIBITION AGAINST CONTINGENT FEES The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual, or firm other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. SECTION 18 CORPORATE REPRESENTATIONS BY THE CONTRACTOR The CONTRACTOR hereby represents and warrants to the CITY the following: A. The CONTRACTOR is duly registered and licensed to do business in the State of Florida and is in good standing under the laws of Florida, and is duly qualified, licensed and authorized to carry on the functions and operations set forth in this Agreement. The CONTRACTOR agrees to provide a copy of all said licenses to the CITY prior to the execution of this Agreement. B. The undersigned representative of the CONTRACTOR has the power, authority, and legal right to execute and deliver this Agreement on behalf of the CONTRACTOR. SECTION 19 INDEPENDENT C The CONTRACTOR and each sub -consultant are, and while performing the Services will continue to be, independent contractors. The CONTRACTOR shall not be an agent of the CITY, except as may be otherwise expressly provided herein, and only to the extent so provided. The CONTRACTOR's employees and sub - consultant employees are not, and while performing any of the Services, they shall not be deemed to be, employees of the CITY. SECTION 20 The relationship of the Parties under this Agreement is that of independent parties; each acting in its own best interests. Notwithstanding anything in this Agreement to the contrary, no partnership or joint venture relationship of principal and agent is established or intended hereby between or among the Parties. SECTION 21 THIRD -PARTY BENEFICIARIES The provisions of this Agreement are for the exclusive benefit of the parties and not for the benefit of any third person, nor shall this Agreement be deemed to have conferred any rights, express or implied, upon any third person unless otherwise expressly provided. SECTION 22 FORCE MAJEURE Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by force majeure. Force majeure shall include, but not be limited to, hostilities, terrorism, revolution, civil insurrection, strike, epidemic, fire, flood, windstorm, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. PUR-F-405 7 9/2018 City of Casselberry I Procurement Division 96 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 pracurement9kasselberry-org RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION SECTION 23 TIME IS OF THE ESSENCE Time is of the essence in this Agreement as to all dates and time periods. To the extent that the last day of any time period stipulated in this Agreement falls on a Saturday, Sunday or legal holiday (State or Federal), the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Any time period of ten (10) days or less specified herein shall not include Saturdays, Sundays or legal holidays. The term "business days" means days other than Saturdays, Sundays or legal holidays. SECTION 24 FURTHER ASSURANCES Each party hereto agrees to sign any other and further instruments and documents, consistent herewith, as may be necessary and proper in order to give complete effect to the benefits deriving from the terms and conditions of this Agreement. The CONTRACTOR, at its sole expense, shall comply with all laws, ordinances, judicial decisions, orders, and regulations of federal, state, county, and municipal governments, as well as their respective departments, commissions, boards, and officers, which are in effect at the time of execution of this Agreement or are adopted at any time following the execution of this Agreement. SECTION 26 INDEMNITY The CONTRACTOR shall defend, indemnify and hold harmless the CITY and all of the CITY's officers, agents, and employees from and against all claims, liability, loss and expense, including reasonable costs, collection expenses, attorneys' fees, and court costs which may arlse because of the negligence (whether active or passive), misconduct, or other fault, in whole or in part (whether joint, concurrent, or contributing), of the CONTRACTOR, its officers, agents or employees or subcontractors in performance or non-performance of its obligations under the Agreement. The CONTRACTOR recognizes the broad nature of this indemnification and hold harmless clause, as well as the provision of a legal defense to the CITY when necessary, and voluntarily makes this covenant and expressly acknowledges the receipt of such good and valuable consideration provided by the CITY in support of these indemnification, legal defense and hold harmless contractual obligations in accordance with the laws of the State of Florida. This clause shall survive the termination of this Agreement. Compliance with any insurance requirements required elsewhere within this Agreement shall not relieve the CONTRACTOR of its liability and obligation to defend, hold harmless and indemnify the CITY as set forth in this article of the Agreement. The CITY will be permitted to choose legal counsel of its choice. The CONTRACTOR shall require each of its agentstsubcontractors to agree in writing to the provisions of this paragraph. SECTION 27 INDEMNIFICATION FOR COPYRIGHT INFRINGEMENT The CONTRACTOR guarantees that all services performed under this Agreement will be free from claims of patent, copyright or trademark infringement. The CONTRACTOR shall defend, indemnify and hold the CITY and its successors and assigns harmless from and against all third -party claims, suits, and proceedings and any and all damages, liabilities, costs and expenses (including reasonable attomeys' fees and court costs) incurred as a result of (1) infringement by the CONTRACTOR of any third -party patent, copyright or trademark or (ii) misappropriation by the CONTRACTOR of any third -party trade secret in connection with any of the foregoing. PUR-F-405 8 912018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 arocUMment41casselbemr-4ro RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION SECTION 26 SOVEREIGN IMMUNITY Notwithstanding any other provision set forth in this Agreement, nothing contained in this Agreement shall be construed as a waiver of the CITY's right of sovereign immunity under Section 768.28, F.S., or other limitations imposed on the CITY's potential liability under state or federal law. The CITY shall not be liable under this Agreement for punitive damages or interest for the period before judgment. Further, the CITY Is not liable for any claim or judgment or portion thereof, to any one person for more than two hundred thousand dollars ($200,000.00), or any claim or judgment, or portion thereof, which, when totaled with all other claims or judgments pale by the CITY arising out of the same incident or occurrence, exceeds the sum of three hundred thousand dollars ($300,000.00). This paragraph will survive termination of this Agreement. SECTION 29 COURT ACTIONS/CHOICE OF LAW Except as expressly prohibited by law: A. All legal actions hereunder shall be conducted only in the circuit court In Seminole County or federal court in the Middle District of Florida; except that any final judgment may be enforced in other jurisdictions in any manner provided by law; B. The parties unequivocally waive any right to a jury trial, and agree that all legal actions shall be tried, both as to factual and legal issues, only to the Court; and C. The laws of the State of Florida shall govern this Agreement and the Agreement will be interpreted according to the laws of Florida. SECTION 30 CITY AS A MUNICIPAL. CORPORATION Nothing contained herein shall be interpreted to require the CITY as a municipal corporation to (1) to take any action or refrain from taking any action that would be adverse to is status as a municipal corporation, or (ii) to take or refrain from taking any action not specifically required by this Agreement. SECTION 31 BINDING EFFECT This Agreement shall be binding upon and ensure to the benefit of the parties hereto, their heirs, personal representatives, successors, and/or assigns. SECTION 32 ASSIGNMENT Except as prohibited by applicable law, neither party shall assign any or all of its benefits or executory obligations under this Agreement without the approval of the other party, except in case of assignment solely for security, except as otherwise specifically provided for In this Agreement in case of default. SECTION 33 AGREEMENT USE BY OTHER GOVERNMENTAL AGENCIES The CONTRACTOR hereby understands and agrees that this Agreement may be used by other governmental agencies within the State of Florida, under the some terms, conditions, price, and for the some effective period. Each governmental agency desiring to accept this Agreement, and make an award thereof, shall do so independently of the CITY and/or any other governmental agency. Each governmental agency shall be responsible for its own purchases and each shall be liable only for materials and/or services ordered and received by it, and no governmental agency assumes any liability by virtue of this Agreement. This Agreement in no way PUR-F-405 9 912018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 awurementOWasselberrv.o!g RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION restricts or interferes with the right of the CITY or any governmental agency to competitively procure any or all items. SECTION 34 SEVERABILITY In the event the provisions of this Agreement are determined by a Court of competent jurisdiction to be illegal or unenforceable, then such unenforceable or unlawful provision shall be excised from this Agreement, and the remainder of this Agreement shall continue in full force and effect. Notwithstanding the foregoing, if the result of the deletion of such provision will materially and adversely affect the rights of a party, such party may choose, at its option, to terminate this Agreement in its entirety. SECTION 35 WAIVER No provision of this Agreement may be waived except by written agreement of the parties. A waiver of any provision on one occasion shall not be deemed a waiver of that provision on any subsequent occasion, unless specifically stated in writing. A waiver of any provision shall not affect or alter the remaining provisions of this Agreement. SECTION 36 NOTICES Whenever any notice, demand, or request is required or permitted, the notice, demand, or request will be sent by United States Mail, registered or certified; by hand delivery; or by overnight delivery, postage prepaid, to the addresses below. The CITY Project Representative The Contractor Project Representative Attention Procurement Administrator Tommy Robertson Entity Name City of Casselberry Granite Inliner Street Address 95 Triplet Lake Drive 2531 Jewett Lane City, State, Zip Code Casselberry, Florida 32707 Sanford, Florida 32771 Any notice, demand, or request served on any of the Parties in the previous manner will be deemed sufficiently given for all purposes under this Agreement on the day the notices, demands, or requests are posted, postage prepaid, in the United States Mail; however, the time for response to any notice, demand, or request will commence three days after the posting or on actual receipt, whichever is earlier. Any Party will have the right to designate, from time to time by written notice to the other Parties, any other persons or other places in the United States that such Party may desire written notices to be delivered to. However, at no time will any Party be required to send more than an original and two copies of any notice, demand, or request required or permitted. Written requirements of the Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. No Party may claim any waiver by another Party of such notice requirements based upon such other Party having actual knowledge, implied, oral or constructive notice, lack of prejudice or any other ground as a substitute for failure of a Party to comply with the express written notice requirements herein. Electronic a -mails do not constitute effective notice under this Agreement. SECTION 37 The CITY and the CONTRACTOR have identified individuals as Project Representatives, listed below, who shall have the responsibility for managing the work performed under this Agreement. The person or individual identified by the CONTRACTOR to serve as its Project Manager for this Agreement, or any replacement thereof, PUR-F-405 10 9/2018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 1142 1 Drocuremeni&cassslh .oro RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION is subject to prior written approval and acceptance by the CITY. If the CITY or the CONTRACTOR replace their current Project Representative with another individual, an amendment to this Agreement shall not be required. The CITY will notify the CONTRACTOR, in writing, if the current CITY Project Representative is replaced by another individual. The CITY Project Representative The Contractor Project Representative First and last name Tara Lamoureux, P.E. Tommy Robertson Title Assistant Public Works Director/Utility Manager Area Manager Entity Name City of Casselberry Granite Inliner Street Address 95 Triplet Lake Drive 2531 Jewett Lane City, State, Zip Code Casselberry, Florida 32707 Sanford, Florida 32771 Telephone (407) 262-7726, Ext. 1228 (407) 472-0014 Email address tiamoureuxacasselberrv.om bmmv.robertsonMd02.com SECTION 38 CONFLICT OF INTEREST The CONTRACTOR warrants that the CONTRACTOR has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual, or firm any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this Paragraph, the CITY shall have the right to terminate this Agreement immediately, without liability and without regard to the notice requirements of Section 35 hereof. SECTION 39 PUBLIC ENTITY CRIMES As required by section 287.133, Florida Statutes, the CONTRACTOR warrants that it is not on the convicted contractor list for a public entity crime committed within the past thirty six (36) months. The CONTRACTOR further warrants that it will neither utilize the services of, nor contract with, any supplier, sub -contractor, or consultant in connection with this Agreement for a period of thirty six (36) months from the date of being placed on the convicted contractor list. SECTION 40 EQUAL OPPORTUNITY EMPLOYER The CONTRACTOR is an Equal Opportunity Employer and will comply with all equal opportunity employment laws. The CONTRACTOR will further ensure that all sub -contractors it utilizes in providing the services required hereunder will comply with all equal opportunity employment laws. In accordance with State of Florida, Office of the Governor, Executive Order 11-116, in the event performance of this Agreement is or will be funded using state or federal funds, the CONTRACTOR must comply with the Employment Eligibility Verification Program ("E-Verify Program") developed by the federal government to verify the eligibility of individuals to work in the United States and 48 CFR 52.222-54 (as amended) is incorporated herein by reference. If applicable, in accordance with Subpart 22.18 of the Federal Acquisition Register, the CONTRACTOR must (1) enroll in the E-Verify Program, (2) use E-Verify to verify the employment eligibility of all new hires working in the United States; (3) use E-Verify to verify the employment eligibility of all employees assigned to the Agreement; and (4) include these requirement in certain subcontracts, such as construction. Information on registration for and use of the E-Verify Program can be obtained via the intemet at the Department PUR-F-405 11 9=18 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 1142 RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION of Homeland Security Web site: http:1/www.dhs.goy/E-�/ SECTION 42 PUBLIC EMERGENCIES It is hereby made a part of this Agreement that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God, the City of Casselberry shall require a "First Priority" for goods and services. It is vital and imperative that the health, safety, and welfare of the citizens of Casselberry are protected from any emergency situation that threatens public health and safety as determined by the CITY. The CONTRACTOR agrees to rent/sell/lease all goods and services to the CITY or governmental entities on a "first priority" basis. The CITY expects to pay contractual prices for all products and/or services under this Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. Should the CONTRACTOR provide the CITY with products and/or services not under this Agreement, the CITY expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. SECTION 43 HEADINGS All headings of the sections, exhibits, and attachments contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions contained in such sections, exhibits, and attachments. SECTION " ADMINIS In the event the CITY issues a purchase order, memorandum, letter, or any other instrument addressing the services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument is for the CITY's internal purposes only, and any and all terms, provisions, and conditions contained therein, whether printed or written, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. SECTION 45 ARMS -LENGTH NEGOTIATIONS This Agreement is the result of bona fide arms -length negotiations between the CITY and the CONTRACTOR and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. SECTION 46 INTEGRATION/AMENDMENT This Agreement represents the entire and integrated agreement between the CITY and CONTRACTOR, and supersedes all prior negotiations, representations or agreements, either written or oral, for the Project. The Agreement may be amended only by written instruments signed by both the CITY and the CONTRACTOR, and is subject to such reasonable modifications as may be required by the CITY's insurer(s), if any. In the event of a conflict between the covenants, terms, and/or provisions of this Agreement and any written Amendment(s) hereto, the provisions of the latest executed instrument shall take precedence. PUR-F-405 12 mole City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 grocurement0casselberrv.ora RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION SECTION 47 COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. hues:/twM.flsenate.goy/Session/BiIV201§ OQ78Q [July 1, 2018] SECTION 48 SCRUTINIZED COMPANIES AGREEMENT TERMINATION CLAUSE This Agreement may be tenninated by the CITY, without penalty to the CITY: A. In the event that the CONTRACTOR is put on the scrutinized companies lists enumerated in Section 287.135, Florida Statutes, or B. In the event that the CONTRACTOR is put on the scrutinized companies list enumerated in Section 215.4725, Florida Statutes, or C. If the CITY determines that the CONTRACTOR falsely certified to the CITY that the CONTRACTOR is not listed as a scrutinized company. D. Exemptions and additional penalties shall be as set forth in Section 287.135, Florida Statutes. Certification is set forth in Exhibit "C" which is attached hereto and made a binding part hereof. SIGNATURE PAGE TO FOLLOW PUR-F-405 13 912018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 procurement0casse1berMy.orn RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION IN WITNESS WHEREOF, the parties hereto, by their duly authorized representatives, have executed this Agreement effective theJELA day of ;Ttj n1 , AD 2019. Attest: CITY SELBERR By: Donna G. Gardner, CMC City Clerk As authorized for execution at the City Commission meeting of: STATE OF _ COUNTY OF CITY OF CASSELBERRY, FLORIDA I? By: IV.0" 0 rle Mayor/ne M ssioner GRANITE INLINER By: 0'/� Print: Ashley M. Stinson Title: _ secretary See Attached Acknowledgment The foregoing instrument was executed before me this day of , AD 2019, by as of the CONTRACTOR, who personally swore or affirmed that he/she is authorized to execute this Agreement and thereby bind the Corporation, and who is personally known to me OR has produced as identification. NOTARY PUBLIC, State of PUR-F-405 14 9/2018 A notary public or other officer completing this certiftcatcverifies only the identity ofthe individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the tntththhtess, accuracy, or validity of that document. State of California County of Cants rnt7, i On May 23, 2019 before me, Maria Gomez, Notary Public (insert name and title of the officer) personally appeared Ashley M .Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ¢+, MARIA GOMEZ Notary Public - California WITNESS my hand and official seal. x @w Santa Cruz County 9- Commission # 2259567 �y ^ My Comm. Expires Sep 24, 2022 .A/ J ♦ f 1 Signature Maria Gomez, Notary City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 Droc1!remen49kcassellom.ora RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION Exhibit "A" Scope of Services Backaround The City of Casselberry is a City in Seminole County, FL with a population of approximately 29,000. The City has a water and wastewater utility system serving approximately 54,000 people both inside City limits as well as in parts of Maitland, Winter Springs, Longwood, unincorporated Seminole County, and unincorporated Orange County. The wastewater collection system consists of approximately 133 miles of gravity sewer mains, 3,259 sanitary sewer manholes, 72 lift stations, and 45 miles of force main. The average age of the gravity sewer system is approximately 40 years old and the majority of the City's gravity sewer mains are made of vitrified day pipe. The City has been rehabilitating its sanitary sewer system with Cured -in -Place Pipe and manhole lining with the ultimate goal of reducing the volume of inflow and infiltration into the system and extending the lifespan of the system. Individual projects under this continuing services contract will range in size and are anticipated to include both capital projects and emergency repair work. The following definitions are not inclusive and may not align with the price proposal A. Ancillary Services 1. All pricing for non -emergency items shall be proposed based on a project size of at least 10,000 LF. 2. Mobilization refers to the travel charges incurred in transporting equipment and personnel to or from the jobsite to the nearest base of operations. The price for this line item shall include all necessary costs for mobilization and demobilization for any non -emergency project. 3. Traffic Control: Traffic control should include all flagmen, signage, barricades, etc. necessary to maintain traffic in accordance with FDOT standards. The "per week" rate shall be used for projects in which a minimum of one full 5-day week of traffic control is required. The "per day" rate shall be used for all projects with a total duration of less than one week and for all emergency repairs where traffic control is required. 4. Cleaning: Light Cleaning refers to the removal of diameter or less of sand and/or debris from a section of pipe. Medium Cleaning refers to the removal of % to % diameter of sand and/or debris from a section of pipe. Heavy Cleaning refers to the removal of greater than % diameter of sand and/or debris from a section of pipe. The removal of roots and/or tubercuiation are each separate line items. 5. Smoke Testing: The introduction of a smoke producing device into a section of pipe for the purpose of determining sources of exfiltration or cross -connections. 6. Bypass Pumping: Bypass pipes shall be measured per linear foot of bypass pipe required for a project. "Sewer Flow" refers to the diameter of the sewer main that is being bypassed. PUR-F-405 15 9/2018 City of Casselberry ] Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 Drocurement9kasselbemr.oro RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION 7. Easement Access refers to the additional charge incurred when working within an easement on a location which is not easily accessible. Whether or not a location is considered easily accessible will be determined by the City on a case -by -case basis. B. Cured -In -Place Pipe Lining (CIPP) Sanitary Sewer Line Rehabilitation — CIPP refers to the installation of a resin impregnated, cured -in - place pipe by external heat source curing within the existing sewer main. All CIPP installed is to have a normal thickness of 6.0 mm. CCTV inspection must be performed before and after both mainline and lateral liner installation. CCTV inspection before liner installation is for contractor use only and does not need to be provided to the City. Digital video files of the CCTV inspection after liner installation must be provided to the City at no additional cost. 2. Lateral Reconnection refers to the reinstatement of the house service connection of the sewer main after the installation of the CIPP system in the sewer main. This is accomplished from within the sewer main via a remote controlled cutting device. 3. Lateral Lining refers to the installation of a CIPP system as described above within the existing lateral extending from the sewer main connection to a previously installed ceanout. Lateral diameters may vary with a minimum diameter of 4 inches. 4. Additional for stack service refers to an additional charge incurred when lining a service lateral in the stack or vertical configuration. C. Sanitary Manhole and Lift Station Wet Well Rehabilitation 1. Epoxy Liner Application: This refers to the application of a spray -on epoxy coating system to a sanitary sewer manhole or wet well. The epoxy coating system shall be Spectrashield, Raven 405, Sauerelsen 210 Series, Tnemec Series 4341435, Green Monster, or approved equal. Prices are to be proposed based on the products listed and not an approved equal. If an approved equal is to be used, it must be approved by the City prior to the start of work. The minimum finished thickness and application procedures of the coating shall be as specified by the manufacturer. This Item shall be measured per vertical foot based on a 48" diameter manhole. For all manholes and wet wells larger than 480 in diameter, this item shall be measured per square foot by dividing the vertical foot price by 12.56. 2. Invert Repair refers to minor repairs made to the bench and invert area of the manhole. 3. Injection Grouting refers to the placement of a grout curtain around the manhole exterior via drilled access points in the manhole wall. The grout to be used shall be acrylate chemical grout AC400 or Avant! AV/118. Pricing for grouting a single manhole/wet well includes a total volume limit of 55 gallons. Price for additional grout refers to an additional per gallon charge when grouting a single manhole/wet well that requires more than 55 gallons. 4. Manhole Ring & Cover Replacement shall include the removal of the existing manhole ring and cover and the installation of a new manhole ring and cover in accordance with the City. PUR-F-405 16 9/2018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext.11421 procuremenhStcasselberrv_ _ra RFP 2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION D. Emergency Services 1. The items in this category are to be used only for emergency jobs. All other services performed on an emergency basis will be the same unit price as on a non -emergency basis. The purpose of the Emergency Mobilization line item is to cover all additional costs of performing jobs on an emergency basis. Emergency Mobilization is not to be charged if the crew performing the emergency work is already working within the City's utility service area for another City project. 2. Top Hafting and Point Grouting shall be priced as though they are only to be performed on an emergency basis, however, the City may occasionally require these services on a non -emergency basis. 3. TV Inspection refers to the televised inspection by CCTV of the pipe interior using remote controlled video equipment. Payment is by the linear foot of travel within the pipe. TV inspection does not include any cleaning except for the use of water jet for camera transport. This item is only to be used in an emergency situation if requested by the City. Digital video files shall be included in the TV inspection price and must be submitted to the City prior to requesting payment. 4. Cured -in -Place Repair Sleeve refers to the installation of a segment of resin -impregnated fiberglass or polyester felt tube by external heat source curing or ultraviolet curing into an existing sanitary sewer main. All CIP repair sleeves are to have a normal thickness of 13.5 mm. Sectional liner material must be approved by the City prior to installation. Sectional liner must be installed as specified by the manufacturer. CCTV inspection must be performed after installation of the lining and digital video files shall be provided to the City at no additional cost. CCTV inspection must be performed before liner installation to be used for contractor reference only and need not be provided to the City. E. Additional Requirements 1. The proposer shall employ adequate staff to perform the services required. Staff must include a Project Manager and Field Supervisor. Staff shall be proficient and experienced in all phases of services mentioned. 2. The proposer shall be a licensed Contractor. 3. The proposer shall submit shop drawings of all materials to be used. Materials must be approved by the City prior to the start of work. 4. The proposer shall be certified in confined space entry (OSHA) and traffic control S. The proposer shall provide services that include safety measures for both the public and the workers. 6. The proposer shall coordinate all scheduling with the City. 7. The proposer shall provide an introductory and organizational seminar regarding its services after award to selected City representatives. 8. The proposer shall work with the City in establishing priorities and in preparing work assignments. The City will provide approximate linear footages for all pipe to be repaired in the work assignment. These lengths will need to be field verified via CCTV before payment. PUR-F-405 17 9/2018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 prod„ ursme eaaaelbemr.oro RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION 9. The proposer shall obtain and pay for permits when necessary for work performed outside of City limits. 10. The proposer shall be completely responsible for the control of the environment of the work site during on -site operations. All precautions shall be taken by the selected proposer to protect workers, public, and City staff from the exposure to harmful or hazardous substances within the sewer system. 11. The proposer shall be responsible for the proper disposal of all waste materials, sand, sludge, and debris. The selected proposer shall be responsible for all waste material spills and clean-up in the loading, hauling, and unloading of the proposer's equipment. 12. The proposer shall be responsible for conforming to any and all requirements regarding hauling and disposal of sewer wastes from each City work site in accordance with OSHA regulations and those that may be mandated by the Federal, State, and local Governments. 13. The proposer shall ensure that all waste material transporters possess all required local, state, and federal transportation permits and that they comply with all local, state, and federal regulations, including but without limitation, 40 CFR Part 236, "Standards Applicable to Transporters of Hazardous Waste" and Chapter 17-730, Part 3, Florida Administrative Code, as may be amended from time to time. 14. The proposer shall mobilize and be onsite within a maximum of thirty (30) calendar days alter issuance of each work assignment by the City, unless otherwise agreed to by the City or in the case of an emergency. In the case of emergency, the proposer shall respond within 24 hours of telephone notification to be followed by issuance of a written Task Authorization. 15. Work under this agreement shall be issued on a task authorization basis. Upon issuance of a purchase order, to the proposer, work should be scheduled and started within thirty (30) days. However, should the work have to be performed on an emergency basis, work shall be scheduled and started within seven (7) days. 16. The proposer shall inform the City of its planned work schedules and shall afford the City reasonable opportunity to observe and inspect the proposer's work in progress. The City will be advised of all schedule changes. In addition, the proposer shall notify the City when a work site is vacated for a 24- hour period and work is not complete. 17. The proposer's written cost estimate shall contain the projected completion time in days. If work is not completed within the specified completion date, the proposer may pay a penalty of $250 per day. 18. Proposer shall provide the City with forty eight (48) hours' notice prior to the start of work. 19. Proposer shall provide 5-year bonded warranty for all manhole or lift station wet well rehabilitation. 20. Proposer shall, at their cost, provide a professional cleaning company to dean a residents' home should proposer blow a toilet. PUR-F-405 18 9/2018 City of Casselberry ( Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 p,Lg6uMM2aVjrM"bemr.ont RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND - LIFT STATION WET WELL REHABILITATION Exhibit "B" Pricing Schedule City of Casselberry I Finance Department I Procurement Division 96 Triplet Lake Drive, Casselberry, Florida 32M Phone: 407-202 T/W, Ext.11421 Fax: 407-262 77461 pmcur*msnf@caselberry,org Attachment 101" Price Proposal Form The Price Proposal Form Ispreadshoet), Consisting of four (4) Pages, Is hereby incorporated into the solidlation and made avellable as an Individual document to be downloaded from Vendorlink. LLC, Proposer should complete and fill In all line items within worksheets In the workbook The loyal contract amount shell cover the Work required by the contract documents. Ali Cons in connection wish the successful Completion of the Work, Including h m%hhg 91 mabrlala, equlpnaent, supplies, and appurtenances; providlny all construction, equipment, and tools; and pefknnkrg act necessary labor and supervision to fully complete the Work, shall be Included in the unit end lump sum prices bid. AN Work not specifically set forth as a pay item in the Sid Form shalt be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid. ilwe, the undersigned, as authorised t iprowy to commit the firm, do hereby accept in total all the terms and conditions stipulated and rebrenced in this RFP document and do hereby agree that d a contract is oflersd or negotiated It will abide by lira terms and conditions presented In she RFP document or as nW N-' I ri pursuant thereto. The undersigned, having familiarked hwWherseliwkhh the terms of the RFP downanK local COr# r„ and the cost of the work at the place(:) where the wok is to be done, heroby proposes and apnees,Mr itivi�+.,�� Within N1e tlnna gipulated, all work required in accordance with the Socpe of Services and— Including Addsnde, N any, on file at the Cky or Caesdbeny Proaxamwo Division kr the or herein in the Prim Proposal Form. The signatures) below are an acknowledgment or mylour �'A n = and acceptance of all the terms and conditions set forth in this RFP document or as otherwise 'edd 1 the parties in writing. MsV Proposer/Contractor Name: Gvm.i,w.;«c Malting Address: 251tJ"-L■gi,8°.MaI° FLW711 +�rpool Telephone Number. • Fax Number., 474 -m E-mall Address: Wh.G■.■. FEIN: ataerknz Printed Name t31Ira Males CQW.i Toe Dow STATE OF r►altnti COUNTYOF Ummal The torogoing Instrument wee executed before me this ae day of a* 2019. by Irma r■rn, M OOMM-MW O{u nr■ V w. LLC %bo personally swore or AR ned I M he/she is auarorraed to axecule this document and thereby bind the corporetlom NW who is personally known to me OR Im piped OHIVAksm, t „-% $lydnNa 0" k - PLEAeE COMP• M Ano sueMf to m noun app nou4x eE WTARYPtI W •F�s 70 ■udrliFtld■ lam ■rlr 5■ emw.d. rer dYgwhae■11m el y■Rr wM11MM+ STAiE OP �L�A Cpnri0G27a1tit Expiss 11120f20Q2 PUR-F-405 22 9/2018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 1142 1 proculrernent�s!elhMoro RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION Exhibit "C" Contractor Certification Regarding Scrutinized Companies Section 287.135, Florida Statutes, prohibits companies from bidding, submitting proposals, entering into or renewing contracts with a local government for goods or services that are on the Scrutinized Companies with Activities in Sudan List, on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or is engaged in business operations in Syria. Both lists are created pursuant to section 215.473, Florida Statutes. In addition, regardless of contract value, the companies shall not be listed on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or be engaged in a boycott of Israel if bidding, submitting proposals, entering Into or renewing contacts with a local government for goods and services. As the person authorized to sign on behalf of the company, i hereby certify that the company identified below is not listed on the Scrutinized Companies with Activities in Sudan List, is not listed on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or is engaged in business operations in Syria. In addition, the company is not listed on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. I further understand that pursuant to the Florida Statutes, the submission of a false certification, being placed on any of the Lists as indicated herein; conducting business operations with Syria, or boycotting Israel may subject the company to termination of the agreement, civil penalties, attorneys fees, and/or costs. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the company, certify that the information as provided in this Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission. Bidder/Contractor Name: Granite Inliner, LLC Mailing Address: 2531 Jewett Lane, Sanford, FL 32771 Telephone Number: 407-472-0014 Fax Number: 407-472-0097 E-mail Address: mike.cannon@gcinc.com Michael Cannon FEIN: 01-0684682 Printed Name District(Manager 05/23/19 Title Date PUR-F405 23 9=18 EXHIBIT B City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 ymuremenKdkcasaelberrv.ora RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION Exhibit "B" Pricing Schedule Note. The unit pricas entered on the Sample Protect 1 and 2 must match the prices offered on this Proposal Form. Services Traffic Control (per day) Traffic Control (per week) Light Cleaning Medium Cleaning Heavy Cleaning Root Removal Tubenvlatiion Smoke Testing Easement Access Bypass Pumping Bypass Pivin Unit LS $ 100.00 per day $ 400.00 per week $ 2.00 LF $ 4.00 LF $ 6 00 LF $ 3.00 LF $ 55.00 LF $ 015 LF $ 750.00 EA 6" Sewer Flow $ 0.25 LF 8" Sewer Flow S 0.75 LF 10' Sewer Flour $ 1.00 LF 12" Sewer Flow $ 2.00 LF 15' Sewer Flow $ 3.00 LF 18' Sewer Flow $ 4.00 LF 20' Sewer Flow $ 3.00 LF Tamker Track (Capacity 2400 gagm)— S 350.00 per toad EA EA EA 4" Pump S 39.00 per hr e" Pump $ 82.00 per hr 8" Pump $ 84.00 per hr PUR-F-405 19 912018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 1142 1 grocuremen Iberrv.or+o RFP 2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION Exhibit "B" Pricing Schedule B" Sewer Main 10" Sewer Main 12" Sewer Main 15" Sewer Main 1a" Sewer Main Lateral Reconnection Lateral Lini $ 50.00 LF $ 30.00 LF $ 33.00 LF S 40.00 LF $ 50.00 LF S 60.00 LF S 250.00 EA Lateral Lining, up to 15' $ 3,600.00 EA Lateral Lining, 15' to 30' $ 3.900.00 EA Lateral Lining, >30' $ 64.00 LF Additional for Stack Service $ 2,000.00 EA Service with Pressure Grouting $ 150.00 EA Clean -Out Installation $ 950.00 EA C. Sanitary Manhole and Lift Station Wet Well Rahabliftatlon Epoxy Liner Application (per vertical foot) S 3%.00 VF Invert Repair , SHOD per MH Vacuum Jet Cleaning (manhole) $ 50.00 per MH Vacuum Jet Cleaning (wet well) $ 1,2W.00 per WW Removal of Existing Liner S 00 VF Manhole Inflow Dish $ 75.00 EA Manhole Chimney Seal or Coating $ 150.00 per MH Manhole Ring & Cover RepairlReplaoe $ 1.665.00 per MH Injection Grouting Manhole Depth 0'-S', up to 55 gallons Manhole Depth V1 "-I V. up to 55 gallons Manhole Depth 1011%IV, up to 55 gallons Manhole Depth over 19, up to 55 gallons Wet Well, up to 55 gallons Additional Grout 0. Emergency Services Top Halting Point Grouting CCTV Inspection $ 500.00 per MH $ 900.00 per MH $ 1.200.00 per MH $ 1,500.00 per MH $ 1.750.00 per VWV $ 91.00 per gal LS E4 per gal LF PUR-F-405 20 W018 City of Casselberry I Procurement Division 95 Triplet Lake Drive, Casselberry, Florida 32707 Phone: 407-262-7700, Ext. 11421 RMSurementri WAweqMMt,-o�g RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND LIFT STATION WET WELL REHABILITATION Exhibit "B" Pricing Schedule RFP-2019-0467 - SANITARY SEWER, MANHOLE, AND UFT STATION WET WELL REHABILITATION SERVICES PRICE PROPOSAL FORM 6" Sewer Main. 2'-5' $ 2� 7=0 EA 6" Sewer Main. 6'-9' $ 2� W.00 EA 6' Sewer Main.10-12' $ 3.0 OOOD EA 6' Sewer Main. 13=15' ; 3' EA 6" Sewer Main.16'--20' $ 34340.00 EA 8" Sewer Main. 2'-5' S 2, 807�.00 EA 8' Sewer Main, 6'-9' = 3.0 00.00 EA 8" Sewer Main, 10'-12' S 3 230, .Op EA 8' Sewer Main.13'-15' $ 3.4�50.00 EA 8" Sewer Main,16'-20' 3 3, 0g 0.00 EA 10" Sewer Main, 2'-5' ¢ 3,000.00 EA 10" Sewer Main, fi'-9' S 3.230.00 EA 10" Sewer Main, 10'-12' $ 3.460.00 EA 10" Sewer Main. 1 T.15' S 3,670A0 EA 10" Sewer Main, 16'-20' S 300.00 EA 12` Sewer Main, 2'-5' S 3.3411.00 EA 12' Sewer Main. 6'-W S 3,670.00 EA 12" Sewer Male. 10'-12' $ 4.000.00 EA 12" Sewer Main, 13-15' $ 4,340.00 EA 12' Sewer Main, 16'-20' S 4,670.00 EA 15" Sewer Main. 2'-5 S 4,450.00 EA 15' Sewer Main, V-9' S 0005�.00 EA 15" Sewer Main, 17-12' $ 5— 5� 60.00 EA 15' Sewer Main. 13'-15' S 6,120.00 EA 157 Sewer Main. 16'-20' S 6,670.00 p EA 18' Sewer Main. 2'-5" $ 5,560.00 EA 18' Sewer Main, 64 S 6.450.00 EA 18" Sewer Main, 19-12' S 7,340.00 EA IS' Sewer Main.13'-15' $ 8,230.00 EA 18' Sewer Main.16'-20' S 9, 01 00 EA 'Please till In cape ft for tanker tack. PUR-F-405 21 9/2018