Loading...
Contract 2019-98A2019-98A AGREEMENT FOR MAINTENANCE SERVICES, SANITARY SEWER CLEANING THIS AGREEMENT, is made and entered into this -La- day of e-cepn be-r- 2019, 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 NATIONAL WATER MAIN CLEANING COMPANY whose address is: 1806 Newark Turnpike, Kearny, NJ 07032, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of St. Petersburg through the public procurement process awarded an Agreement for maintenance services, sanitary sewer cleaning, the City of St. Petersburg Blanket Purchase Agreement Number 228273, 0; 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 St. Petersburg Blanket Purchase Agreement Number 228273, 0. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall furnish maintenance services, sanitary sewer cleaning as described in the City of St. Petersburg Blanket Purchase Agreement Number 228273, 0, which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II — THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `B', attached hereto and incorporated herein. ARTICLE III — TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until October 31, 2022, unless terminated or renewed as provided by the City of St. Petersburg. 1 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if. a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2) additional 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. K 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. Each Accident, $100,000 Each Employee, $100,000 Disease -Policy Limit, $500,000 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $, 1,000,000 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, $1,000,000 Each Occurrence, Combined Single Limit (f) Fire Damage, $100,000 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. 3 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 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: National Water Main Cleaning Company 1806 Newark Turnpike Kearny, NJ 07032 Attn: James O. Lounsbery, Vice President CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 12 ARTICLE IX — MISCELLANEOUS Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severabilit�--. 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. AMlicable 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: 6 (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE X — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in the City of St. Petersburg Blanket Purchase Agreement Number 228273, 0. 1:1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this day of ec e 4)er 2019. City of C ont i Gail Ash, City Mayor Attest: Tracy Ackroyd Howe, City Clerk National Water Main Cleaning Company p�vvtRa (� a l�c� r (' Name rinted or Type ames O. Lounsbery _ ! .:ecutive Vice President Title Atte C qfp rate Secretary nZaymond Lindsley Secretaryfrreas= (Name Printed or Typed) EXHIBIT B CSP BPA FORM City of St. Petersburg le Pti it u BLANKET PURCHASE AGREEMENT PURCHASE ORDER NO REVISION DATE SHIP TO: 228273 0 25-OCT-2019 Requesting Department Saint Petersburg, FL 33701 This Purchase Order No must appear on all invoices, packing lists United States and correspondence related to this order VENDOR: VENDOR NO: 131115 BILL TO: National Water Main Cleaning Company FINANCE DEPARTMENT ACCOUNTS PAYABLE 1806 Newark Turnpike CITY OF ST PETERSBURG Kearny, NJ 07032 PO BOX 1257 Saint Petersburg, FL 33731 United States Description: Maintenance Services, Sanitary Sewer Cleaning Effective: 01-NOV-2019 End Date: 31-OCT-2022 Buyer/Phone: Neal Jones / 727-892-5297 Email: Neal.Jones@stpete.org Vendor/Phone: Irnesa Okanovic / (973) 483-3200 Ship Via: Best Way Freight Terms: Prepaid Terms: NET 30 FOB: FOB Destination Agreed Amount: $3,750,000.00 Supplier Notes: This BPA covers sanitary sewer cleaning effective November 1, 2019 through October 31, 2022 with one, two-year renewal option. The amount of all releases shall not exceed $3,750,000 and no individual release shall exceed $49,999. Incorporated into this BPA: your Bid No. 9853 dated 8/15/19; Agreement and Scope of Service. This "BPA supersedes BPA No. 202134 dated 6/30/17. LINE DESCRIPTION UOM UNIT PRICE 1 I I Traffic Control Including Maintenance of Traffic (MOT) plans for Collectors and EACH Arterials, N ellas County and FDOT roadways i 100.00 2 j Temporary Setting Removable Pipe Plugs and Dewatering for CCTV EACH 45.00 d Inspection - for sewer pipes with less than 18" inside diam. I 3 Temporary Setting Removable Pipe Plugs and Dewatering for CCTV EACH 90.00 Inspection - for sewer pipes with inside diam. greater than 18" through 24". 4 1 Temporary Setting Removable Pipe Plugs and Dewatering for CCTV I EACH II i 150.00 1 Inspection - for sewer pipes with inside diam. greater than 24 through 42" To report fraudulent or unethical behavior, contact Ethics Point, Inc. at 1-888-236-7053 or www.ethics op int.r, For Page 1 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 LINE DESCRIPTION UOM UNIT PRICE 5 i Temporary Setting Removable Pipe Plugs and Dewatering for CCTV EACH 235.00 Inspection - for sewer pipes with inside diam. greater than 42" through 60". i I i I i 6 Pump Around Pumping Setup for sewer pipes with inside diam. less than 12". EACH 45.00 7 I Pump Around Pumping Setup for sewer pipes with inside diam. larger than 12" through 21". M 10 11 12 13 14 15 16 17 18 EACH/ Pump Around Pumping Setup for sewer pipes with inside diam. larger than 21" 1 �1%9' JU through 30 . Pump Around Pumping Setup for sewer pipes with inside diam. larger thaYk,30" i through 42". Pump Around Pumping Setup for sewer pipes with inside dialarger than 42" through 60". Pump Around Pumping Operation for sewer pipes tth `side diam. less than 12". e, Pump Around Pumping Operation for se etpes with inside diam. larger than 12" through 21 Pump Around Pumping Oper sewer pipes with inside diam. larger I than 21"through 30". 1 Pump Around Pum ration for sewer pipes with inside diam. larger than 30" through 4 i� i Pump Ar d mping Operation for sewer pipes with inside diam. larger than 42'gh 60". ���GGGJJJ���GGGJJJ leaning - less than 10% accumulated debris in sewer pipes with less 8" inside diam. I Light Cleaning - less than 10% accumulated debris in sewer pipes with an inside diam. equal to 8". Light Cleaning - less than 10% accumulated debris in sewer pipes with an inside diam. equal to 10". EACH EACH DAY DAY DAY DAY LINEAR FOOT LINEAR FOOT LINEAR FOOT LINEAR FOOT 45.00 j 90.00 I 90.00 250.00 I I I 225.00 i 65.00 j 100.00 i 120.00 150.00 I 1.45 i 1.45 I 1.45 To report fraudulent or unethical behavior, contact Ethics Point, Inc. at 1-888-236-7053 or wm.ethics op int.For Page 2 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 19 Light Cleaning - less than 10% accumulated debris in sewer pipes with an LINEAR ; 1.55 inside diam. equal to 12". FOOT I 20 Light Cleaning - less than 10% accumulated debris in sewer pipes with an F O R I 2.15 inside diam. equal to 15". 21 Light Cleaning - less than 10% accumulated debris in sewer pipes with an LINEARI 2.20 inside diam. equal to 18". 22 I Light Cleaning - less than 10% accumulated debris in sewer pipes with an Lf' FOOT � 2.25 FDOT inside diam. equal to 21". 23 ;Light Cleaning -less than 10% accumulated debris in sewer pipes wn LINEAR ' FOOT 2.75 I inside diam. equal to 24". 24 w E Light Cleaning - less than 10% accumulated debris in seepps with an I LINEAR ; 3.90 Inside diam. equal to 27 . 25 i Light Cleaning - less than 10% accumulated debO ewer pipes with an LINEAR 5.20 inside diam. equal to 30". FOOT I 26 Light Cleaning - less than 10% accu ebris in sewer pipes with an I LINEAR 6.85 inside diam. equal to 36". i FOOT e) 27 I Light Cleaning - less than 1 umulated debris in sewer pipes with an i LINEAR 7.00 • inside diam. equal to 4�,r� FOOT i ! 28 G Light Cleaning - le %an 10% accumulated debris in sewer pipes with an I R 8.00 I inside diam. 48". F O 29 Light CI �� - less than 10% accumulated debris in sewer pipes with an ! LINEAR 10.00 insi W. equal to 54". i FOOT 30 !�i t Cleaning -less than 10% accumulated debris in sewer pipes with an LINEAR j 10.00 side diam. equal to 60". ; FOOT 1 31 i Medium Cleaning - 10% or more but less than 30% accumulated debris in LINEAR 1.85 sewer pipes with less than 8" inside diam. FOOT 32 Medium Cleaning - 10% or more but less than 30% accumulated debris in I LINEAR 1.65 sewer pipes with inside diam. equal to 8". ( FOOT 1 To report fraudulent or unethical behavior, contact EthicsPoint, Inc. at 1-888-236-7053 or www.ethicspoint.com. For Page 3 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 LINE DESCRIPTION UOM UNIT PRICE 33 Medium Cleaning - 10% or more but less than 30% accumulated debris in LINEAR 6.50 sewer pipes with inside diam. equal to 10". FOOT 34 j Medium Cleaning - 10% or more but less than 30% accumulated debris in LINEAR 6.75 sewer pipes with inside diam. equal to 12". FOOT 35 j Medium Cleaning - 10% or more but less than 30% accumulated debris in LINER; 7.80 sewer pipes with inside diam. equal to 15". F 36 Medium Cleaning - 10% or more but less than 30% accumulated debris in ! LFITEAR 12.25 OOT sewer pipes with inside diam. equal to 18". 37 i o o Medium Cleaning - 10% or more but less than 30 /o accumulated dells .in LINEAR 12.30 1 sewer pipes with inside diam. equal to 21 ".� FOOT 38 Medium Cleaning - 10% or more but less than 30% acc debris in F O R 18.45 uo sewer pipes with inside diam. equal to 24". i 39 I Medium Cleaning - 10% or more but less than 3 cumulated debris in LINEAR 18.45 sewer pipes with inside diam. equal to 27". FOOT I I I 40 Medium Cleaning - 10% or more but accumulated debris in 5�30% LINEAR 24.50 sewer pipes with inside diam. equal to 0". FOOT &(utless i 30.75 41 I Medium Cleaning - 10% or than 30% accumulated debris in ! F00T sewer pipes with insid qual to 36". I i 42 ; Medium Cleanin °° or more but less than 30% accumulated debris in i LINEAR 43.00 sewer pipes vA e diam. equal to 42" FOOT 43 !I Mediu ing - 10% or more but less than 30% accumulated debris in LINEAR 55.35 se with inside diam. equal to 48 . FOOT I 44 ° o ium Cleaning - 10% or more but less than 30 /° accumulated debris in i LINEAR 73.75 ewer pipes with inside diam. equal to 54". � FOOT I 45 Medium Cleaning - 10% or more but less than 30% accumulated debris in I LINEAR 115.00 sewer pipes with inside diam. equal to 60". FOOT 46 i I Heavy Cleaning - 30% or more accumulated debris in sewer pipes with less LINEAR i 185.00 than 8" inside diam. FOOT To report fraudulent or unethical behavior, contact EthicsPoint, Inc. at 1-888-236-7053 or www.ethics oio nt.co For Page 4 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 LINE DESCRIPTION uoM UNIT PRICE i 47 Heavy Cleaning - 30% or more accumulated debris in sewer pipes with inside LINEAR i 2.85 diam. equal to 8". FOOT 48 ` Heavy Cleaning - 30% or more accumulated debris in sewer pipes with inside LINEAR i 11.35 diam. equal to 10". FOOT 49 I Heavy Cleaning - 30% or more accumulated debris in sewer pipes with inside I LINEAL;" F�p 11.80 diam. equal to 12". 50 ° �'' � Heavy Cleaning - 30 /o or more accumulated debris in sewer pipes with insider= �� L(N1=AR I 13.65 FOOT j i diam. equal to 15". i de I 51 { Heavy Cleaning - 30% or more accumulated debris in sewer pipes wi LINEAR i FOOT 21.45 diam. equal to 18".-� 52 ? Heavy Cleaning - 30% or more accumulated debris in sewirr�pes with inside LINEAR i FOOT 21.50 I diam. equal to 21". I 53 I Heavy Cleaning - 30% or more accumulated de b¢ —,sewer pipes with inside LINEAR 32.30 diam. equal to 24".`_�'' i FOOT 54 ° Heavy Cleaning - 30% or more accu ebris in sewer pipes with inside i i LINEAR FOOT 32.30 diam. equal to 27". 55 I Heavy Cleaning - 30% or debris in sewer pipes with inside I &cumulated LINEAR i 42.85 diam. equal to 30". FOOT 56 ' Heavy Cleaning - or more accumulated debris in sewer pipes with inside i LINEAR i FOOT 53.80 I diam. equal i i 57 i i Heavy Qrtg - 30% or more accumulated debris in sewer pipes with inside ! FOO R ( 75.25 I dia',I to 42". ; i 1� 58 ���I�avy Cleaning - 30% or more accumulated debris in sewer pipes with inside --Ni iam. equal to 48". LINEAR FOOT E 96.85 59 Heavy Cleaning - 30% or more accumulated debris in sewer pipes with inside LINEAR i 130.00 diam. equal to 54". FOOT j 60 Heavy Cleaning - 30% or more accumulated debris in sewer pipes with inside I LINEAR i 200.00 diam. equal to 60". FOOT To report fraudulent or unethical behavior, contact EthicsPoint, Inc. at 1-888-236-7053 or www.ethiespoint.com. For Page 5 of 4b grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 LINE DESCRIPTION UOM UNIT PRICE 61 Specialty Cleaning in sewer pipes with less than 8" inside diam. LINEAR 1.50 i ! FOOT 62 1 Specialty Cleaning in sewer pipes with inside diam. equal to 8". i I LINEAR I 26.50 3 FOOT ; I � 63 11 Specialty Cleaning in sewer pipes with inside diam. equal to 10". LINEAR ! 26.50 FOOT 64 ' Specialty Cleaning in sewer pipes with inside diam. equal to 12". 26.50 -`F0 65 I Specialty Cleaning in sewer pipes with inside diam. equal to 15 . � i LI1(=AR i 26.50 FOOT 66 Specialty Cleaning in sewer pipes with inside diam. equal to 18". LINEAR 26.50 FOOT I 67 in inside diam. to 21' I LINEAR 26.50 Specialty Cleaning sewer pipes with equal FOOT 68 Specialty Cleaning in sewer pipes with inside diam. equal to,24". LINEAR j 26.50 I FOOT I 69 1 Specialty Cleaning in sewer pipes with inside dia0equal to 27". LINEAR FOOT 26.50 70 ; Specialty Cleaning in sewer pipes with in-it-diam. equal to 30". LINEAR 26.50 FOOT I i 71 Specialty Cleaning in sewer pipe ith side diam. equal to 36". LINEAR 26.50 FOOT i 72 �, I Specialty Cleaning in sew Vs with inside diam. equal to 42 . i LINEAR 26.50 FOOT 73 i (Ferpipes Specialty Cleanin i s(! with inside diam. equal to 48 . I LINEAR 26.50 FOOT I I 74 i Specialty Flea g in sewer pipes with inside diam. equal to 54". i LINEAR 26.50 FOOT I 75 Sp Cleaning in sewer pipes with inside diam. equal to 60 . i LINEAR I 26.50 FOOT 1 I \ 7 of Removal in sewer pipes with less than 8" inside diam. i LINEAR I 0.75 FOOT � 77 ( Root Removal in sewer pipes with inside diam. equal to 8". LINEAR ' 0.50 FOOT 78 Removal in sewer pipes with inside diam. equal to 10". LINEAR ! 0.50I ,Root I FOOT To report fraudulent or unethical behavior, contact EthicsPoint, Inc. at 1-888-236-7053 or . For Page 6 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 79 ` Root Removal in sewer pipes with inside diam. equal to 12". i i 80I Root Removal in sewer pipes with inside diam. equal to 15". i 81 Root Removal in sewer pipes with inside diam. equal to 18". i 82 Root Removal in sewer pipes with inside diam. equal to 21". i 83 Root Removal in sewer pipes with inside diam. equal to 24". I 84 Root Removal in sewer pipes with inside diam. equal to 27". 85 i Root Removal in sewer pipes with inside diam. equal to 30". I 4 86 Root Removal in sewer pipes with inside diam. equal to 36" ; 87 Root Removal in sewer pipes with inside diam. a ta14 o 42". r, 88 Root Removal in sewer pipes with insidee equal to 48". 89 Root Removal in sewer pipes wit44osi diam. equal to 54". 90 ! � E Root Removal in sewer pi ' �th inside diam. equal to 60". I cc?? 91 Descaling Cleanin 13ver pipes with less than 8" inside diam. 92 f Descaling,Cle ing in sewer pipes with inside diam. equal to 8". 93 De Cleaning in sewer pipes with inside diam. equal to 10". Cleaning in sewer pipes with inside diam. equal to 12". 95 I, Descaling Cleaning in sewer pipes with inside diam. equal to 15". 96 ' Descaling Cleaning in sewer pipes with inside diam. equal to 18" LINEAR 0.50 FOOT LINEAR 0.75 FOOT I LINEAR j 0.75 FOOT LINF:%# 2.00 Cp9T LINEAR 2.00 FOOT I i LINEAR 2.00 FOOT LINEAR j 2.50 FOOT LINEAR i 2.50 FOOT LINEAR 2.50 FOOT j LINEAR 2.50 FOOT I LINEAR 2.50 FOOT LINEAR 2.50 FOOT LINEAR 10.60 FOOT LINEAR 10.60 FOOT LINEAR ! 10.60 FOOT i LINEAR 10.60 FOOT i LINEAR 10.60 FOOT I LINEAR 10.60 FOOT I To report fraudulent or unethical behavior, contact EthicsPoint, Inc. at 1-888-236-7053 or For Page 7 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 LINE DESCRIPTION UOM UNIT PRICE 97 Descaling Cleaning in sewer pipes with inside diam. equal to 21". i LINEAR ! 10.60 FOOT i 98 Descaling Cleaning in sewer pipes with inside diam. equal to 24". LINEAR i 20.00 i FOOT 99 i Descaling Cleaning in sewer pipes with inside diam. equal to 27". LINEAR i 20.00 FOOT I i . T 100 Descaling Cleaning in sewer pipes with inside diam. equal to 30". LI F 26.50 101 1 Descaling Cleaning in sewer pipes with inside diam. equal to 36". i e R LR�'EAR FOOT ; 26.50 102 ' Descaling Cleaning in sewer pipes with inside diam. equal to 42". i LINEAR ! 26.50 I FOOT 103 I � \✓ Descaling Cleaning in sewer pipes with inside diam. equal to 4 LINEAR 26.50 FOOT I 104 ! Descaling Cleaning in sewer pipes with inside diam. equal to,54". i LINEAR I 26.50 FOOT 105 i Descaling Cleaning in sewer pipes with inside dill (,equal to 60". j F O R 26.50 I 106 . I Easement Access Additional for sewer pi s `*ith less than 8" inside diam. i F O R E 0.50 107 I Easement Access Additional for tip,s with inside diam. equal to 8". I LINEAR 0.35 I FOOT ! ! 108 Easement Access AdditY� sewer pipes with inside diam. equal to 10 . I ! i LINEAR j 0.35 FOOT � I I 10g ! Easement Access nal for sewer pipes with inside diam. equal to 12". I LINEAR 0.35 FOOT i ! 110 EasementAcc s Additional for sewer pipes with inside diam. equal to 15". LINEAR ! 0.50 FOOT 111 Ea t Access Additional for sewer pipes with inside diam. equal to 18". LINEAR ! 0.50 FOOT i ! 1 sement Access Additional for sewer pipes with inside diam. equal to 21 ". i LINEAR 3.60 FOOT 113 Easement Access Additional for sewer pipes with inside diam. equal to 24". I ! LINEAR i 3.60 FOOT 114 Easement Access Additional for sewer pipes with inside diam. equal to 27". F � R 3.60 I To report fraudulent or unethical behavior, contact Ethics Point, Inc. at 1-888-236-7053 or www.ethicspoint.com. For Page 8 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 LINE DESCRIPTION uOM UNIT PRICE 115 Easement Access Additional for sewer pipes with inside diam. equal to 30". LINEAR 3.60 FOOT 116 j Easement Access Additional for sewer pipes with inside diam. equal to 36". LINEAR 3.60 i FOOT 117 j Easement Access Additional for sewer pipes with inside diam. equal to 42". LINEAR 3.60 FOOT I I • �� j LIl`jE 3.60 118 I Easement Access Additional for sewer pipes with inside diam. equal to 48". `" " T i 119 ! Easement Access Additional for sewer pipes with inside diam. equal to 54". LIWV AR 3.60 FOOT 120 ; I Easement Access Additional for sewer pipes with inside diam. equal to 60 LINEAR 3.60 FOOT 121 ; Annulus Sealing/Grouting at manhole connection for sewer pipes with inside LINEAR i 90.00 diam. less than 18". 1 FOOT 122 Annulus Sealing/Grouting at manhole connection for r,pipes with inside LINEAR ! 275.00 I diam. equal to 18" but less than 30". FOOT 1 I 123 ' Annulus Sealing/Grouting at manhole Conn fttan for sewer pipes with inside LINEAR 375.00 FOOT diam. equal to 30" but less than 42". 124 Annulus Sealing/Groutingat manconnection for sewer pipes with inside ; LINEAR 1 495.00 I diam. equal to or greater than 420 I FOOT I � State Sales Tax Exemption Number0016SC-1 Federal Employer ID Number 5 Procurement Director To report fraudulent or unethical behavior, contact EthicsPoint, Inc. at 1-888-236-7053 or www.ethiGspoint.com. For Page 9 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 228273 Acceptance and Acknowledgement: Please log in to the iSupplier Portal and acknowledge acceptance of the terms and conditions of this agreement and all change notices. Once logged in, follow the steps outlined below to acknowledge this purchase order: 1. Click on 'Orders' tab 2. Select'Purchase Orders to Acknowledge' from the View Menu 3. Select the specific purchase order' 4. Click the 'Acknowledge' button 5. Select'Accept Entire Order' 6. On next screen, click'Submit' If login information is unknown or difficulties are experienced please contadt.� Registration@stpete.org for assistance. i P Q To report fraudulent or unethical behavior, contact EthicsPoint, Inc. at 1-888-236-7053 or www.ethiespoint.com. For Page 10 of 46 grievance related to a specific solicitation, please adhere to the dispute and complaint instructions in the solicitation document. EXHIBIT A Blanket Purchase Agreement 228273, 0 City of St Petersburg Solicitation Documents AGREEMENT Base Agreement - Services Contract AGREEMENT - SERVICES CONTRACT THIS AGREEMENT, ("Agreement") is made and entered into on the Effective Date set forth in the attached CSP BPA FORM or CSP CPA FORM, as applicable ("BPA/CPA Form") by and between the Vendor set forth in the BPA/CPA Form ("Contractor" or "Vendor") and the City of St. Petersburg, Florida, ("City") (collectively, "Parties"). WITNESSETH: NOW, THEREFORE, in consideration of the promises and covenants contained herein, and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the Parties agree as follows: 1. Contractor Duties. Contractor shall perform the scope of services set forth in Appendix A of this Agreement ("Scope of Services") for the City in full and complete accordance with this Agreement. Upon receipt of a purchase order issued by the City to Contractor in accordance with this Agreement (individually, "Purchase Order" and collectively, "Purchase Orders"), Contractor shall furnish the City with the services ordered, to the extent such services are set forth in this Agreement. 2. Agreement Components. A. The agreement components are the BPA/CPA Form, this Agreement, the appendices to this Agreement, Purchase Orders, if any, and the following documents, which are made a part hereof by reference ("Other Documents"): (i) The City's Solicitation documents (e.g. Request for Proposals, Invitation for Bids, etc.) ("Document 1 ") (ii) Best & Final Offer, if any ("Document 2") (iii) Questions & Clarifications, if any ("Document 3") (iv) Contractor's Response to City's Solicitation Documents (e.g. Proposal, Offer, etc.) ("Document 4") B. In the event of an inconsistency or conflict between or among the documents referenced in this Agreement, the following order of precedence shall govern: (i) the BPA/CPA Form, (ii) this Agreement, exclusive of its appendices, (iii) the appendices to this Agreement, (iv) Purchase Orders, if any, and (v) the Other Documents. In the event of an inconsistency or conflict between or among the Other Documents, the order of precedence shall be the order the documents are listed above (e.g. Document 1 shall govern over Document 2, Document 2 shall govern over Document 3, etc.). 3. Term. The initial Term of this Agreement shall commence on the Effective Date, and terminate on the End Date set forth in the BPA/CPA Form ("Term"), unless this Agreement is earlier terminated as provided for herein. The City reserves the right to extend this Agreement under the same terms and conditions for one (1) two-year period at the end of the initial Term, provided such extension is mutually agreed upon by both Parties in writing. References in this Agreement to "Term" shall include the initial Term and all renewal Terms. City of St. Petersburg Page 12 of 46 Blanket Purchase Agreement 228273, 0 4. Ordering. The City will issue Purchase Orders on an as -needed basis. Nothing contained herein shall be construed to obligate the City to issue any Purchase Orders under this Agreement. When ordering, the City will furnish Contractor with a Purchase Order number; name of department; name of person placing the order, date of order; description of services ordered; and any required schedule. Payment. A. Provided Contractor faithfully performs its obligations contained in this Agreement, the City shall pay Contractor for the services rendered in accordance with the prices for such services set forth in Appendix B of this Agreement ("Services Pricing"); provided, however, that the City shall not be required to pay Contractor for services unless they conform to the requirements of this Agreement, and further provided that the total amount paid to Contractor pursuant to this Agreement, which shall be inclusive of any out- of-pocket expenses (including but not limited to transportation, mileage, lodging, and meals) shall not exceed the Agreed Amount set forth in the BPA/CPA Form ("Agreed Amount") for the initial Term. Contractor shall invoice the City for services in accordance with procedures established by the City. The Services Pricing and the Agreed Amount may be increased only in strict accordance with this Agreement. B. The Services Pricing shall remain firm for the initial Term. If the Parties opt to renew this Agreement, any increase in the Services Pricing shall be made by mutual agreement between the Parties in writing, provided that Contractor notified the City thirty (30) days prior to expiration of the then -current Term of its intent to increase the Services Pricing. Further, Contractor shall maintain competitive prices for the Term, and such prices shall be comparable to those provided to other customers receiving similar services as the City. 6. Indemnification. A. Contractor shall defend at its expense, pay on behalf of, hold harmless and indemnify the City, its officers, employees, agents, elected and appointed officials and volunteers (collectively, "Indemnified Parties") from and against any and all claims, demands, liens, liabilities, penalties, fines, fees, judgments, losses and damages (collectively, "Claims"), whether or not a lawsuit is filed, including, but not limited to Claims for damage to property or bodily or personal injuries, including death at any time resulting therefrom, sustained by any persons or entities; and costs, expenses and attorneys' and experts' fees at trial and on appeal, which Claims are alleged or claimed to have arisen out of or in connection with, in whole or in part, directly or indirectly: (i) The performance of this Agreement (including any amendments thereto) by Contractor, its employees, agents, representatives or subcontractors; or (ii) The failure of Contractor, its employees, agents, representatives or subcontractors to comply and conform with applicable Laws (as defined herein); or (iii) Any negligent act or omission of Contractor, its employees, agents, representatives, or subcontractors, whether or not such negligence is claimed to be either solely that of Contractor, its employees, agents, representatives or subcontractors, or to be in conjunction with the claimed negligence of others, including that of any of the Indemnified Parties; (iv) Any reckless or intentional wrongful act or omission of Contractor, its employees, agents, representatives, or subcontractors; or (v) Contractor's failure to maintain, preserve, retain, produce, or protect records in accordance with this Agreement and applicable Laws (including but not limited to Florida laws regarding public records). B. The provisions of this paragraph are independent of, and will not be limited by, any insurance required to be obtained by Contractor pursuant to this Agreement or otherwise obtained by Contractor, and shall City of St. Petersburg Page 13 of 46 Blanket Purchase Agreement 228273, 0 survive the expiration or earlier termination of this Agreement with respect to any claims or liability arising in connection with any event occurring prior to such expiration or termination. 7. Insurance. A. Contractor shall cant' the following minimum types and amounts of insurance at its own expense: (i) Commercial general liability insurance in an amount of at least One Million Dollars ($1,000,000) per occurrence, Two Million Dollars ($2,000,000) aggregate in occurrences form. This policy shall include coverage for (i) personal injury or death or property damage or destruction; (ii) business interruption; (iii) fire legal liability in the minimum amount of One Hundred Thousand Dollars ($100,000); and (iv) contractual liability under this Agreement. (ii) Automobile liability insurance of $1,000,000 combined single limit covering all owned, hired and non -owned vehicles. (iii) Workers' Compensation insurance as required by Florida law and Employers' Liability Insurance in an amount of at least $100,000 each accident, $100,000 per employee, and $500,000 for all diseases. B. All of Contractor's insurance policies, except Workers' Compensation, shall name the Indemnified parties as additional insureds. C. All policies shall provide that the City will be provided notice at least thirty (30) days prior to any cancellation, reduction or material change in coverage. D. Contractor shall provide the City with Certificates of Insurance on a standard ACORD form reflecting all required coverage. At the City's request, Contractor shall provide copies of current policies with all applicable endorsements. E. All insurance required shall be provided by responsible insurers licensed in the State of Florida and rated at least A- in the then current edition of Best's Insurance Guide. F. Contractor hereby waives all subrogation rights of its insurance carriers in favor of the Indemnified Parties. This provision is intended to waive fully, and for the benefit of the Indemnified Parties, any rights or claims which might give rise to a right of subrogation in favor of any insurance carrier. G. The City shall have the right to reasonably increase the amount or expand the scope of insurance to be maintained by Contractor hereunder from time to time. 8. Notices. Unless and to the extent otherwise provided in this Agreement, all notices, demands, requests for approvals and other communications which are required to be given by either party to the other shall be in writing and shall be deemed given and delivered on the date delivered in person, upon the expiration of five (5) days following the date mailed by registered or certified mail, postage prepaid, return receipt requested to the address provided below, or upon the date delivered by overnight courier (signature required) to the address provided below. CITY: City of St. Petersburg Procurement and Supply Management Department P. O. Box 2842 St. Petersburg, FL 33731 Phone: 727-893-7027 City of St. Petersburg Page 14 of 46 Blanket Purchase Agreement 228273, 0 Attention: Louis Moore CONTRACTOR: The address listed for the Vendor in the BPA/CPA Form 9. Severability. Should any paragraph or portion of any paragraph of this Agreement be rendered void, invalid or unenforceable by any court of law for any reason, such determination shall not render void, invalid or unenforceable any other paragraph or portion of this Agreement. 10. Due Authority. Each party to this Agreement that is not an individual represents and warrants to the other party that (i) it is a duly organized, qualified and existing entity authorized to do business under the laws of the State of Florida, and (ii) all appropriate authority exists so as to duly authorize the person executing this Agreement to so execute the same and fully bind the party on whose behalf he or she is executing. 11. Assignment. Contractor shall make no assignment of this Agreement without the prior written consent of the City. Any assignment of this Agreement contrary to this paragraph shall be void and shall confer no rights upon the assignee. 12. Termination. A. This Agreement may be terminated at any time by the City for convenience upon thirty (30) days written notice to Contractor. B. The City may terminate this Agreement upon written notice to Contractor in the event Contractor defaults on any of the terms and conditions of this Agreement and such failure continues for a period of thirty (30) days following notice from the City specifying the default; provided, however, that the City may immediately terminate this Agreement, without providing Contractor with notice of default or an opportunity to cure, if the City determines that Contractor has failed to comply with any of the terms and conditions of this Agreement related to safety, indemnification or insurance coverage. C. The City may terminate this Agreement as provided in Florida Statute section 287.135. D. Termination of this Agreement shall act as a termination of the BPACPA Form, any Purchase Orders issued by the City, and the Other Documents. 13. Governing Law and Venue. The laws of the State of Florida shall govern this Agreement. Venue for any action brought in state court shall be in Pinellas County, St. Petersburg Division. Venue for any action brought in federal court shall be in the Middle District of Florida, Tampa Division, unless a division shall be created in St. Petersburg or Pinellas County, in which case the action shall be brought in that division. Each party waives any defense, whether asserted by motion or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the Parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. 14. Amendment. This Agreement may be amended only in writing executed by the Parties. 15. Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior and contemporaneous agreements, whether oral or written, between them. 16. Compliance with Laws. Contractor shall comply at all times with all federal, state, and local statutes, rules, regulations and ordinances, the federal and state constitutions, and the orders and decrees of lawful authorities having jurisdiction over the matter at issue (collectively, "Laws"), including but not limited to Florida laws regarding public records. Contractor hereby makes all certifications required under Florida Statute section 287.135. Contractor shall also comply with all applicable City policies and procedures. 17. Third Party Beneficiary. Notwithstanding anything to the contrary contained in this Agreement, persons or entities not a party to this Agreement may not claim any benefit hereunder or as third party beneficiaries hereto. City of St. Petersburg Page 15 of 46 Blanket Purchase Agreement 228273, 0 18. No Liens. Contractor shall not suffer any liens to be filed against any City property by reason of any work, labor, services or materials performed at or furnished to City property, to Contractor, or to anyone using City property through or under Contractor. Nothing contained in this Agreement shall be construed as a consent on the part of the City to subject City property or any part thereof to any lien or liability under any Laws. 19. No Construction against Preparer of Agreement. This Agreement has been prepared by the City and reviewed by Contractor and its professional advisors. The City, Contractor and Contractor's professional advisors believe that this Agreement expresses their agreement and that it should not be interpreted in favor of either the City or Contractor or against the City or Contractor merely because of their efforts in preparing it. 20. Use of Name. Subject to the requirements of Florida laws regarding public records, neither party shall use the other party's name in conjunction with any endorsement, sponsorship, or advertisement without the written consent of the named party, except that Contractor may refer to the City in client list. 21. Non -appropriation. The obligations of the City as to any funding required pursuant to this Agreement shall be limited to an obligation in any given year to budget, appropriate and pay from legally available funds, after monies for essential City services have been budgeted and appropriated, sufficient monies for the funding that is required during that year. Notwithstanding the foregoing, the City shall not be prohibited from pledging any legally available non -ad valorem revenues for any obligations heretofore or hereafter incurred, which pledge shall be prior and superior to any obligation of the City pursuant to this Agreement. 22. City Consent and Action. A. For purposes of this Agreement, any required written permission, consent, acceptance, approval, or agreement by the City means the approval of the Mayor or his authorized designee, unless otherwise set forth in this Agreement or unless otherwise required to be exercised by City Council pursuant to the City Charter or applicable Laws. B. For purposes of this Agreement, any right of the City to take any action permitted, allowed, or required by this Agreement may be exercised by the Mayor or his authorized designee, unless otherwise set forth in this Agreement or unless otherwise required to be exercised by City Council pursuant to the City Charter or applicable Laws. 23. Captions. Captions are for convenience only and shall not control or affect the meaning or construction of any of the provisions of this Agreement. 24. Books and Records. Contractor shall prepare in accordance with generally accepted accounting practice and shall keep, at the address for delivery of notices set forth in this Agreement, accurate books of account. All books and records with respect to this Agreement shall be kept by Contractor and shall be open to examination or audit by the City for the Term and for the retention periods set forth in the most recent General Records Schedule GS1-SL for State and Local Government Agencies. Nothing herein shall be construed to allow destruction of records that may be required to be retained longer by the statutes of the State of Florida. 25. Survival. All obligations and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement, including but not limited to those obligations and rights related to indemnification, shall survive such expiration or earlier termination. 26. Force Majeure. In the event that either party hereto shall be delayed or hindered in or prevented from the performance required hereunder by reason of strikes, lockouts, labor troubles, failure of power, riots, insurrection, war, acts of God, or other reason of like nature not the fault of the party delayed in performing work or doing acts ("Permitted Delay"), such party shall be excused for the period of time equivalent to the delay caused by such Permitted Delay. Notwithstanding the foregoing, any extension of time for a Permitted Delay shall be conditioned upon the party seeking an extension of time delivering written notice of such Permitted Delay to the other party within ten (10) days of the event causing the Permitted Delay. City of St. Petersburg Page 16 of 46 Blanket Purchase Agreement 228273, 0 27. No Waiver. No provision of this Agreement will be deemed waived by either party unless expressly waived in writing signed by the waiving party. No waiver shall be implied by delay or any other act or omission of either party. No waiver by either party of any provision of this Agreement shall be deemed a waiver of such provision with respect to any subsequent matter relating to such provision, and the City's consent respecting any action by Contractor shall not constitute a waiver of the requirement for obtaining the City's consent respecting any subsequent action. 28. Permits and Licenses. Contractor shall be responsible for obtaining any and all necessary permits, licenses, certifications and approvals which may be required by any government agency in connection with Contractor's performance of this Agreement. Upon request of the City, Contractor shall provide the City with written evidence of such permits, licenses, certifications and approvals. 29. Successors and Assigns. This Agreement shall inure to the benefit of and be enforceable by and against the Parties, their heirs, personal representatives, successors, and assigns, including successors by way of reorganization. 30. Subcontract. The hiring or use of outside services or subcontractors in connection with the performance of Contractor's obligations under this Agreement shall not be permitted without the prior written approval of the City, which approval may be withheld by the City in its sole and absolute discretion. Contractor shall promptly pay all subcontractors and suppliers. 31. Relationship of Parties. Nothing contained herein shall be deemed or construed by the Parties, or by any third party, as creating the relationship of principal and agent or of partnership or of joint venture between the Parties, it being understood and agreed that nothing contained herein, nor any acts of the Parties, shall be deemed to create any relationship between the Parties other than the relationship of independent contractors and principals of their own accounts. 32. Contract Adjustments. A. Either party may propose additions, deletions or modifications to the Scope of Services ("Contract Adjustments") in whatever manner such party determines to be reasonably necessary for proper compliance with this Agreement. Proposals for Contract Adjustments shall be submitted to the non - requesting party in the form agreed to by the Parties. Contract Adjustments shall be effected through amendments to this Agreement made in accordance with this Agreement. B. There shall be no increase in the Services Pricing or the Agreed Amount on account of any Contract Adjustment made necessary or appropriate as a result of the mismanagement, improper act, or other failure of Contractor or its employees, agents or subcontractors to properly perform their obligations and functions under this Agreement. C. In the event Contractor proposes a Contract Adjustment and the City does not approve such Contract Adjustment, Contractor will continue to perform the original Scope of Services in accordance with the terms and conditions of this Agreement. D. Notwithstanding anything to the contrary contained in this Agreement, there shall be no increase in the Services Pricing or the Agreed Amount except pursuant to an amendment to this Agreement made in accordance with this Agreement. 33. Warranties. In addition to any other warranties that may exist, Contractor warrants to the City that the services required to be performed by Contractor pursuant to this Agreement will be performed in a workmanlike manner consistent with industry standards reasonably applicable to the performance of such services. 34. Non -Exclusive Agreement. This Agreement shall impose no obligation on the City to utilize Contractor for all of the work and services of this type, which may be needed during the Term. This is not an exclusive agreement. The City specifically reserves the right to concurrently contract with other companies for similar work and services City of St. Petersburg Page 17 of 46 Blanket Purchase Agreement 228273, 0 if it deems such action to be in the City's best interest. 35. Contractor Personnel. The City reserves the right to require Contractor to replace any persons performing services pursuant to this Agreement, including but not limited to Contractor's employees and any affiliates' or subcontractors' employees, whom the City judges to be incompetent, careless, unsuitable or otherwise objectionable, or whose continued use is deemed contrary to the best interests of the City. 36. Public Records. A. Contractor shall (i) keep and maintain public records (as defined in Florida's Public Records law) required by the City to perform the services pursuant to this Agreement; (ii) upon request from the City Clerk's Office, provide the City (at no cost to 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 under Florida's Public Records law or other applicable Laws; (iii) ensure that public records in Contractor's possession that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by applicable Laws for the Term and after the expiration or earlier termination of this Agreement; and (iv) after the expiration or earlier termination of this Agreement, at the City's request, either transfer, at no cost, to the City all public records in Contractor's possession within ten (10) days following the City's request and/or keep and maintain any public records required by the City to perform the services pursuant to this Agreement. If Contractor transfers all public records to the City upon the expiration or earlier termination of this Agreement, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Contractor keeps and maintains public records upon the expiration or earlier termination of this Agreement, Contractor shall meet all applicable requirements for retaining public records in accordance with this Agreement and all applicable Laws. At the City's request, all public records stored electronically by Contractor shall be provided to the City in a format approved by the City. B. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, AS TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CITY CLERK'S OFFICE (THE CUSTODIAN OF PUBLIC RECORDS) AT (727) 893-7448, CITY.CLERK@STPETE.ORG, OR 175 FIFTH ST. N., ST. PETERSBURG FL 33701. C. Nothing contained herein shall be construed to affect or limit Contractor's obligations including but not limited to Contractor's obligations to comply with all other applicable Laws and to maintain books and records pursuant to this Agreement. 37. Appendices. Each appendix to this Agreement, including all attachments to each appendix, is an essential part hereof and is attached hereto. Contractor hereby acknowledges and accepts the terms and conditions contained in this Agreement by clicking "I accept" or similar affirming language in the iSupplier Portal. 00299806S-04. ID1Q/on-demand services agreement no signature. Attachments: Appendix A: Scope of Services; Appendix B: Services Pricing City of St. Petersburg Page 18 of 46 Scope of Services Appendix A Scope of Services 1. Scope of Work Blanket Purchase Agreement 228273, 0 Contractor shall provide all labor, materials, supervision, tools, equipment, and vehicles necessary for maintenance cleaning and closed-circuit television inspection (CCTV) of assigned pipes and inspection of manholes within of the city of St Petersburg's sanitary sewer collection system and removal and disposal of debris removed during the cleaning process. Other work, including annulus sealing and grouting, various forms of specialized pipe cleaning, and operations to support the primary maintenance cleaning and inspection activities are also to be provided. Contractor shall be aware that this contract requires work in active sewers and shall perform work in compliance with all federal, state and local requirements for safety in confined spaces, work zone safety, and hazardous materials. Contractor shall be required to conform to all guidelines set forth by the Occupational Safety and Health Administration (OSHA) and Federal Regulations 29 CFR Ch. XVII, Section 1910.146 Confined Space Entry. 2. Term of Agreement The initial term of agreement will be for three years with one two-year renewal period by mutual agreement of the parties. 3. Contractor Responsibilities At a minimum, Contractor shall provide and meet the following responsibilities: a. Contractor shall provide a single point of contact (Account Manager) to administer the Agreement. b. Contractor shall maintain Minimum Qualifications as stated in bid for the term of Agreement C. Contractor shall maintain the minimum insurance requirements set forth in this agreement. d. Contractor shall only utilize supervisory employees with at least two years of experience in maintenance cleaning and closed-circuit television inspection (CCTV) of sewer pipes and inspection of manholes in the State of Florida and who has full authority to act on behalf of Contractor and to carry out the requirements of the Agreement. e. Contractor's field personnel, assigned to the Agreement, shall possess a current certification in completing OSHA's course in "Permit -Required Confined Spaces". City of St. Petersburg Page 19 of 46 Blanket Purchase Agreement 228273, 0 f. Contractor shall provide operators that are currently certified in the use of Pipeline Assessment and Certification Program (PACP) for CCTV inspection. g. Contractor's video data shall be PACP compliant and compatible with the City's existing software database systems. h. Contractor shall provide equipment that meets all federal, state and local laws. i. Contractor shall have the facilities, capabilities, equipment and staff to support services for the term of the Agreement. j. Contractor shall immediately remove any workers from performing services who have been deemed by the City as incompetent or disorderly. k. Contractor shall maintain an Underground Utility and Excavation Contractor license issued by the State of Florida, and who has full authority to act on behalf of Contractor and to carry out the requirements of the Agreement. 1. Maintain an Underground Utility and Excavation Contractor license issued by the State of Florida. in. Contractor shall be responsible for ensuring that its personnel and all subcontractors follow all state, federal and local safety laws, ordinances and regulations applicable to the work to be performed under this Agreement, including Occupational Health and Safety Administration ("OSHA") and City requirements. n. Contractor shall conduct his work so as to interfere as little as possible with private business or public travel. Contractor shall, at his own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, Contractor shall be liable for all damages occasioned in any way by its actions or neglect or that of its agents or employees. o. Unless otherwise directed, Contractor shall meet the following noise abatement performance standards for all equipment: (1) Between the hours of 7:00 A.M. and 6:00 P.M. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. (2) Operation of equipment should be avoided between the hours of 6:00 P.M. and 7:00 A.M., but if required, the noise level shall not exceed 65 dBA. 4. Traffic Control a. Payment for traffic control will be made on a per day basis for each traffic control setup for a cleaning location. Payment shall include maintaining traffic at each cleaning location in accordance with the City of St. Petersburg Page 20 of 46 Blanket Purchase Agreement 228273, 0 requirements of DOT-SSRBC Section 102. A cleaning location shall be limited to the traffic control setup for Work to be performed between two access manholes for the various pipe sizes listed in the Proposal. Payment shall include all labor, equipment, and materials to set up, maintain, and take down the traffic control setup in and around a cleaning location including signs, barricades, warning lights, and markers as needed to control traffic on typical four lane urban roads, including those designated by the City as Collectors and Arterials, and Pinellas County and FDOT roadways. Traffic control for cleaning locations on roads other than those described in this Pay Item is defined as Customary Traffic Control and no separate payment will be made for traffic control at those locations. Measurement will be the actual number of days or fraction thereof of Traffic Control rounded to the nearest tenth of a decimal point (Example: 9 firs of operation = 9/24 = 0.4 days). b. Payment for Traffic Control will not be paid when the Contractor is not actively pursuing the completion of the Work under the various Pay Items in this Section. Submission of Maintenance of Traffic (MOT) plans for work in FDOT roadways 48 hours (two working days) prior to beginning work as required by the FDOT is included in this item and is not to be paid separately. 5. Work Processes and Procedures a. Dewatering (1) All gravity sanitary sewer pipes (lines) less than 48" in diameter shall be dewatered for cleaning and inspection purposes. Lines 48" and larger may be cleaned and inspected without dewatering only when the City agrees that dewatering is not feasible. Each exception to the dewatering requirement shall be considered on a case by case basis. Contractor will assume that dewatering is required for bidding purposes. (2) Dewatering may be accomplished by pumping water around the work area or by plugging off pipes to isolate the portion of the system being worked on while cleaning and performing inspection. If plugging the line is used for dewatering purposes, the system must be properly monitored so that no overflows occur. If a pipe that has been rehabilitated by the installation of a liner is plugged, the liner must be braced at the manhole to prevent movement of the liner pipe. b. Cleaning (1) All necessary precautions are to be taken to protect the sanitary sewer pipes from damage resulting from the cleaning and inspection processes. Reimbursement for damage to the sewer infrastructure or damage to private or public property resulting directly or indirectly from cleaning and inspection operations shall be the responsibility of the Contractor. (2) Contractor shall furnish all material, labor and equipment required to perform pipe cleaning and CCTV inspection as specified herein complete with all appurtenances and accessories, as shown or specified. (3) Cleaning and inspection work required includes, but is not limited to the following: City of St. Petersburg Page 21 of 46 Blanket Purchase Agreement 228273, 0 (a) Field locating all manholes along the sewer pipes to be cleaned. (b) Maintaining and protecting both vehicular and pedestrian traffic and meeting all requirements of the City and all other government agencies having jurisdiction. (c) Cleaning and inspecting existing sanitary sewer pipes and manholes, as herein specified, and to record the inspection information in the format identified by the City. (d) Disposal of waste, sediment and debris as specified herein. (e) Removal of roots, scale, and protrusions as specified herein. (f) Cleaning and restoring the work area as the work progresses and after the completion of all work activities. (g) All other work required for the complete and satisfactory cleaning and inspection of the pipeline and adjacent manholes. (4) Stipulations (a) All primary work performed under this Contract shall be performed by employees of Contractor, not sub -contractors. Primary work shall be defined as all work directly related to sewer pipe and manhole cleaning and inspection. (b) Contractor may be permitted to use sub -contractors for support activities, such as traffic set-ups and pump -around pump set-up with prior written approval by the City. (c) Contractor is responsible for FDOT plan application and approval. (d) Contractor is responsible for tracking cumulative costs of all work quantities performed under this Agreement and shall not perform work that exceeds the dollar amount awarded under this Agreement. If completion of Work Orders issued by the City causes the dollar amount of this Agreement to be exceeded, Contractor is obligated to alert the City that the work shall not be performed until the dollar amount in this Agreement is increased by Change Order. (5) Cleaning Equipment (a) All sanitary sewer pipes shall be cleaned with truck -mounted high velocity hydraulic cleaning (hydra -cleaning) equipment and equipped vacuum debris removal system. Sufficient high-pressure hose length should be available on the vehicle described to perform cleaning on manhole runs up to 900 linear feet in length. High pressure hose should be at least 1 inch in diameter with the ability to deliver at least 80 gallons per minute at a 3,000 PSI. Water tanks on the vehicle should be at least 1,200 gallons in capacity. The nozzles and skids used for cleaning should be designed for use in a manner consistent with the diameter of the pipe being cleaned. Specialty heads and nozzles may City of St. Petersburg Page 22 of 46 Blanket Purchase Agreement 228273, 0 be required for hardened debris, grease, and scale removal. Cutting heads to remove intruding roots or projecting obstructions will also be required and shall be designed specifically for the diameter of the pipe in which they are used. All controls for cleaning equipment shall be located so that the equipment can be operated above ground. During cleaning operations, Contractor shall restrict the flow level in the pipe. Particular care shall be taken to avoid flooding or back-ups into house connections during pipe cleaning operations. (b) Vacuum debris removal system shall be used to remove sand, silt, grease, rocks, bricks, and all other debris from manholes during the cleaning process. It is essential that the debris be removed from the wastewater system and not allowed to move into adjacent pipes or manholes. Wastewater removed from the collection system during the vacuuming process can be decanted back into the system only after being allowed to settle sufficiently to prevent solid materials from also re-entering the system. (c) Contractor shall provide equipment capable of removing all sand, dirt, rocks and other debris from the sewer reach to allow unobstructed remote television internal inspection of all internal surfaces. (d) Cleaning system shall utilize a device capable of dislodging sediments found in sewer lines without damaging the structural integrity of the pipe. Cleaning device shall have sufficient power to force to move the debris commonly found in large diameter sewers to a manhole for extraction. Cleaning method may maintain nonnal sewer flows during the cleaning process. (e) Contractor shall certify that backup cleaning equipment, including machines, devices, tools, etc, is available and can be delivered to the site within 24 hours. (f) Any blockages of lateral building connections resulting from the cleaning or other items of work shall be removed by cleaning of the building connection by Contractor, at its own expense. Any damage caused by flood of lateral building connections shall be corrected by Contractor, at its own expense. (g) Contractor shall provide all equipment required for specialty cleaning including removing roots and de -scaling sewer pipes. (6) Procedure (a) After determining and performing all preliminary requirements, Contractor shall thoroughly clean assigned pipelines sufficiently to permit an unrestricted inspection by closed circuit television. Contractor shall remove accumulated grease, roots, sand, rocks, bricks, sludge and all other debris that obstructs video inspection such that all portions of the pipe being inspected will be clearly visible. Pipeline cleaning shall be accepted by the City of St. Petersburg Page 23 of 46 Blanket Purchase Agreement 228273, 0 City upon the successful completion of the television inspection to the satisfaction of the City. If television inspection shows the cleaning to be unsatisfactory, Contractor shall be required to re -clean and re -inspect the pipeline at no additional cost to the City. (b) The use of potable water from the municipal water system for filling the water tanks on cleaning vehicles shall be permitted however, Contractor shall be required to acquire and use a meter approved by the City to monitor the use of this water and will be charged for water use in accordance with the current rate as described in the Portable Water Meter contract terms and conditions from the Water Resources Department. Any one-time charge or other applicable fees shall be determined from the Portable Water Meter contract terms and conditions from the Water Resources Department. The portable meter will be removed by the City upon Contractor's request. Contractor shall be responsible for obtaining and hooking up the potable water meter at its own expense. A reduced pressure zone type backflow preventer approved by the City shall be used to prevent contamination of the potable water system. Contractor is responsible for any damage resulting from improper operation of hydrants. Contractor shall not use or obstruct a fire hydrant when there is a fire in the area. (c) Contractor shall not waste water from the public water supply because of improper connections or from hydrants left opened. (d) Contractor shall remove all bricks, rocks, debris, sludge, dirt, sand, grease, roots and other materials from the sewers shown in the work order and collect and remove the resulting debris from the manholes of the sewer section being cleaned. Equipment shall decant or separate the water from the solids before it is transported to the designated disposal site. Liquid decanted from the solids shall be returned to the sewer. Debris remaining in the sewer after cleaning shall not exceed 5% of the pipe diameter. Passing waste material between manholes, causing line stoppages, accumulations of sand, or damage to the pumping equipment, shall not be permitted. Contractor shall complete a Water Resources Manhole Inspection Form (Attachment B) for both upstream and downstream terminal manholes during cleaning and inspection operations. (e) Waste and debris cleaned from the sewers shall be removed from the work site and taken to the Northeast Water Reclamation Facility, 1160 62nd Avenue Northeast, St. Petersburg, or the Northwest Water Reclamation Facility, 7500 26th Avenue North, St. Petersburg, or other site(s) designated by the City for dewatering. Contractor shall remove and properly dispose of excess water prior to dumping at the City's designated dewatering areas. Contractor shall adhere to practices regarding use of the dewatering facilities, to include signing the dump pad log, providing information on the time, date, and quantity of material dumped, and spreading a light layer of lime (provided by the City at the site) over the dumped debris. No material or water is permitted to run off the pad surface as a result of Contractor's actions. (f) Contractor shall be responsible for all permits required to perform assigned Work. (g) Contractor shall obtain permission from the property owner whenever access to manholes City of St. Petersburg Page 24 of 46 Blanket Purchase Agreement 228273, 0 in easements and rights of way is required for equipment. (h) Contractor shall furnish and maintain traffic controls and safety devices as required including but not limited the use of barricades and warning signs in work areas and around open manholes. (i) Normal cleaning consists of removing all debris, including sludge, dirt, rocks, sand, rubble, other deleterious materials and obstructions and requires a minimum of two passes. The first pass shall be restricted to 800 psi at the nozzle head. The second and subsequent passes shall be at 1200 psi. (j) Specialty cleaning consists of removing all heavy grease, roots and tuberculation by use of special equipment such as a high-pressure descaling head, root cutter, or by other mechanical means approved by the City. (k) Contractor is responsible for damage to the sewer as a direct result of the cleaning method. (1) Contractor shall use all cleaning equipment in accordance with manufacturer's recommendations to prevent damage to sewer lines. (m) Contractor shall immediately notify the City if fresh soil, pieces of pipe, or other visible signs of potential problems occur during cleaning operation. (n) Contractor shall insure that water pressure created does not cause damage due to flooding of property being served by sewer section(s) involved. (o) Contractor shall conform to the following requirements: (i) Cleaning of upstream reaches of sewers shall be completed before the downstream reaches are cleaned. (ii) Hydraulic cleaning equipment shall be inserted in the downstream manhole of the reach, and the work shall proceed upstream unless otherwise approved by the City. (iii) Equipment used shall not damage the existing pipelines. (7) Final Acceptance of Sewer Line Cleaning Acceptance of sewer line cleaning shall be made upon the successful review of the television inspection video, CD, or DVD by the City. If inspection shows the cleaning to be unsatisfactory, Contractor shall be required to re -clean and re -inspect the sewer line until the cleaning is shown to be satisfactory. Such re -cleaning and re -inspection City of St. Petersburg Page 25 of 46 Blanket Purchase Agreement 228273, 0 shall be made at Contractor's expense. (8) Pump -around Pumping (a) Contractor shall be responsible for the control of wastewater flows through the collection system where Work is being performed. No sewage shall be allowed to leave the approved collection system. Contractor shall submit a pump -around pumping plan to the City for approval. Under no circumstances can portions of the system be removed from service for periods of time in excess of that approved by the City. (b) Contractor shall retain full responsibility for adequately and safely pumping existing sewage flow on a continuous basis, as needed or as directed by the City. Contractor shall be responsible to assess conditions and capacities of existing sewer lines in order to implement an acceptable pump around pumping plan at no additional cost to the City. Contractor shall supply the necessary pumps, conduits, and other equipment to not only divert flow around the manhole or collection section in which Work is to be performed, but also to transmit the flow in downstream sewer lines and/or pump stations without surcharge or overflow. (c) The pump -around pumping systems shall be of sufficient capacity to handle existing flows plus additional flows that may occur during periods of high tide or rainfall. Contractor shall be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and pump -around systems. When pumping is in operation, all engines shall be equipped in a manner to keep the pump noise to a minimum and comply with the City's Noise Ordinance. (d) Contractor shall use "quiet pumps" when performing pump -around operations in residential areas. (e) Contractor shall be responsible for any damage to properties or buildings connected to the sewer system, and to the pipeline, which result from the pump -around pumping activities. (9) Spill or Discharge of Wastewater or Reclaimed Water/Sanitary Sewer Overflow (a) The spill or discharge of any substance (e.g., wastewater, fully or partially treated reclaimed water, line or tank washwater, etc.) by Contractor or its employees, agents or subcontractors in violation of applicable laws ("Discharge) shall constitute a default of this Contract. (b) In the event of a Discharge, Contractor shall immediately: (i) Report the Discharge to the City Representative and the City's Emergency Dispatch Center (7274-893-7291) and; (ii) Control, contain, and stop the Discharge. City of St. Petersburg Page 26 of 46 Blanket Purchase Agreement 228273, 0 (c) Within fifteen (15) days of a Discharge, the Contractor shall submit to the City a proposed corrective action plan for preventing future Discharges. Upon the City's acceptance of a corrective action plan, Contractor's compliance with such plan shall automatically become a term of the Contract. Contractor's failure to comply with the corrective action plan, or Contractor's failure to prepare a corrective action plan that is acceptable to the City, shall constitute a default of the Contract. Contractor's compliance with a corrective action plan shall not relieve Contractor of liability for damages as set forth below. In the event of a conflict between the Contract and the corrective action plan, the Contract shall prevail. (d) In addition to Contractor's indemnity obligations under the Contract that may arise in connection with a Discharge, Contractor agrees that the following damages will be readily ascertainable and that the appropriate remedy is the recovery of actual damages from Contractor. Such actual damages include: (i) damage to property (City and third - party) arising from a Discharge, (ii) fines imposed on the City by the Florida Department of Environmental Protection ("FDEP"), including fines imposed on the City pursuant to Consent Order OGC 16-1280 between the City and FDEP, and (iii) costs incurred by the City as a result of such Discharge, including costs imposed on the City pursuant to Consent Order OGC 16-1280 between the City and FDEP. In addition to those readily ascertainable damages set forth above, the Contractor acknowledges that the City will suffer other indirect damages (including reputational damages) due to a Discharge that are not readily ascertainable and agrees that the Contractor shall pay the aggregate amount of $5,000 per Discharge to the City as agreed reasonable and proportionate liquidated damages, not as a penalty. The parties acknowledge that the recovery of liquidated damages and actual damages constitutes a combination of remedies rather than an impermissible election of remedies under Florida law. (e) The City shall deduct all damages owed by Contractor pursuant to this paragraph from amounts due to Contractor under the Contract. In the event that the amount owed to Contractor is less than the amount of damages Contractor is required to pay the City pursuant to this paragraph, Contractor shall remit the amount of such damages owed to the City pursuant to this paragraph within ten (10) days after receipt of an invoice from the City. (f) The obligations and liabilities of Contractor resulting from a Discharge as set forth in this paragraph shall not limit Contractor's other obligations and liabilities set forth in the Contract or under applicable laws." (10) Work on Private Property (a) In the event that, in the opinion of the Contractor, obtaining a temporary construction easement outside the limits of the public right of way, of City owned property, or of the easement(s) obtained by the City is necessary or desirable, it shall be the sole responsibility of the Contractor to obtain such easement from the owner of the property. If such easement is obtained by Contractor, it shall contain provision to hold the City harmless from any operations of Contractor within the easement limits. Contractor shall City of St. Petersburg Page 27 of 46 Blanket Purchase Agreement 228273, 0 not conduct construction operations on private property outside the limits of the public right of way, of City owned property, or of the easement(s) obtained by the City unless a copy of the Temporary Construction Easement Agreement is filed with the City. (b) Upon completion of Work in easements, Contractor shall restore the property, including all fences or other structures disturbed by his operations, as nearly as possible to the condition in which he found it. (11) Traffic Control (a) Contractor shall provide required traffic controls under City observation. All traffic control devices required by Work under this Agreement shall be furnished and placed by Contractor. Contractor shall notify the Project Manager a minimum of two (2) working days prior to any construction affecting traffic flow. All traffic control devices utilized during construction shall be provided by Contractor and meet the requirements set forth in the latest revision of U.S. Department of Transportation Federal Highway Administration's "Uniform Traffic Control Devices for Streets and Highways" and the Florida State Department of Transportation's "Roadway and Traffic Design Standards". (b) Failure or refusal, on the part of Contractor, to install, maintain and/or position traffic control devices promptly, fully, and in an acceptable manner, shall be sufficient cause for the City, after 24-hour notice, to perform the traffic control with its own organization, or to contract with any other individual, firm, or corporation to perform the required traffic control. All costs and expenses incurred thereby shall be charged against the defaulting Contractor, and the amount thereof deducted from any money due or which may become due him. Any Work performed as described by this paragraph, shall not relieve Contractor in any way of his responsibility for the work performed by Contractor. (c) Contractor shall conform to FDOT regulations for scheduling work when working in FDOT roadways. FDOT requires 48-hour notification of work and submission of a Maintenance of Traffic (MOT) plan citing the appropriate FDOT Index in order for work to be performed within the FDOT Right -of -Way. Contractor is required to submit this notification and MOT in accordance with FDOT requirements. (d) Failure of Contractor to comply with any of the above traffic control requirements may result in issuance of a stop work order until the violation is corrected. C. Closed Circuit Television Inspection (1) General (a) Contractor shall furnish and operate all necessary equipment for the television inspection of the previously cleaned sewer system. (b) Post -cleaning CCTV inspection shall be video inspection performed by Contractor of City of St. Petersburg Page 28 of 46 Blanket Purchase Agreement 228273, 0 sewer lines following pipeline cleaning activities. Post -cleaning CCTV work shall verify that the pipeline is clean and allow the City to evaluate the condition of the sewer and manholes. Post -cleaning CCTV inspection also shall identify the location of service connections, pipe defects, and general condition of the pipeline, upstream and downstream manholes as specified herein. The inspections shall be done one sewer line section (i.e. manhole to manhole) at a time. (2) Products CCTV Inspection Equipment (a) Video inspection shall be performed using PACP (Pipeline Assessment and Certification Program) certified software. (b) Closed Circuit Television Inspection Equipment shall produce a color video. (c) Pipe Inspection Camera: The camera shall be a pan -and -tilt and radial viewing pipe inspection camera that pans a minimum of f 275 degrees and rotates 360 degrees. (d) A slope indicator shall be included on the camera and accurately calibrated per manufacturer's instructions for measurement of pipe slope. (e) A camera with an accurate footage counter shall be used, which displays on the monitor the exact distance of the camera from the centerline of the starting manhole. (f) The camera will be capable of height adjustment so that the camera lens is always centered at one-half the inside diameter, or higher, in the pipe being televised. (g) Lighting for the camera shall be suitable to allow a clean picture of the entire periphery of the pipe. A reflector in front of the camera may be required to enhance lighting in dark or large diameter pipe. The video inspection shall be clear and visible with adequate lighting to enable the reviewer to discern even small defects in the pipe being inspected. Video that does not meet this requirement or fails to meet PACP specifications shall be cause for Contractor to re -inspect the pipe. (h) The camera, television monitor and other components of the video system shall be capable of producing a minimum 500-line resolution colored video picture. Picture quality and definition shall be to the satisfaction of the City. If unsatisfactory, equipment shall be removed, and no payment made for an unsatisfactory inspection. (i) Video data shall be provided to the City in a digital format such as a "hot swappable hard drive", external removable drive, or other device, as required by the City to be uploaded to the Water Resources Department's CCTV inspection database. City of St. Petersburg Page 29 of 46 Blanket Purchase Agreement 228273, 0 (j) Video data shall be PACP database compliant and compatible with the City's existing software database systems. (3) Procedure CCTV inspection shall be performed using PACP defect coding methodology. (a) Immediately after cleaning, televise the sewer line to document the condition of the line and to locate existing service connections. (b) Perform TV inspection of sewers as follows: (i) Perform post -cleaning TV inspection immediately after line cleaning. Before insertion of the camera into the sewer, the camera shall record on video the upstream and downstream manhole, pipe size, specific location of the sewer, and the direction in which the camera will travel. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. Maintain copies of video and reports for reference by the City for the duration of the contract. (ii) Collect post -cleaning inspection video at each lateral for an extended period to better understand the flow from each individual lateral. The camera shall be positioned at each lateral for a sufficient duration to determine the nature of flow and condition of the lateral (minimum of 30-seconds). Any pipeline (lateral investigation) inspection deemed unacceptable by the City shall be re -televised by Contractor at no additional cost to the City. (iii) Videos shall pan beginning and ending manholes to demonstrate that all debris has been removed. The general condition, pipe size and material of connecting pipes of any apparent defects shall be completed on the Manhole Inspection Report for all manholes. Camera operator shall slowly pan each service connection, clamped joints, and when pipe material transitions from one material to another. A video inspection report shall be prepared by Contractor for every segment and manhole that is CCTV -inspected, and the report shall be submitted to the City. (iv) Whenever non -remote powered and controlled winches are used to pull the television camera through the line, telephones, radios, or other suitable means of communication shall be set up between the operators positioned at the two manholes of the sewer line being inspected to ensure that good communications exist between members of the crew. (v) The accuracy of the measurements for location of defects, service connections, changes in pipe materials, and all other PACP recognized conditions is paramount. Marking on cable, or the like, which would require interpolation for City of St. Petersburg Page 30 of 46 Blanket Purchase Agreement 228273, 0 depth of manhole, shall not be allowed. Measurement meters shall be accurate to one -tenth of a foot over the entire length of the sewer line section being inspected. Prior to recording the location of defect, service connection, etc., slack in the cable of the television inspection camera shall be taken up to assure metering device is designating proper footage. Accuracy of the measurement meters shall be checked daily by use of a walking meter, roll -a -tape, or other suitable device satisfactory to the City. (vi) Camera distortions, inadequate lighting, dirty lens, or blurred/hazy picture will be cause for rejection of a video and rejection of the associated line segment. Any pipeline reach television inspection deemed unacceptable by the City shall be re -televised by Contractor at no additional cost to the City. Payment for televised inspection and sewer rehabilitation will not be made until City approves the quality of the video and logs. (vii) CCTV inspection video shall be continuous for pipe segments between manholes. Do not leave gaps in the video of a segment between manholes and do not show a single segment on more than one video, unless specifically allowed by the City. (4) Flow Control (a) Perform CCTV inspection on one pipeline at a time. The inspection should be performed while the pipe is dewatered. If dewatering is not possible, Contractor shall adequately control the flow in the section being televised. Contractor shall not exceed the depth of wastewater flow shown below: Pine Diameter Depth of Flow Inches (% of Pipe Diameter) Less than 12" 10 12-54" 15 If during CCTV inspection of a pipeline, the wastewater flow depth exceeds the maximum allowable, reduce the flow depth to an acceptable level by performing the TV inspection during minimum flow hours, by diversion pumping, or by pulling a camera with swab, high -velocity jet nozzle or other acceptable dewatering devices. Video made while floating the camera is not acceptable unless approved by the City. (b) Minimize flow in the line while performing post -cleaning CCTV inspection. Divert the City of St. Petersburg Page 31 of 46 Blanket Purchase Agreement 228273, 0 flow as specified in the Agreement requirements; sub headed "Pump- around Pumping" and clean the line to be inspected. (5) Passage of CCTV Camera (a) Do not pull or propel the television camera through the line at a speed greater than 30 feet per minute. (b) The camera will pause and inspect each lateral pipe connection for a minimum of 30 seconds. (c) If during TV inspection of a pipeline, the camera is unable to pass an obstruction even though flow is unobstructed, televise the pipeline from the other direction (reverse setup) in order to obtain a complete video of the line. Whenever such a condition arises, notify the City to determine if an obstruction removal or point repair is necessary. (d) When the camera is being pulled from the other direction in order to survey on either side of an obstruction and a second repair location is encountered away from the first obstruction, notify the City within 24 hours. (6) TV Inspection Log and Manhole Inspection Report Contractor shall be required to provide with each video inspection performed, a digital TV Log and City Manhole Inspection Report Sheet (See Appendices) with all applicable fields accurately completed per PACP format. d. Field Quality Control (1) Contractor shall not allow, under any circumstances, sewage or solids removed in the cleaning process to be released onto streets or into ditches, catch basins, storm drains, or storm sewer manholes, or cleanouts. (2) Acceptance of sewer cleaning work is contingent upon the successful completion of the in -line closed-circuit television inspection. If the television inspection shows that debris, solids, sand, grease, or grit remains in the line, the cleaning will be considered unsatisfactory. Contractor shall repeat cleaning and televising of the sewer line at his/her expense until cleaning is satisfactory. e. Annulus Sealing/Grouting at Manholes (1) Application Effectively seal the circumference of the annular space between host pipes and slip liner pipe at the manhole connection. City of St. Petersburg Page 32 of 46 Blanket Purchase Agreement 228273, 0 (2) Procedure (a) Remove all existing cement mortar and inspection ports from between the host pipe and the liner. During the process, if Contractor encounters abnormal amounts of infiltration, Contractor shall cease the removal of mortar and inject AV 100 grouting material. (b) Install new quick setting non -shrink cementacious grout (QSR by Strongseal or approved equal) between the slip liner pipe and host pipe. This will ensure that new material is packed a minimum of 18" back from the manhole wall. 2" PVC injection ports shall be installed at the 12 O'clock position. (c) Gravity flow a cement slurry grout through the 2" injection ports to create a cement bulkhead between the slip liner and the host pipe. Contractor shall ensure that no cement grout enters the pipeline during this process and shall be responsible for the removal of any excess material that enters the system. (d) After the cement grout has cured, Contractor shall inject AV100 Chemical Grout to provide a water impermeable barrier between the manhole and cement bulkhead to create an effective water seal at each end of the liner. (e) Contractor shall warranty these seals for five years from the date of installation against water infiltration. Note: A City representative shall be notified prior to the Contractor initiating annual space sealing. f. Measurement and Payment (1) Measurement (a) The horizontal length of sanitary sewer cleaned and inspected shall be the field measurement of the distance from center to center of the terminal manholes. The inside diameter of the pipe will be the measured nominal diameter to the nearest inch. (b) The depth of debris in an unclean pipe will be defined as the average depth as field measured at the terminal manholes to the nearest 0.10 of an inch. Depth measurements are to be made by Contractor with the City inspector present. The depth of debris shall be used to determine the level of cleaning (light, medium, heavy) required. (2) Payment Payment for cleaning and inspection of sanitary sewer pipes and manholes shall be made in accordance to the pay item descriptions listed in the IFB Section of the Agreement. Payment for CCTV Inspection is included as part of the cleaning pay item. City of St. Petersburg Page 33 of 46 Blanket Purchase Agreement 228273, 0 g. Pay Item Descriptions (1) Pump -around Setup (a) Payment for pump -around pumping shall include mobilization, labor, pumping equipment, fittings connectors, adapters, temporary piping and other materials needed as required by the City and as described in the Technical Specifications section headed "General" to set up and take down the pump around system. (b) The cost of operating and maintaining the pump -around equipment will be paid for under a separate pay item. (c) Measurement will be for each pump -around pumping setup regardless of the length of pump around or number of sewer pipe segments included. Payment shall be in accordance with the applicable sewer pipe size listed in the IFB. (2) Pump -around Pumping Operation Payment for pump -around pumping operation shall include the operation and maintenance of the pump around system. Measurement shall be the actual number of days or portion thereof for the operation of the pump around pumping system to the one tenth for the various sewer pipe sizes listed in the IFB. Time for setup and take down will not be included. (3) Specialty Cleaning Payment for the specialty cleaning refers to cleaning and removal of failed liner material, cement grout, protruding hammer -taps, or other obstructions beyond normal pipeline cleaning. Payment will be per linear foot of specialty cleaning within the assigned pipe segment for the various sewer pipe sizes specified in the IFB and shall include removal and disposal of all material. (4) Root Removal Cleaning Payment for root removal cleaning refers to cleaning of pipes containing significant root intrusion and growth inside the pipe and the effective removal and disposal of these materials. This type of cleaning requires the use of specialized design root cutting heads. Payment will be per linear foot of root removal cleaning within the assigned pipe segment for the various sewer pipe sizes specified in the IFB and shall include removal and disposal of all material. City of St. Petersburg Page 34 of 46 Blanket Purchase Agreement 228273, 0 (5) Descaling Cleaning Payment for descaling cleaning refers to cleaning of pipes containing significant scale deposits, tuberculated iron pipe, or other corrosion or sediment deposits requiring the use of a high-pressure descaling head in addition to normal cleaning. Payment will be per linear foot of descaling cleaning within the assigned pipe segment for the various sewer pipe sizes specified in the IFB and shall include removal and disposal of all material. (6) Annulus Sealing/Grouting at Manholes (a) Payment will be made for each manhole connection for the various sewer pipe sizes specified in the IFB. Unit price shall include all mobilization, demobilization, CCTV inspection and video, labor, equipment and materials necessary for centering the slip liner in the host pipe, insertion of grout tubes and constructing an anchoring watertight compression- type seal to eliminate the flow of extraneous sand and water from the annulus into the manhole. (b) The City will not compensate Contractor for per diem support activities, such as traffic set-up or pump around operation beyond a single 24-hour period for grouting operations. if a job site has a traffic set-up and pump around in place, they may be compensated for one additional day for these operations to allow time for a grouting crew and materials to arrive at the jobsite and perform work. (7) Miscellaneous - Non -Specified Work (a) The pay item(s) described under this classification of work shall be full compensation for all labor, equipment, material, and services necessary to construct or install items, structures and other miscellaneous work which is required, as authorized, in writing, by the City. (b) The IFB includes an allowance for various extra work contingencies. Any amount of extra work and/or alterations to the proposed work charged to the allowance shall be fully documented and authorized by the City as follows: (i) Miscellaneous work assigned to Contractor shall not exceed more than 10% of the total Agreement amount. (ii) Prices for miscellaneous work items shall be agreed upon by Contractor and the City prior to miscellaneous work being performed by Contractor. (iii) The City shall issue a written work order specifying miscellaneous work to the Contractor. Contractor shall not proceed on any additional work to be covered by the allowance until authorized, in writing, by the City. (iv) Contractor shall cause the work covered under the work order for miscellaneous City of St. Petersburg Page 35 of 46 Blanket Purchase Agreement 228273, 0 work to be done by such subcontractors or suppliers, and for such sum within the limit of the allowance as authorized by the City. 6. City's Responsibilities At a minimum, City shall provide and meet the following responsibilities: a. City shall provide a single point of contact (City Project Manager) to administer the Agreement. b. City Project Manager shall assist with planning, strategy and objectives prior to performance of the Work, to include notifying the contractor when services are required, providing the location and address and providing access to the work site. C. City Project Manager shall promptly respond to issues and inquiries so as not to hinder the progress, completion, or compensation for the Work. d. City shall be responsible for the removal of dried debris after the dewatering process. Disposal fees shall be paid for by the City. 7. Account Management Contractor shall provide an Account Manager, who will be readily available during normal business hours to administer the Agreement. Contractor is responsible for notifying the City with any changes in account manager or contact information. Account Manager's responsibilities shall include, but are not limited to, overseeing all aspects of implementation, servicing, reporting, and issue resolution. 8. Summary of Total Service Charges and Fees Contractor shall furnish the Procurement and Supply Management Department, when requested, a detailed summary of purchases, charges and fees in electronic spreadsheet format. The summary shall include an itemized description of products and services delivered and dollar amount and quantity of each. Failure to provide this information within five (5) business days following the request may result in Contractor being found in default. 9. Personnel Contractor shall assign all key personnel identified in its proposal and this Agreement to complete all of their responsibilities in connection with performance of its obligations. Contractor shall obtain written approval of the City prior to reassigning any key personnel. Replacement of key personnel, upon written approval by the City, shall be with personnel of equal or greater ability and qualifications. Contractor's replacement of key personnel shall not be grounds for an increase in the total Agreement price or extension of the time for completion of the services required. The unauthorized change of key personnel by Contractor shall be considered by the City as a material breach of the Agreement and grounds for termination. 10. Non -Performance a. If Contactor is found in non-performance per the Agreement requirements and responsibilities, City of St. Petersburg Page 36 of 46 Blanket Purchase Agreement 228273, 0 and/or fails to satisfactorily remedy or cure non-performance, the City Project Manager will file a vendor complaint report with the Procurement Department. The Procurement Department will notify the Contractor in writing. Contractor shall reply in writing within ten (10) business days with detailed corrective action to remedy the non-performance, including Completion Deadline date and time. Followup or callback work to correct such non-performance shall be solely at Contractor's expense. b. City Project Manager shall conduct inspection immediately after Completion Deadline and advise the Procurement Department in writing regarding satisfactory resolution or of any remaining deficiencies. If Contractor fails to remedy or cure deficiencies identified in a vendor complaint report by the Completion Deadline, the City may deduct the costs from payment of Contractor invoices to obtain service elsewhere. d. In the event the Contractor consistently fails to perform per the Agreement requirements, the City may terminate agreement with cause and Contractor may be removed from the bidder's list for up to a three-year period. 11. Safety a. Contractor shall be responsible for ensuring that Contractor's staff follow all established safety regulations pertaining to the work to be performed per OSHA and/or City standards. b. Contractor's employees will keep doors closed and locked while servicing facilities after hours or when instructed by Facility Manager or Representative. 12. Training Contractor shall provide all job skills training and safety training required for its employees. Safety training shall instruct employees on the correct and safe use of the safety equipment required and of general safety procedures for the job and materials handling requirements. 13. Cooperation between Contractors The City reserves the right to contract for and perform other or additional work on or near the work covered by these specifications. When separate contracts are let within the limits of any one project, each contractor shall conduct its work so as not to interfere with or hinder the progress or completion of the work being performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. Each contractor involved shall assume all liability, financial or otherwise, in connection with its contract. Contractor shall protect and save harmless the City from any and all damages or claims that may arise because of inconvenience, delays or loss experienced by Contractor because of the presence and operations of other contractors working within the limits of the same project. 14. Service Rendering Facility City of St. Petersburg Page 37 of 46 Blanket Purchase Agreement 228273, 0 a. City reserves the right to inspect the business location and any other business location the Contractor may operate prior to award of a contract and, upon reasonable notice to inspect the business location at any time during the term of this contract. b. Contractor shall provide access to all testing, storage, operations, and other areas, as requested by the City's representatives. C. City reserves the right to conduct an on -site inspection of any subcontractor facilities prior to award and during the term of Agreement. d. Contractor and its subcontractors shall notify the city, in writing, within 30 days of any relocation of it servicing facility. 15. Limitation of Project Value No single project, purchase or release against this Agreement shall exceed $49,999 without prior written consent by the Procurement Director or his designee. 16. Addition and Deletion of Service Locations a. City reserves the right to add or delete service locations at any time during the term of the Agreement. Contractor shall visit new sites and provide a quote for service(s) within five business days of request by the City. Upon written approval from the City Project Manager, Contractor shall begin servicing new locations within 10 business days of the date of the written notice. Written notice shall be made via electronic Purchase Order from the Procurement and Supply Management Department. b. Contractor shall provide services at all requesting City locations, including but not limited to city facilities which are managed by third party firms. Upon request by the management firm, Contractor shall provide services, billed to the third -party management firm, at the same prices extended to the city under this Agreement. 17. Price Escalation/De-escalation All prices ("base prices") shall remain firm for the first 12 months of the agreement term. After the first 12 months,} Adjustments in prices shall not exceed the U. S. Bureau of Labor Statistics Employment Cost Index ("ECI") percent change for the most recent [select three, six or twelve] month period (see http://www.bls.gov/, Employment Cost Index, ECI Multi -Screen Data Search, Total Compensation, Private Industry, Not Seasonally Adjusted, Service -Providing, Service Occupations, Series Index CIU201S000300000A). Approval of the price adjustment will establish a new base price, from which subsequent adjustments will be calculated. 18. Suspension of Service The City may temporarily suspend services at specific sites throughout the term of the Agreement at its sole discretion. Sites may suspend service upon five (5) day advance written notification to the Contractor. Contractor shall deduct charges for the suspended site from its invoices, pro -rated per the current monthly cost, until service is resumed by written notification from the City. Contractor shall resume service within City of St. Petersburg Page 38 of 46 Blanket Purchase Agreement 228273, 0 72 hours of written notification. 19. Emergency Services a. Contractor shall provide the city with evening, weekend, and holiday service, as necessary, to cope with any emergency situation which threatens public health and safety, as determined by the City. Contractor shall furnish a 24-hour contact telephone number in the event of such an emergency. b. Contractor shall provide first -priority services to the city in the event of a hurricane, flood or other natural disaster, as defined by the city. 20. Conditions for Acceptance Upon completion of all the work and services required by the contract pursuant to the City's satisfaction and at the City's sole discretion, the City will approve the Work, after which payment shall be authorized. 21. Ownership of Deliverables All deliverables, materials, drafts and any fixture, set-up or tool created specifically for the production of the work ("Work") developed by the Contractor pursuant to this agreement shall become the sole and exclusive property of the City of St. Petersburg upon acceptance and payment. Contractor shall transfer and assign to the City all rights, title and interest in and to the Work. 22. Transition Requirements Prior to the expiration of the Agreement, Contractor shall work with the City to ensure there is no interruption or reduction of service should the Contractor be required to end its services to the City. If a new contractor is awarded after expiration of this Agreement or if the Agreement is terminated early for any reason, Contractor shall coordinate and cooperate with the newly selected contractor, as well as with the City, to minimize any disruptions in the services provided and to transfer and convert all claim information to the new contractor. This shall include forwarding mail including electronic mail received on the City's claims within one business day of receipt. Online reporting capabilities shall remain operational for one year after the expiration of the Agreement. Invitation for Bid Scope of Work for Services City of St. Petersburg Page 39 of 46 Blanket Purchase Agreement 228273, 0 Special Provisions for Services 1. Identification of Employees Contractor's employees shall wear uniforms or company identification badges displaying contractor's name and employee's name at all time while on city property. 2. Background Check The City requires background checks on all Contractor employees, who perform services at all City facilities. Contractor shall provide the name, sex, race, date of birth, driver's license number and issuing state, and social security number for each individual who will perform services at City facilities. The City requires up to 14 calendar days to process background checks. In addition to other considerations, persons with one or more of the following criteria will fail the City's background check and will not be allowed to access to City locations: a. Be listed on the FBI's list of suspected terrorists. b. Have an outstanding arrest warrant against them. c. Been convicted of, or have pending charges for, a 1st or 2nd Degree Felony d. Been convicted of, or have pending charges for, drugs or lewd and lascivious behavior. Additional background checks may be conducted by the city on Contractor's employees who provide services at high level security sites (e.g., Police, Port, and Water Resource's facilities) Florida Statutes state that any person requiring entry to a restricted access area including the city's Port, must have a State background check per the minimum standards and a Federal credential TWIC card. Refer to § 311.12 (4) (a) 1 and (6) (a) for current requirements. 3. e-Payables The city's preferred method for invoice payment is electronic remittance of invoices via designated credit account assigned to Contractor instead of paper checks. Contractor is encouraged to adopt the city's electronic payment option, which is designed to deliver payables quickly and more efficiently than check payments. This procedure is consistent with the city's obligations and purpose, with an overall intent to utilize technology to provide value to the taxpayers. 4. Ghost Card Payment Where practicable, the City may process all payments under the Agreement by Ghost Card (virtual City credit card). Ghost Card payments are electronic purchasing -card -based payments to the Contractor through City issued virtual accounts. Reconciliation occurs through the Contractor's standard point -of -sale terminals instead of through individual invoices and checks, after fulfillment of a City -issued purchase order. Ghost Cards shall have effectivity dates and authorization for specific supplies, services and users pursuant to the terms of the Agreement. Unauthorized purchases will be the responsibility of the Contractor. 5. Multiple SourceAward A multiple source award may be issued when awarded to two (2) or more Contractors for similar products when necessary for adequate delivery, service, or product compatibility. Multiple source awards shall not be made when a City of St. Petersburg Page 40 of 46 Blanket Purchase Agreement 228273, 0 single award will meet the City's needs without sacrifice of economy or service. Awards shall not be made for the purpose of dividing the business, making available product or supplier selection to allow for user preference unrelated to utility or economy, or avoiding the resolution of the offers. Any such awards shall be limited to the least number of suppliers necessary to meet the valid requirements. 6. Product Labels and MSDS Contractor shall provide, prior to beginning work, manufacturer's labels and MSDS information for all chemicals to be used in the performance of Agreement. Manufacturer's labels must include (a) name and manufacturer of chemical; (b) customary use; c) application process; (d) possible hazards; (e) special precautions; (f) emergency treatment in the event chemical is used improperly. In compliance with Florida's Occupational Health and Safety Statue (Chapter 442), MSDS information submitted must include: (a) chemical and common names of the substance; (b) hazards or risks in the use; c) proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure/overexposure to the substance; (d) emergency procedures for spills, fire, disposal and first aid; (e) description, in lay terms, of the known specific potential health risks posed by the substance; (f) the year and month (if available) the MSDS information was compiled and the name, address and emergency telephone number of the manufacturer responsible for preparing the information. Orders and Invoices a. Orders will be placed against this Agreement via E-mail, and shall be accompanied by Purchase Order Numbers. All open orders are accessible by Contractor for reconciliation through their online supplier profile. b. Unless otherwise agreed to, all performance under this Agreement must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum: (1) Name of Contractor. (2) Agreement Number. (3) Purchase Order Number. (4) A description of services furnished or supplies delivered, including model number, National Stock Number (NSN) and City's item number. (5) Task/delivery order number. (6) Date of purchase. (7) Quantity, unit price, and extension of each item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show the information). (8) Date of performance. c. Invoices must be submitted to ap@stpete.org within the task/delivery order transmission issued against this Agreement. The Contractor's invoice must include, at a minimum, the following: (1) City's Agreement Release or Purchase Order numbers. (2) Name of Contractor. (3) Date of preparation. (4) Contractor's invoice number. City of St. Petersburg Page 41 of 46 Blanket Purchase Agreement 228273, 0 (5) Address to which payment should be mailed. (6) City's Agreement Release or Purchase Order numbers. (7) A description of services furnished or supplies, including quantities, unit prices and extensions. (8) Discount payment terms. (9) Name of requesting department for whom the shipment was made. 8. Accessibility Contractor shall fully inform itself regarding any peculiarities and limitations of the spaces available for the performance of work under this Agreement. Contractor shall exercise due and particular caution to determine that all parts of its work are made quickly and easily accessible. 9. Damage a. Contractor shall be held responsible for any breakage, loss of the City's equipment or supplies through negligence of Contractor or its employees, subcontractors and agents while working on the City's premises. Contractor shall be responsible for restoring or replacing any equipment, facilities, and other property so damaged. b. Contractor shall immediately report to the City any damages to the premises resulting from performance under this Agreement. Failure or refusal to restore or replace such damaged property will be a breach of this Agreement. 10. Completion of Work If Contractor fails to comply with the conditions of this Agreement, or fails to complete the required work or furnish the required materials within the time stipulated, the City reserves the right to purchase in the open market, or to complete the required work, at the expense of Contractor. The City may seek recourse including but not limited to, the provisions of the performance bond if such bond is required under the conditions of this Agreement. 11. Summary of Total Sales Contractor shall furnish the Purchasing Department as requested, a detailed summary of sales. The sales summary shall include an itemized description of services or supplies delivered and dollar amount of each. Failure to provide this information within 30 calendar days following the request may result in Contractor being found in default. 12. Performance Evaluation During this Agreement term, Contractor's performance will be evaluated on multiple criteria including service, quality, accessibility, responsiveness, documentation, skills, creativity and innovation, customer interfaces and flexibility. Non or substandard performance may be grounds for termination of this Agreement. 13. Insurance Certificate Maintenance Expiration notifications for the City's insurance certificates are managed by an authorized third party firm on behalf of the City. The firm shall contact the Contractor directly via email to request updated certificates prior to expiration. Contractor shall respond directly to the firm as requested. City of St. Petersburg Page 42 of 46 Blanket Purchase Agreement 228273, 0 City of St. Petersburg Page 43 of 46 Blanket Purchase Agreement 228273, 0 Security Standards - Water Resources Treatment and Distribution Division City of St. Petersburg Water Resources Department Water Treatment and Distribution Division SECURITY STANDARDS 2. Background checks: Since September 11, 2001, the Homeland Security / EPA agencies advise that we take extra precautions and be diligent in protection of our water facilities infrastructure. A Vulnerability Assessment Study of these facilities has been completed and one recommendation made was that background checks be conducted on all personnel working at our water treatment and distribution facilities. This includes contractors and their employees as well as the city staff. 3. The Water Resources Department, in response to the recommendations of the Vulnerability Assessment study, is now conducting background checks of all workers at their water treatment facilities. Before coming on site to work, the contractor will provide a list of the following: Full names of the employees assigned to be on -site Their Social Security Numbers and; Their Birth Date The Water Resources Department project coordinator or his designee will conduct a background check prior to allowing workers on site. In order to give us time to conduct these background checks, we request this information be given to us at least 72 hours in advance. The contractor will be notified as to who passed the background check and allowed on our sites and who did not. 4. Contractors using "day -labor" will provide the same information as above and with as much notice as possible. While it may not always be possible to give us the 72 hours notice, we still will not allow "temporary" workers on site until they have been checked out. We will try our best to conduct these background checks in a timely manner, but, for many reasons, it may not be possible to get them completed in the time manner that the contractor would desire (web sites may be down, computers may not be working, staff may be busy with other problems, etc.). Nevertheless, temporary day laborers will not be allowed on site until they have had a complete background check. So, the more advanced notice we have, the more likely we will be able to complete the background check as quickly as possible. 5. Delivery personnel, engineers, visitors, etc. that are just visiting the plant (or picking up / dropping off materials) do not have to go thru an extensive background check as those people who are working, unescorted and unsupervised at our facilities. Depending upon what level of alert we are in on the Terrorist Threat Response Plan determines what precautions we take allowing or not allowing these personnel in our facilities. 6. In order to fail a background check, the individual would have to have one or more of the following criteria apply to them: . Be wanted by the FBI as a suspected terrorist or someone they suspect to have ties with terrorism. Have an outstanding arrest warrant issued against them. Have been convicted of a 1 st or 2nd Degree Felony in a court of law. Is considered a habitual felony offender (convicted of two or more felony or 1 st degree misdemeanors offenses within 5 years after their 18th birthday). IF THERE ARE ANY QUESTIONS REGARDING THESE SECURITY STANDARDS PLEASE SEE ONE City of St. Petersburg Page 44 of 46 Blanket Purchase Agreement 228273, 0 OF THE FOLLOWING DIVISION OF WATER TREATMENT AND DISTRIBUTION PROJECT COORDINATORS: Manager, Water Treatment and Distribution Water Plant Chief Operator Plant Maintenance Supervisor Plant Maintenance Coordinator Effective date: October 2003 City of St. Petersburg Page 45 of 46 Blanket Purchase Agreement 228273, 0 City of St. Petersburg Page 46 of 46 October 17, 2019 1:30 PM Resolution Nos. 2019-507 thru 2019-548 A. Meeting Called to Order and Roll Call. Invocation and Pledge to the Flag of the United States of America. B. ApL!roval of Agenda with Additions and Deletions. Approved A motion was moved and approved by Councilmember Wheeler -Bowman with a second by Councilmember Rice. Roll Call. Ayes. Driscoll. Montanari. Kornell. Rice. Wheeler -Bowman. Gabbard. Nayes. None. Absent. Foster. Gerdes. C. Consent Azenda (see attached Approved A motion was moved and approved by Councilmember Rice with a second by Councilmember Driscoll. Roll Call. Ayes. Driscoll. Montanari. Kornell. Rice. Wheeler -Bowman. Gabbard. Nayes. None. Absent. Foster. Gerdes. Ogren Forum D. New Ordinances - (First Reading of Title and Setting of Public Hearing) Setting November 7, 2019 as the public hearing date for the following proposed Ordinance(s): 1. Ordinance approving the vacation of I I6th Circle North from Dr. Martin Luther King Jr. 1119-V Street North, extending West approximately 783-feet. (City File: DRC19-33000009) [A. Vickstrom] A motion was moved and approved by Councilmember Montanari with a second by Councilmember Gabbard. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Gabbard. Nayes. None. Absent. Foster. Wheeler -Bowman. 2. City -initiated request to amend the Land Development Regulations (Chapter 16, City Code 397-H of Ordinances) pertaining to the public notice process for general development applications and applications for the preservation of historic properties. (City File: LDR-19-07) [D. Kilborn] A motion was moved and approved by Councilmember Montanari with a second by Councilmember Gabbard. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Gabbard. Nayes. None. Absent. Foster. Wheeler -Bowman. 3. Ordinance approving a vacation of all rights -of -way and easements between Lots 1-3 of 1118-V Caruther's Subdivision and Lots 10-12 of Caruther's 2nd Subdivision. (City File: DRC 19- 33000014) [S. Bolyard] A motion was moved and approved by Councilmember Driscoll with a second by Councilmember Montanari. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Gabbard. Nayes. None. Absent. Foster. Wheeler -Bowman. 4. Ordinance repealing Ordinance 330-H, which approved a substantial change of use of park 400-H property at Soreno/Straub Park that allowed the encroachment of a vehicular roundabout. [M. Dema] A motion was moved and approved by Councilmember Montanari with a second by Councilmember Driscoll. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Gabbard. Nayes. None. Absent. Foster. Wheeler -Bowman. 5. Ordinance of the City of St. Petersburg, Florida amending Chapter 17, Article IV of the 401-H City Code relating to local business taxes; creating a definition of employee; reorganizing sections to clarify intent; reorganizing the tax schedule to enhance readability and more closely align with categories and classifications of the equity study; amending language related to inspections; correcting scriveners errors. [H. Judd] A motion was moved and approved by Councilmember Driscoll with a second by Councilmember Montanari. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Gabbard. Nayes. None. Absent. Foster. Wheeler -Bowman. (b) Approving the Participation Agreement between the City of St. Petersburg, Florida 2019-535 (City) and Pinellas Suncoast Transit Authority (PSTA) related to the development of a transit -oriented development (TOD) strategic plan. A motion was moved and approved by Councilmember Rice with a second by Councilmember Driscoll. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Nayes. None. Absent. Foster. Wheeler -Bowman. Gabbard. •, •• _ „ • Rigging • ' • _ that Risk Agfeement with a GN4P between the City ef St. ' _ • proposal into the agreement, as amended, and to modify the pr-ejeet sehedule related te the Gateway - ` •, •• fFeffi i*iffast-ftiet-ufefieededtosttppe4af�wefk),t the General Capital impr-evementFund 00 supplemental appfopr-iation in the amem. •, •• the unappfopfiated balanee of the General Capital knpr-evemeat Fond (3001), resulting ffam the above tr-ansfer-, to the ' ' fajeet (15377). [MOVED TO PIER REPORT 6. Sewer Report [C. Tankersley] (a) Approving a three-year blanket purchase agreement with National Water Main Cleaning 2019-536 Co. for sanitary sewer cleaning for the Water Resources Department, at a total contract amount of $3,750,000. A motion was moved and approved by Councilmember Driscoll with a second by Councilmember Gabbard. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Wheeler -Bowman. Gabbard. Nayes. None. Absent. Foster. (b) Approving an increase in allocation for calcium oxide with Chemrite, Inc. in the amount 2019-537 of $278,000, for a total contract amount of $2,257,820. A motion was moved and approved by Councilmember Gabbard with a second by Councilmember Kornell. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Wheeler -Bowman. Gabbard. Nayes. None. Absent. Foster. (c) Approving the renewal of a blanket purchase agreement with Hach Company for 2019-538 laboratory supplies, equipment repairs and chemicals for the Water Resources Department, at an estimated annual cost of $200,000, for a total contract amount of $585,000. A motion was moved and approved by Councilmember Kornell with a second by Councilmember Montanari. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Wheeler -Bowman. Gabbard. Nayes. None. Absent. Foster. (d) Authorizing the Mayor or his designee to execute Amendment No. I to Task Order No. 16-05-GS/W ("Task Order") to the architect/engineering agreement dated December 13, 2016, as amended, between the City of St. Petersburg, Florida and Grissom Smith, 2019-539 LLC. ("A/E") for A/E to provide preliminary design, final design, and bidding phase services related to the Lift Station No. 3, 9, and 60 Rehabilitation Project in an amount not to exceed $137,025.24; providing that the total Task Order, as amended, shall not exceed $157,723.28 (ECID Project No. 19054-111; Oracle No. 16909). A motion was moved and approved by Councilmember Montanari with a second by Councilmember Gabbard. Roll Call. Ayes. Driscoll. Gerdes. Montanari. Kornell. Rice. Wheeler -Bowman. Gabbard. Nayes. None. Absent. Foster. (e) General Update 3 Marilyn Rodriguez From: Sent: To: Cc: Subject: Approved. Thanks, Stacey From: Neal Jones Stacey McKee <Stacey.McKee@stpete.org> Tuesday, September 03, 2019 12:40 PM Neal Jones; John E. Palenchar Lisa R. Rhea; Terrell A. Holmes; Charles R. Wise; Brejesh Prayman; Louis S. Moore; Karen M. Dewar RE: RESPONSE REQUESTED: RECOMMENDATION FOR AWARD - BID No. 7366 SANITARY SEWER CLEANING Sent: Tuesday, September 03, 2019 12:40 PM To: John E. Palenchar <john.palenchar@stpete.org>; Stacey McKee <Stacey.McKee @stpete.org> Cc: Lisa R. Rhea <Lisa. Rhea @stpete.org>; Terrell A. Holmes <Terrell.Holmes@stpete.org>; Charles R. Wise <Charles.WiseJr@stpete.org>; Brejesh Prayman <Brejesh.Prayman@stpete.org>; Louis S. Moore <Louis.Moore @stpete.org>; Karen M. Dewar <Karen.Dewar@stpete.org> Subject: RE: RESPONSE REQUESTED: RECOMMENDATION FOR AWARD - BID No. 7366 SANITARY SEWER CLEANING We have reviewed the four bids received and recommend for award: National Water Main Cleaning Company ........................... $3,750,000 (3-years @ $1,250,000/yr) The contractor recommended meets the specifications, terms and conditions of IFB No. 7366: Maintenance Services, Sanitary Sewer Cleaning. The bid tabulation, a copy of IFB No. 7366 bid documents, and a copy of National Water Main Cleaning Company's bid submittal are attached for your review. Current BPA expires October 31, 2019, and is scheduled to go for City Council approval on October 17, 2019, if we receive your response by COB Monday, September 9, 2019. Funds have been previously appropriated in the Water Resources Fund (4001). Please indicate your response to this recommendation of award by replying to this email stating your agreement or an explanation as to why you do not agree. If you want any other information, please don't hesitate to contact me. Neal Jones Procurement Analyst, Procurement & Supply Management City of St. Petersburg 727-892-5297 Neal.Jones st ete.or Please note all emails are subject to public records law. Solicitation No. 7366: Quote 9853 Solicitation No. 7366: Quote 9853 1.1 General Information Title IFB 7366: Maintenance Services, Sanitary Sewer Cleaning Description 913-81: Maintenance Services, Sanitary Sewer Cleaning The vendor will provide maintenance cleaning and closed-circuit television inspection (CCTV) of sewer pipes and inspection of manholes within the city's sanitary sewer collection system. Preview Date Not Specified Open Date 29-JUL-2019 08:28:27 Close Date 15-AUG-2019 15:01:00 Award Date Not Specified Time Zone Eastern Time Buyer Jones, Neal Quote Style Sealed Email Neal.Jones@stpete.org Outcome Blanket Purchase Agreement Note The City has just completed an Oracle upgrade. Please advise of any abnormalities that you see when reviewing the document from your side of the portal. All questions regarding this solicitation shall be directed to Neal Jones, Procurement Analyst, at neat Jones@stpete.org, no later than NOON, Monday, August 5, 2019. 1.2 Terms Effective Start Date Not Specified Effective End Date Not Specified Ship -To Address Ship To Bill -To Address ACCOUNTS PAYABLE Requesting Department FINANCE DEPARTMENT Saint Petersburg, FL ACCOUNTS PAYABLE 33701 CITY OF ST PETERSBURG United States PO BOX 1257 Saint Petersburg, FL 33731 United States Payment Terms NET 30 Carrier Common Carrier FOB FOB Destination Freight Tenn Prepaid Currency USD (US Dollar) Price Precision 2 Response Valid Reference Number Until Total Agreement Not Specified Minimum Release Not Specified Amount (USD) Amount (USD) 1.3 Requirements Profile 1.Company Name (Full Legal Name) ........................................................................................................................................................................ Your response value: National Water Main Cleaning Company 2.Federal Identification Number ........................................................................................................................................................................ Your response value: 22-1753261 3.Street address, telephone, P.O. Box, Zip Code, State and e-mail City of St. Petersburg Page 1 of 41 Solicitation No. 7366: Quote 9853 Profile ........................................................................................................................................................................ Your response value: 1806 Newark Turnpike, Kearny, NJ 07032 Tel: (973) 483-3200 Email: bidreg@nwmcc.com 4.Company ownership. If incorporated, the state and date of incorporation ........................................................................................................................................................................ Your response value: S corporation Incorporated in the State of New Jersey on 7/2/1964 5.Year the company was founded ........................................................................................................................................................................ Your response value: 1964 6.Address and phone number of the office providing the service ........................................................................................................................................................................ Your response value: 1806 Newark Turnpike, Kearny, NJ 07032 Tel: 973-483-3200 7.Name, phone number and title of contact person. This person must be capable of committing the company to an agreement with the City ........................................................................................................................................................................ Your response value: James O. Lounsbery Executive Vice President 973-483-3200 8.Number of employees, both locally and nationally. ........................................................................................................................................................................ Your response value: 189 9.Number of years company has operated under this name ........................................................................................................................................................................ Your response value: 55 10.13rief description of the nature of the company's business ........................................................................................................................................................................ Your response value: General Sewer Maintenance, Cleaning, Inspection, Maintenance, and Trenchless Rehabilitation of Sewer Systems I I.Type of business organization (Sole Proprietorship, Partnership, Corporation, Limited Liability Company) ........................................................................................................................................................................ Your response value: S-Corporation 12.Company's bank of record ........................................................................................................................................................................ Your response value: Wells Fargo Bank, N.A. 13. Is the bidder registered with the Florida Department of State, Division of Corporations (Sunbiz)? ........................................................................................................................................................................ Acceptable Values YES NO ........................................................................................................................................................................ Your response value: YES 14. Is the bidder a City certified SBE? ............................................................................ Acceptable Values YES City of St. Petersburg Page 2 of 41 Solicitation No. 7366: Quote 9853 Profile NO ........................................................................................................................................................................ Your response value: NO 15.Describe any litigation that the Offeror has been a party to in the last five years where it was alleged that the Offeror breached a contract for similar services with a client/customer and describe any contracts for similar services that the Offeror failed to complete for similar services. Describe the facts and status of any such litigation or contract. ........................................................................................................................................................................ Your response value: None, see attached pending investigations 16.Identify any government entity that has debarred or otherwise prohibited the Offeror from responding to its competitive solicitations within the last five years. Describe the circumstances surrounding such debarment or other prohibition. ................................................................................................................................. ---------------- Your response value: None 17.Bid Acceptance Period Unless otherwise specified herein, the bidder confirms that prices shall remain firm for a period of ninety- (90) days. ( Reply Y/N) ........................................................................................................................................................................ Acceptable Values YES j NO ........................................................................................................................................................................ Your response value: YES _ _ 18.Warranty (Scope and Terms) The bidder fully warrants all material, equipment and services against poor and inferior quality or workmanship for a period of one- (1) year from date of final acceptance. Attach copies or descriptions of all manufacturer(s) warranties shall accompany bid for the item(s) proposed. The description(s) shall include the length and scope of the warranties. ( Reply Y/N) ........................................................................................................................................................................ Acceptable Values YES NO ........................................................................................................................................................................ Your response value: YES 19.F.O.B. Point & Shipping Charges The bidder certifies that all prices are quoted F.O.B. destination. All shipping, handling and freight charges must be shown separately. (Reply Y/N) ........................................................................................................................................................................ Acceptable Values YES NO ........................................................................................................................................................................ Your response value: YES 20.Payment Discount Terms Discounts of two (2) percent for payments made within ten (10) days or more from receipt of invoice will be considered in award of bid. Payment discounts must be clearly shown in the space provided below. ........................................................................................................................................................................ Your response value: None; No discount. 21.Delivery Time. The bidder shall state the maximum completion or delivery time in days from receipt of order or notice to proceed (service). City of St. Petersburg Page 3 of 41 Solicitation No. 7366: Quote 9853 Profile Your response value: Will start as soon as NTP is issued. Completion time will be the term of the contract, 2 years. 22.Permits. The successful bidder, at his or her expense, shall obtain all permits and licenses and pay all charges and fees necessary for the performance of the contract, and shall give all public notices necessary for the lawful performance of the contract. (Reply Y/N) ........................................................................................................................................................................ Acceptable Values YES NO ...............................................................................................................................................- Your response value: YES 23.Insurance Requirements The bidder hereby certifies that he or she has reviewed and understands the insurance requirements specified in the IFB. Should the bidder be awarded the contract for the work, bidder further certifies that it can meet the specified requirements for insurance, including insurance coverage of the subcontractors, and agrees to name the City of St. Petersburg as additional Insured for the work specified. (Respond Y/N) ........................................................................................................................................................................ Acceptable Values YES NO ........................................................................................................................................................................ Your response value: YES 24.Contractor's License. The successful bidder certifies that is possess a valid State of Florida Contractoi License for the classification(s) of work specified in the contract documents. Bidders mustupload copies their contractor's license number, classification and expiration date on their bid. ........................................................................................................................................................................ Type No Response Required 25. Public Records Law Bidder acknowledges that its bid is subject to Public Records laws (Chapter 119, Florida Statutes)? ........................................................................................................................................................................ Acceptable Values YES NO ........................................................................................................................................................................ Your response value: YES 26. Trade Secrets/Confidential Has the bidder identified any trade secrets or confidential information in its bid? ........................................................................................................................................................................ Acceptable Values YES NO ........................................................................................................................................................................ Your response value: YES CONTRACTOR QUESTIONNAIRE This Contractor Questionnaire must be completely filled out and returned as part of your bid. Failure to do so may result in disqualification of your bid. Evaluation of this Questionnaire may be a prime factor in the award of this Agreement. Responses that are conditional upon award of solicitation shall not be considered. Use additional sheets to provide all information requested. ........................................................................................................................................................................ Type No Response Required _ Financial Information. List the following: a. Present Net Worth b. Annual Sales ($) for each of the last City of St. Petersburg Page 4 of 41 Solicitation No. 7366: Quote 9853 CONTRACTOR QUESTIONNAIRE three years c. Bidding Limits: Minimum and Maximum ($) ........................................................................................................................................................................ Your response value: A. $7,786,623 B. 2018: 52,832,798 2017: 39,500,000 2016: 41,700,000 C. no bidding limits Banking Reference: Provide Name, Address, Telephone Number and Contact Name: ........................................................................................................................................................................ Your response value: Priscilla White - AVP 312-345-1176 priscilla.white@wellsfargo.com 120 Mountainview Blvd, 9200 Basking Ridge, NJ 07920 Bonding: Provide: a. Limit b. Bonding Company Name c. Bonding Company Address d. Phone Number e. Contact Person(s) ........................................................................................................................................................................ Your response value: a. Limit - $50,000,000 aggregate; $10,000,000 single b. Bonding Company Name- Travelers Casualty and Surety Company of America c. Bonding Company Address-215 Shuman Blvd.,Naperville, IL 60563 d. Phone Number- 630.961.7012 e. Contact Person(s)- Brenda Hockberger Provide the number of full-time employees directly on bidder's payroll as of bid date, both locally and nationally: ........................................................................................................................................................................ Your response value: 189 List Bankruptcy Proceedings: ........................................................................................................................................................................ Your response value: None Capabilities: a. How long has your firm been in business? (Number of years operating under the legal name of business submitting response.) ....................................................................................................................... Your response value: 55 years b. List Classes of work you are qualified to perform with your own forces: ..................................................................................................................................................................... Your response value: 9402 sewer cleaning c. List Work normally to others: ........................................................................................................................................................................ Your response value: Excavation d. Largest contract completed to date: provide total contract amount and year. ........................................................................................................................................................................ Your response value: $13,482,000 completed in 2019 e. Have you had a contract for similar services terminated prior to completion in the past five years? Respond Yes or No. If Yes identify the project, the owner, owner's representative and the reason for termination. ................................................................................................................................................... Your response value: No f. List major material suppliers/credit references: (Provide Name, Location, Contact/Phone) ........................................................................................................................................................................ Your response value: NWMCC does not utilize credit. Bank reference listed on page 60 in attached "Submittal Book". Contractor, through its parent company Carylon Corporation, has all funds necessary to perform the Work without credit. Custom Bandag Tony or Ben 401 E Linden Avenue Linden, NJ 07036 (908) 862-2400 We Will urovide full list upon request. City of St. Petersburg Page 5 of 41 Solicitation No. 7366: Quote 9853 CONTRACTOR QUESTIONNAIRE Equipment and Material List the Equipment or Material, and respective Name of the Manufacturer and Supplier of these items to be furnished under the Agreement resulting from this solicitation. Contractor shall have full possession of all proposed Equipment at time of response for future inspection at city's discretion. Material shall be immediately accessible by Contractor. ........................................................................................................................................................................ Your response value: See attached list of equipment. Subcontractor(s) a. List all Subcontractors retained by your firm to perform under the Agreement resulting from this solicitation. For each, provide Name, Item of Work, Location, License No, and Certified SBE Y/N. ........................................................................................................................................................................ Your response value: No b. List SBE Subcontractors retained by your firm to meet the required SBE participation goal. For each, provide Name, Item of Work, Amount ($), % of Contract. ........................................................................................................................................................................ Your response value: 0%; We will perform the work ourselves. References: Provide at least three references for which you have provided similar service in the past three years. For each, provide Firm Name, Address, and Contact/Phone/Email. ........................................................................................................................................................................ Your response value: 1) Florida Department of Transportation (FDOT) Wesley Adams, Maintenance Contracts Manager District 3 1723 Sunrise Circle Ponce de Leon, FL 32455 Office: (850) 836-5714 Mobile: (850) 260-4245 Wesley.Adams@dot. state.fl.us 2) Ranger Construction Industries, Inc. Jason Daley, Project Manager 101 Sansbury's Way West Palm Beach, FL 33411 Office: (561) 793-9400 Mobile: (772) 519-2992 Jason.Daley@rangerconstruction.com 3) TCLM Enterprise, Inc. Tina Love Basile, President 13720 Hamlin Blvd. West Palm Beach, Fl. 33412 Office: 561-248-1470 tclm.tina gmail.com Work History: Please upload attachment which lists projects presently being worked on or completed by your firm within the last three (3) years. Include names, addresses, telephone numbers and email address of contacts. Attach an electronic brochure if available. ........................................................................................................................................................................ Tye No Response Required Other Required Attachments: a. Attach a copy of your firm's financial statement or individual tax return and personal financial statement of net worth if you are an individual proprietor for the most recent fiscal year. b. Attach a copy of your firm's Federal Employer Tax ID certificate c. Attach a copy of all your current insurance coverages. d. Attach copies of all licenses including Contractors and occupational. e. Attach a list of major equipment you own, indicating type, capacity, year of manufacture, etc. f. Describe any alleged, significant prior or ongoing contract failures, licensing or permit violations, claims on bonds, any civil or criminal litigation or investigation pending (including wage theft complaints filed) which involves the firm or in which the firm has been judged guilty or liable. g. Provide details along with supporting documentation of any products and services offered that meet the City's Environmentally Preferable Purchasing (Green Purchasing): program to include recycled content products, environmentally preferable products and services, bio-based products, energy and water -efficient products, alternate fuel vehicles, products using renewable resources and alternatives to hazardous or toxic chemicals. ............................................. Type No Response Required 1.4 Attachments 1.4.1 Buyer Attachments Name Data Type Description Appendix A - Scope of File 2019-07-15 14:37:42 Scope of Services.docx Services (Size :66828) Attachment B - Manhole File 2019-07-15 14:59:27 MANHOLE inspection Inspection Form form.pdf (Size :7880) City of St. Petersburg Page 6 of 41 Solicitation No. 7366: Quote 9853 Name Data Type Description Claim as Small Business Enterprise File 2019-07-15 15:02:51 Claim Status as SBE.doc (Size :45568) 1.4.2 Supplier Attachments Name Data Type Description NWMCC File 2019-08-15 08:57:00 NWMCC Litigation_ Investigations Litigations_ Investigation s.pdf (Size :62924) Contracts in Progress File 2019-06-24 11:19:08 Contracts In Progress & Completed - 6.24.19.pdf (Size :131591) Financial Report File Financial Statement for the year 2018 FL License File 2018-08-21 10:50:30 FL Bidding Docs.pdf (Size :1521047) Tax ID Certificate File 2019-08-14 17:04:27 FEIN Certificate.pdf (Size :57025 ) Equipment List File 2019-08-14 17:11:52 EQUIPMENT LIST.pdf (Size :418690) Experience & References File 2019-08-14 17:11:19 Experience and References.pdf (Size :759529) Evidence COI File 2018-10-22 15:29:18 Evidence COI only.pdf (Size :559574) City of St. Petersburg Page 7 of 41 NATIONAL WATER MAIN CLEANING COMPANY EQUIPMENT LIST MOBILE TELEVISION STUDIOS 22 Color, computer aided, robotic camera -transporter, pan & tilt 3600 by 2700 14 CCTV Units with Internal Launchers (Cues, Lamp Systems) 10 Color minicamera systems (UEMSI, RIGID, CUES, AIRES SYSTEMS) SONAR INSPECTION 2 Sonar/Multi Sensor Trucks GROUTING RIGS 6 (Cues -Joint / Internal Sealing Units with Standard CCTV Units) COMBINATION VACUUM JET UNITS WET/DRY 7 (170gpm, 27" Hg 6400cfin. 18cyd) Supervac 2000 40 (120gpm, 18" -27" Hg 5000-6400 cfm, 15cyd) Supervac, Vactor, Vacall 10 (80gpm, 16"-18" Hg 3500cfin, 12cyd) Supervac, Vactor, Vacall 5 (80gpm, SJC Unit) Single Axle 1 (170gpm Jetter Truck Aux Engine (Jumbo Jetter) 27 (120gpm Jumbo Jetter Combo Unit) 5 Ace Style — 27inch blower 2 Classic 27inch blower with Aux Engine STRAIGHT HIGH PRESSURE JETTER UNITS 1 (330gpm @ 2500pic, twin 1 %2" jethose 5000) NLB 1 (170gpm @ 2500pic,1'/2"jethose 2500) NLB 6 (65-80gpm @ 2500pic, I "jethose 800) F.E Meyers, General 1 (65gpm @ 2500pic, I"jethose 800) Railgear, F.E Meyers 9 (35gpm @ 4000pic,'/2" jethose 500) Harsin JETTER UNITS 1 (80gpm Jetter Trucks) — PTO Driven 5 (80gpm Jetter Trucks — AUX Engine 9 Trailer Jetter (Harben) 2 Easement Machines — Racked STRAIGHT VACUUM UNITS 7 (27"-28" Hg, 5400-6400cfin, 18cyd) Supervac, Vactor CLAMSHELLLS / CATCH BASIN CLEANERS 12 (Hydroclamshell, 35gpm @ 2000pic, 11/" ton crane, 8cyd) Stetcc 4 (11/2ton Crane, 8cyd) Stetco 3 Clam — No pump BUCKET DRAG LINES 10 ( RMF, 4cyl, 100hp,1500 of %" cable) RMF TRAILERS 3 Pull Behind Trailers 4 Pull Behind 175 CFM Air compressor MANHOLE REHABILITATION 10 Track and Trailer mounted cement pumps (Strong Seal) 2 Track Mounted Cement Pump Units (Chem -grout) 3 Plural Component Epoxy Rigs 6 Grout Support Trucks TRENCHLESS LINING EQUIPMENT 4 (Trelleborg Trenchless Spot Repair Units) 7 (Trelleborg Main to House (MTH) boiler inversion units complete with Multiple 8"-24" launchers 1 Manhole to Manhole inversion system with boiler / stem and air compressor (6" -2491) 6 Trelleborg Lateral Connection Repair Units 3 TV / Wolverine Reinstatement Units 1 TV / IBG Reinstatement Units 10 Support Rack Trucks MISCELLANEOUS EQUIPMENT 3 Air compressors, 185 cfin 6 3" - 8" trash pumps 4 Electronic utility tracing/locating equipment 3 Hammer drills 20 Inflatable pipe stoppers, 6" - 60" GLOBAL POSITIONING SYSTEMS 8 Trimble® GeoXTTM handheld, from the GeoExplorer® series, combining submeter GPS with Microsoft® Windows MobileTm 2003 software for Pocket PCs in one unit GEOGRAPHICAL INFORMATION SYSTEMS 3 ArcView 9.0 Licenses including ArcMap, ArcCatalog and ArcToolbox LIVE PRESSURE PIPE INSPECTION UNITS 3 JD7 LDS 1000 Units, 3200ft Video Cable, HD Video Inspection, Hydrophonic Leak Detection, GPS XY Coordinate Location (12" — 48" Diameter Pipelines) 5 JD7 Investigator Units, 300ft Video Cable, HD Video Inspection Hydrophonic Leak Detection, GPS XY Coordinate Location (2" — 12" Diameter Pipelines) 3 Echologics Leak Finder ST. Correlator Systems STREET SWEEPERS 5 Whirlwind ATTENUATORS 4 Truck Mounted BUCKET MACHINE 1 NPR (RMF STEEL) WATER TANKER 4 4000Gal Water Tanker CRANES Truck Mounted Crane M-- NATIONAL WATER MAIN CLEANING CO. Ti►e Environmental Protection Specialists An Equal Opportunity Employer Lining Equipment NYC BIC Uoense #468 HIGHLIGHTED BLUE=MA VEH. ID # TYPE WEIGHT LL2 Lateral Liner Truck 33,000 LL4 Lateral Liner Truck 17,500 LL5 LCR / Point Repair 25,000 LL6 MTH / LCR / 185CFM Air Compressor / Boiler 25,000 LL7 Cosmic LCR / UV System 25,000 LL8 LCR / Point Repair 25,500 LL9 POINT REPAIR 30,000 LL10 MTH Support Truck 25,500 LL 24 LCR / Point Repair 25,500 LL 29 LL/MTH 185 CFM / BOILER MH1A Manhole Rehab 26,000 MH-2 Manhole Rehab 33,000 MH-3 Manhole Rehab 33,000 MH-4 Manhole Rehab 33,000 MH-6 Manhole Rehab 33,000 MH-7 Manhole Rehab 33,000 MH-8 Manhole Rehab 65,000 MH-9 Manhole Rehab 65,000 MJ-1(Trailer) Harben Trailer 65,000 MJ-2(Trailer) Harben Trailer 12,000 MJ-3 (TRAILER) Harben Trailer 12,000 MJ-4TRAILER Harben Trailer 12,000 MJ-5 (Trailer) Harben Trailer 0 MJ-6TRAILER Harben Trailer 12,000 MT-1 TRAILER 7,000 MT-2 TRAILER 13,000 MT-3 TRAILER 31,000 MT-4 TRAILER 14,000 MT-5 TRAILER 14,000 MTM TRAILER PR-4 POINT REPAIR 14,000 PR-7 POINT REPAIR 33,000 PR-12 POINT REPAIR 33,000 PR 13 POINT REPAIR / WOLVERINECUTTER LCR UNIT / CCTV T-195 Support Truck/TV Rig 60,539 T-209 Support Truck/TV Rig 35,000 T-214 Reefer T-235 4.2 Mil Btu Steam Unit NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists An Equal Opp4lunity Employer NYC BIC nse #1468 TV206 Lateral Launching Main/Lateral 25,500 TV-210 Lateral Launching Main/Lateral 19,500 TV-228 TV Lateral launching/ Main Lateral VV-41 Grouting Rig 8,700 VV-45 Grouting Rig 42,000 VV-46 Grouting Rig 42,000 UV1 UV Main Line/Support 33,000 UV System Light Train 8" to 72" UV Generator 50 KW UV Compressor 375-750 UV Support Trailer/Folding/Conveyer UV IST Cutting Unit i r L.L.. Z w C) O H >- W E U W Z 'a D ❑ U f^ ��// N IIIV Ids ❑ yLI w w a0 = J 0 Z Z V'¢ Q Q `cn cV o c a , cn< t •,o Q a� au Q1L cV c O O a W w O�r� 14 Cu s ❑ U. Q + wao oL O 1` O {' II zDz U . 1 i �' �i�� t- c c O Q OAR s ��, a ,� H �O ¢ � z z {' Z v +' Z u a H I'� &... o :O c ow �WA oz00Y v1_ z ,O a Q 2Z, _ 4� D JEL '5 o ca c LL D �' W ¢it W .� O a� a' Z Z N� LU 0 a o `�' O °C r-L L � V � w >- o © .� U Q z a D _u LIJ w o� ~ r� ❑�� ❑E State of Florida Department of State I certify from the records of this office that NATIONAL WATER MAIN CLEANING CO is a New Jersey corporation authorized to transact business in the State of Florida, qualified on April 29, 2014. The document number of this corporation is F 14000002034. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report was filed on March 17, 2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Thirtieth day of June, 20I7 IN - Secretary of State Tracking Number: CU2885977163 To authenticate this certiticate,visit the following site,enter this number, and then follow the instructions displayed. https: //services.su n b iz.org/Filings/CertificateOfStatu s/CertificateAuthentication r• ter.: •r. ��.•r:• �.w.. �+ • +/ • ter." rs ee � •::,"if�iti�j/tir�in.rl.'={tlw/I�:rii'•.;t is i ^�S►f � a 1t�1! �a Eri pEfx .r Srb,ti-efxrn of -ifafQ ■ r■�:�•;� �:`:'� �r,i: •sir: •ii;