Loading...
Contract 2022-044ADocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 AGREEMENT NO. 2022-044 FOR ON -CALL JOB ORDER REPAIR AND MAINTENANCE SERVICES THIS AGREEMENT, is made and entered into this 14 day of June 2022, 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 DERELLE INC. whose address is 112 Sourwood Ln. Ste. A Groveland Fl. 34736, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFB 22-020 titled On -Call Job Order Repair and Maintenance Services; WHEREAS, CONTRACTOR submitted its response dated May 19, 2022 to RFB 22-020; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 22-020and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE 1— SCOPE OF WORK The CONTRACTOR shall furnish repair and maintenance services as described in CITY's RFB 22-020 and CONTRACTOR's May 19, 2022 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. ARTICLE 2 — 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 an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. ARTICLE 3 — PROVISION OF SERVICES AND COMPLETION OF WORK 3.1. The CONTRACTOR shall only provide to CITY repair and maintenance services upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in RFB No. 22-020 or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. 1 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. 3.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. 3.3. It is expressly understood and agreed that the passing, approval and/or acceptance of any repair and maintenance services herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted repair and maintenance services so as to comply with the warranties and specifications hereof. 3.4. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. ARTICLE 4 — TERM AND TERMINATION 4.1. This Agreement is to become effective upon execution by both parties, and shall remain in effect for a period of two (2) years thereafter, unless terminated or renewed as provided for herein. 4.2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR; b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 4.3. Upon mutual Agreement of the parties, this Agreement may be renewed for four (4) additional one (1) year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). 2 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 ARTICLE 5 — 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 of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION 6.1. 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. 6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 6.3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. ARTICLE 7 — INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: 3 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 (a) CONTRACTOR's Commercial General Liability, $500,000 Each, ($1,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $500,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider (a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article.; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. 2 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 ARTICLE 8 — NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the 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: DERELLE INC. 112 Sourwood Ln. , Ste A Groveland Fl. 34736 Attn: Scott Clark, Owner OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE 9 — MISCELLANEOUS 9.1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver — The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability — If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment — Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Agreement — This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 5 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 9.6. Assigningnt — 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. 9.7. Venue — The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law — This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9.9. Public Records — Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does 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 must be provided 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. 71 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 ARTICLE 10 — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 10.1. This Agreement 10.2. Purchase Order / Notice To Proceed 10.3. An applicable Contractor Quote or Statement of Work 10.4. All documents contained in City of Clermont RFB 22-020 and any amendments thereto. 10.5. CONTRACTOR'S May 19, 2022 response to RFB 22-020. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 14 day of June , 2022. CITY OF CLERMONT DocuSigned b��y:'' I'/I�. �jt�u s 534781168A394C8... DS Brian Bulthuis, ATTEST: FTDocuSigned by: I � A Ho4,vt Tracy Ackroyd Howe, City Clerk 7 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 DERELLE INC. By: 5DocuSigned by: off l A (Sign�=fOB9FOMEMD5_. Print Name: Scott cl ark Title: President Date: 6/10/2022 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION - C PRICE SCHEDU NOTE: The respondent must, by completing the appropriate blocks below, identify which trades specialty classification for which pre -qualification is sought. All respondents are to show proof of receipt for materials purchased pertaining to each project. All materials reimbursed by the City will become the property of the City. Materials may be purchased by the City at its own discretion. Job V StraightIm Hourly -Material 1. Electrician MarkupRite Helper Assistant (if needed) 2. Plumber Helper Assistant (if needed) 3. Flooring Helper Assistant (if needed) 4. Painter �� Helper Assistant (if needed) �fi. ob 5. Roof Repair Uo 6-0 Helper Assistant (if needed) f 6. HVAC Repair Helper Assistant (if needed) 7. Drywall Installation 1 Repair Helper Assistant (if needed) 70 cTV RFB No: 22-020 Page 19 of 36 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION — C PRICE SCHEDULE 8. Concrete Minor Repair / Installation g �� Helper Assistant (if needed) (0 ci- 9. Window Repair / Replacement Helper Assistant (if needed) 10. Door Repair / Replacement 02-AD 1/ 9-D!� Helper Assistant (if needed) 11. Sod Installation / Replacement Estimated Qty. Square Foot Price Bahia Grass 0 — 5,000 SF Sc Bahia Grass 5,001 — 10,000 SF St. Augustine Grass 0 — 5,000 SF _ 5 St. Augustine Grass 5,001 -- 10,000 SF �S 12. Asphalt / Road Repairs Estimated Qty, Price Per SY 0 — 250 Sy $ RFB No: 22-020 Page 20 of 36 19-0% DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION - C PRICE SCHEDU By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation, and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available, at a minimum, the items set forth in this solicitation. Company Name (print): �+'Q i Street Address: Mailing Address (if different): She 6-66Ye % 3 Telephone: 3 S� - 3 _ �j Y 0 Fax; 35a- -13 _ SZ) q_ Email: G e, r1� 0.�1c�• C �rYl P�yment Terms: ICE) % days, net FEW: ,�s-�� r > c-f Professional. License No.: Signature: Date: Print Name: C , �_ Title:�- Does the respondent accept payment using the City's MASTERCARD? ❑ Yes 9-No END OF SECTION -+ C RFB No: 22-020 Page 21 of 36 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION — B STATEMENT OF WORK The City of Clermont would like to establish a pool of pre -qualified companies to create a citywide repair and maintenance agreement for various job classifications and for various departments, on an as -need -basis. Entry in the pre -qualifications pool is acknowledgement that respondent satisfies the pre -qualification criteria stated in this solicitation. The services for each proposed work/project must not exceed $24,999. It will be the sole prerogative of the City as to the number of vendors who will be initially included under the contract. The City reserves the right to add or delete vendors during the term of the contract as it deems necessary in its best interest. The City reserves the right to add vendors on a competitive basis per category. If the City elects to add vendors, they must meet the same minimum qualifications established for the original solicitation. Awarded respondents must be fully competent in one or more sections specified below. In addition, each respondent must submit documents that provide evidence of capability to provide the services listed below. Awarded respondents must provide a fixed price for proposed work/project and time of completion to the City's Project Manager for approval. Successful respondents must provide sufficient number of qualified people or as required by the City's Project Manager to perform the work. Awarded respondents must show proof of receipt for materials purchased pertaining to each project when applicable. All materials reimbursed by the City will become the property of the City. Materials may be purchased by the City at its own discretion. Job Classification: 1. Electrical 2. Plumbing 3. Flooring 4. Painting 5. Roof Repair 6. HVAC Repair 7. Drywall Installation / Repair 8. Concrete Minor Repair / Installation 9. Window Repair / Replacement 10. Door Repair / Replacement 11. Sod Installation / Replacement 12.Asphalt/ Road Repair It is the intent of the City to secure the services identified above from respondents that are licensed and insured, as well as to provide these services in accordance with industry standards, Federal, State, and Local Government regulations and guidelines on an as required basis. For information regarding licenses and permits please visit www.clermontfl.gov and click on Online Permitting on the top right-hand corner on the RFB No: 22-020 Page 12 of 36 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION — B STATEMENT OF WORK screen. Unless specified otherwise, the awarded respondents must coordinate and obtain permits and inspection for all jobs when necessary. 1 — DESCRIPTION OF CLASSIFICATIONS Awarded respondents must be fully competent in one or more job classifications specified below. Successful respondents must provide sufficient number of qualified employees to perform the work. 1 Electrical: This section provides for labor, material, tools, and equipment to install and repair electrical systems including free standing overhead lighting, underground service, load calculations, and associated accessories and parts. • All work must be performed in accordance with all electrical codes and industry practices and procedures. • All materials must be delivered to the project site free of damages and defects. • Project site must be left clean and free of construction debris at the end of the each work day. 2 Plumbing: This section provides for labor, material, tools, and equipment required to install and repair plumbing. • All work must be performed in accordance with standard practices and procedures of the industry or trade. • All floor drains must include trap primers as specified. • All materials must be delivered to the project site free of damages and defects. • Project site must be left clean and free of construction debris at the end of the each work day. 3 Flooring (Carpeting, Ceramic Tile, Acoustic Ceiling Tile): This section provides for labor, material, tools, and equipment required to remove and install floor covering (e.g.: carpet, tile, etc.). Carpeting: Work includes removal, disposal, floor preparation and installation of carpet and accessories as specified by the City. Ceramic Tile: Work includes ceramic and porcelain tile, glazed or unglazed, and sizes as indicated. Includes primers, adhesives, grout, sealants and leveling compounds. Ceiling Tile: Provides for the installation of 24" x 24" suspended ceiling system with all their components, accessories and parts to provide a clean and RFB No: 22-020 Page 13 of 36 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION — B STATEMENT OF WORK complete installation in accordance with standard practices and procedures of the industry. • Work in all categories work must be performed in accordance with the respective industry standards and practices. • All materials must be delivered to the project site free of damages and defects. • Finished product must be clean and free of construction scraps and markings. • Ceiling tile units to be 24" x 24" plenum rated. Tiles of a pattern to be selected by the City. • Project site must be left clean and free of construction debris at the end of the each work day. 4 Painting: This section surface preparation, painting, and finishing of exposed interior and exterior items and surfaces in addition to shop painting and finishes. Manufacturer's prefinished surfaces are excluded from this section. • All materials must be delivered to the project site free of damage and defects and in original containers. • Painting will include wood surfaces, cement surfaces, ferrous metals, aluminum, masonry, and galvanized surfaces. • All painting to be done in accordance with the manufacturer's recommended procedures and the standard practices and procedures of the industry. • Project site must be left clean and free of construction debris at the end of each work day. • The contractor is responsible for assuring the correct color of pain is utilized. 5 Roof Repair: This section provides labor, material, equipment and tools to provide roof repair, thermal insulation, and surface sealants. Project site must be left clean and free of construction debris at the end of each work day. Roofing: Roof materials shall be installed in accordance with standard industry practices and procedures to provide a leak free installation. Shingle roofing systems shall be installed in accordance with the manufacturer's recommendations. Metal Roofing: Design, provide and install metal roof panels and all associated parts, pieces, accessories, anchors, subgirts, sheathing, minimum insulation R-19, trim, and flashing related to metal roof installation. Roofing may be standing seam corrugated or other configuration as indicated in the quote request. RFB No: 22-020 Page 14 of 36 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION — B STATEMENT OF WORK Built -Up Tar and Gravel: Built-up tar gravel shall consist of a conventional 4- ply built-up tar and gravel assembly applied in accordance with manufacturer's recommendation and industry standards and practices. Insulation: Insulation shall be provided to satisfy the requirements of Florida building code Chapter 13 unless directed otherwise. Caulking: All caulking shall be applied in accordance with the manufacturer's recommendations and industry standards and procedures to provide a continuous waterproof seal. All exterior caulking materials must be single component silicone rubber sealant and must be compatible with the substance involved to insure firm and continuous bonding between the surfaces for the entire length of the joint. All other caulking material may be one part polyurethane based, air -curing, sealant compound applied in accordance with the manufacturer's recommendations. Sealants: All building exterior wall sealants shall be clear silicone based products applied in accordance with the manufacturer's recommendations. 6 HVAC Repair: This section provides labor, material, equipment and tools to install and repair heating, air conditioning and ventilation. • All work must be done in accordance with the current standard practices and procedures of the industry or trade. • All controls must be seven day programmable thermostats with auto change over, programmable fan, with occupant lockout and temperature calibration. • Project site must be left clean and free of construction debris at the end of each work day. 7 Drywall Repair / Installation: This section provides labor, material, equipment and tools required to finish, install and repair drywall. • Drywall construction includes utilizing steel framing of furring members with gypsum board attached with screws for both walls and ceilings in accordance with the standard practices and procedures of the industry. • Provide fire -resistance rated assemblies as required, in accordance with the prevailing building codes. • Provide regular, type X, water resistant or tapered in thickness as indicated. • Project site must be left clean and free of construction debris at the end of each work day. • When applicable, wall texture is to match existing area. RFB No: 22-020 Page 15 of 36 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION — B STATEMENT OF WORK 8 Concrete Minor Repair / Installation: This section provides labor, material, equipment and tools for the forming and placement of concrete. • All work must meet or exceed all applicable codes. • Concrete/forming to include sidewalks, curbing, driveways and similar type of work. • Project site must be left clean and free of construction debris at the end of each working day. • All work must be performed in accordance with the current standard practices and procedures of the industry or trade. • Responsible for temporary traffic control at job site. 9 Window Repair / Replacement: This section provides labor, material, equipment and tools to install, repair and replace exterior windows with associated hardware, glass and glazing. • Provide windows in accordance with all code requirements including hurricane design. Safety glass must be provided when required by County Code. • Provide glass and glazing manufactured, fabricated, and install to withstand thermal movement, wind loading and impact loading to meet correct code without failure including loss or breakage of glass, failure of the sealants, or gaskets to remain watertight and airtight. • Provide certification for insulating glass. • All installations must be in accordance with standard practices and procedures for glazing and safety glazing. • Project site must be left clean and free of construction debris at the end of each work day. 10 Door Repair / Replacement: This section provides labor, material, equipment and tools to install wood, metal or composition, interior and exterior doors with the associated hardware. • Steel Doors — Provide steel doors and frames complying with steel door standard manufacturing procedures and practices including priming, painting, and mortised for door hardware as directed. • Wood Doors — Provide flush solid core wood doors with veneer faces mortised for door hardware as directed. Locksets shall be provided by owner. • Project site must be left clean and free of construction debris at the end of each work day. RFB No: 22-020 Page 16 of 36 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION — B STATEMENT OF WORK 11 Sod Installation / Replacement: This section provides labor, material, equipment and tools to install and replace sod at various locations throughout the City. All sod required for the completion of the work/project will be provided by the City. • All work must be performed in accordance with current standard practices and procedures of the industry or trade. • Project site must be left clean and free of debris at the end of each work day. 12 Asphalt / Road Repairs: This section provides labor, material, equipment and tools for the construction and replacement of asphalt road and stripping/pavement markings. • All work must meet or exceed all applicable codes. • Project site must be left clean and free of debris at the end of each work day. • All work must be performed in accordance with current standard practices and procedures of the industry or trade. • All road striping/pavement markings, if applicable, must be completed in a timely manner. • All MOT/TTC will be the responsibility of the respondent. • Permits required for the assigned work must be acquire prior to commencement of work. Proof of such permits must be provided. 2 — PROCEDURES FOR JOB SELECTION The City's Project Manager will select one company from the pre -qualified pool based on the needed job classification and provide the job requirements for a fixed cost estimate. The price provided under the job classification must include an estimated time of completion and materials (when applicable) to perform the work. The selected respondent must leave the worksite in neat and orderly fashion at the end of each work day. All wire, rubbish, scrap, etc., must be transported from the premises and must not be deposited in dumpsters owned by the City. The selected respondent must not proceed with any project until a purchase order has been issued. Selected respondents are cautioned to not obstruct means of emergency exit or entrances or disable life safety systems during the work/project. RFB No: 22-020 Page 17 of 36 DocuSign Envelope ID: 866D327E-E6FA-4798-A116-82A9387D1AB1 SECTION — B STATEMENT OF WORK 3 — CONTRACTOR SUPPLIED MATERIALS Materials purchased by the respondent and incorporated in the work/project will be reimbursed at invoice cost including any freight cost and excluding sales tax. A markup material will be paid on the invoice cost of the materials. The markup will be based on the material markup percentage specified in Section C of this solicitation. A copy of the invoice for products purchased by the respondent must accompany all invoices submitted to the Project Manager for proper payment. Failure to provide proof of purchase will result in no payment by the City. Materials from the respondent stock and incorporated into the work/project will be reimbursed at cost. The respondent may use either of the following methods for determining cost: a pre -approved price list or vendor's supplier's latest invoice. If the respondent supplier's latest invoice is used, the invoice must be dated prior to use of the material. If such an invoice is not applicable, either a written quotation from the supplier or the supplier's price list must be used to establish and substantiate the price. All materials purchased by the City will remain the property of the City. END OF SECTION — B RFB No: 22-020 Page 18 of 36