Loading...
1430 Mueller Services Co.k�a77 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM r' °I To: Mayor & City Clerk �Kl RE: Piggy Back Contract with Mueller Serves Co. the City and Seminole County Contract No. IFB 600770- 10 /GMG for Hydrant and Valve Maintenance, Repairs and Replacement Services. The item(s) noted below is /are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit ® Mayor's signature 4 Rend ring 1 ❑ Safe keeping (Vault) Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ® Return originals to Purchasing ❑ Return copies El Special Instructions: Please execute piggy back contract c° From TADept_ forms \City Clerk Transmittal Memo - 2009.doc ❑ Payment Bond ❑ City Manager Signature ® City Clerk Attest /Signature I-, s -, ZO // Date r SOA.� PurJ.�,o -524 �°A° 4 � Sa 000) •.i DOCUMENT APPROVAL Contract/Agreement Name Piggy Back Contract with Mueller Serves Co. the City and Seminole County Contract No. IFB 600770- 10 /GMG for Hydrant and Valve Maintenance, Repairs and Replacement Services Approval: P acing Manager _l j — Z �1 Date C. rt+A I "I, � 'L 40 Finance Di ctor Ct. - Date City A y Date C -1 0 VV Page 1 of 1 Porter, Cynthia From: Ordonez, Marisol Sent: Monday, October 03, 2011 1:54 PM To: Porter, Cynthia Subject: RE: Mueller Service Contract No, it wasn't because this contract is for small purchases it will not amount to $ 50,000 or higher. It will be less then the $10,000 threshold. Marisol Ordonez Purchasing Technician Tel 407.688.5030 main # 407.688.5000 email marisol.ordonez@,sanfordfl.gov website www.sanfordfl.gov Please note: City Hall new hours have changed from 7:30 am till 5 :30 pm Monday thru Thursday, Fridays our offices are close and observed Holidays. Energy flows where attention goes, give your attention to peace. "Dream as if you have forever. "Live as if you only have today." Live Simply - Love Generously - Care Deeply - Speak Kindly. Writer unknown! From: Porter, Cynthia Sent: Monday, October 03, 2011 1:42 PM To: Ordonez, Marisol Subject: Mueller Service Contract The above referenced doc was provided to me to attest. Jan previously wrote a note asking you when it was approved by the Commission. I don't see the approval date or a copy of the approved agenda memo. Please advise. Thanks. Cynthia Porter Deputy City Clerk City of Sanford 407.688.5012 407.688.5011 fax portercCa)-sanfordfl. gov Please note: Florida has a very broad public records law. Most written communications to or from state officials regarding City business are public records available to the public and media upon request. Your e -mail communications may be subject to public disclosure. 10/3/2011 Mueller Service Company 2004 Wood Court, Ste. C Phone: (813) 764 -8183 Plant City, FL 33563 Fax: (813) 764 -0704 www.muellerservicecompany.com Lmuell service Co ASSESSMENT • MAINTENANCE • INSTALLATION City of Sanford Attn: Marisol Ordonez 300 North Park Ave Sanford, FL 32771 Enclosed is an executed copy of the piggyback contract for Mueller Service Co. When fully executed by the City of Sanford, please send a copy to the below address. Sincerely, Shane Majetich Business Manager Mueller Service Co. 2004 Wood Court, Ste C Plant City, FL 33563 Phone 813.764.8183 x109 Fax 813.764.0704 Mueller Service Co., LLC Picimback Contract The City of Sanford ( "City ") enters this "Piggyback" Contract with Mueller Service Co., LLC (hereinafter referred to as the "Vendor "), under the terms and conditions hereinafter provided. The City and the Vendor agree as follows:::'{ 1. The Purchasing Policy for the City of Sanford allows for }� "piggybacking" contracts. Pursuant to this procedure, the City is allowed to U piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with Seminole County, said contract being identified as "Term Contract For Hydrant And Valve Maintenance, Repair And Replacement Services (IFB 600770- 10 /GMG" (said original contract being referred to as the "original government contract "). 2. The original government contract is incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein. 3. Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: a) Time Period ( "Term ") of this Contract: (state N/A if this is not applicable). N /A. b) Insurance Requirements of this Contract: (state N/A if this is not applicable). N /A. C) Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N /A. 1 d) Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he /she /it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Paul Moore, Utility Director, City of Sanford, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688 -5106, facsimile number (407) 688 -5091, and e-mail address is PAUL.MOORE @Sanfordfl.gov. e) Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. f) Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non - binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. 2 g) All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered this day of Attest: ._ .• Mize VP Finance Attest: jaRet y�City Clerk 0--j V V + - t.; h R, r r, C,- Approved as to form Iliam L. Colbert Ciity/A 6) cr , 2011. Mueller Service Co., LLC, a Delaware corporation, By President andeEE)-- -• Rogo President Date: - (/ t Z /I City Of Sanford By: Jeff Triplett, Date: 3 Exhibit "A" [Attach original government contract] CERTIFIED COPY MARYANNE MORSE: CLERK OF CIRCUIT COURT SEMINOLE MOITY. FLORIDA 'PERM CONTRACT FOR HYDRANT AND 'VALVE MAINTENANCE, REPAIR AND REPLACEMENT SERVICES (IFB- 600770- 10 /GMG) gY ( e -4 = DEPUTY ClE t THIS AGREEMENT is made and entered into this 2 flay of tl , 20 by and between 14UELLER SERVICE CO. 0 LLC; . duly authorized to conduct business in the State of Florida, whose address is. 2004 Wood Court, Suite C, Plant City, Florida 33563, hereinafter called "CONTRACTOR ", and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 2101 East First Street, Sanford, Florida 32771, hereinafter called "COUNTY ". W I T N E S SET H: WHEREAS, COUNTY desires to retain the services of a competent and qualified contractor to provide hydrant and valve maintenance, repair and replacement services to Seminole County; and WHEREAS, COUNTY has requested y and received expressions of interest for the retention of services of cn Victors; and WHEREAS, CONTRACTOR is competent and qualified to provide hydrant and valve maintenance, repair and replacement services to COUNTY and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, COUNTY and CONTRACTOR agree as follows: SECTION 1. SERVICES. COUNTY does hereby retain CONTRACTOR to furnish materials and services as further described in the Scope of Services attached hereto as Exhibit A and made a part hereof. CONTRACTOR shall also be bound by all requirements as contained in the solicitation package and all addenda there�o. Required materials and services shall be specifically enumerated, described and depicted in the Purchase Orders authorizing purchase of specific materials and services. This Agreement standing alone does not authorize the purchase of Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 1 of 17 materials and services or require COUN'T'Y to place any orders for work. SECTION 2. TERM. This Agreement shall take effect on the date of its execution by COUNTY and shall run for a period of three (3) years. At the sole option of COUNTY, this Agreement may be renewed for three (3) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement shall have no effect upon Purchase Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until delivery and acceptance of the materials and services authorized by the Purchase Order. SECTION 3. AUTHORIZATION FOR SERVICES. Authorization for provision of materials and services by CONTRACTOR under this Agreement shall be in the form of written Purchase Orders issued and executed by COUNTY. A sample Purchase Order is attached hereto as Exhibit B. Each Purchase Order shall describe the materials and services required and shall state the dates for delau of materials and services and establish the amount and method of payment. The Purchase Orders will be issued under and shall incorporate the terms of this Agreement. COUNTY makes no covenant or promise as to the number of available Purchase Orders or that CONTRACTOR will perform any Purchase Order for COUNTY during the life of this Agreement. COUNTY reserves the right to contract with other parties for the services contemplated by this Agree- ment when it is determined by COUNTY to be in the best interest of COUNTY to do so. SECTION 4. TIM FOR COMPLETION. The materials and services to be provided by CONTRACTOR shall be delivered, as specified in such Purchase. Orders as may be issued hereunder, within the time specified therein. SECTION 5. COMPENSATION. COUNTY agrees to compensate CONTRACTOR for the professional services called for under this Agreement on a Fixed Fee basis. When a Purchase Order is issued for a Fixed Fee basis, then Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 2 of 17 the applicable Purchase Order Fixed Fee amount shall include any and all reimbursable expenses. SECTION 6. PAYMENT AND BILLING. (a) CONTRACTOR shall supply all materials and services required by the Purchase Order; but in no event shall CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each Purchase Order. (b) For Purchase Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the amount due based on the percentage of total Purchase Order materials and services actually provided; but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) Payments shall be made by COUNTY to CONTRACTOR when requested as materials and services are furnished but not more than once monthly. Each Purchase Order shall be invoiced separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an itemized invoice, properly dated, describing any.ma-t�exhals and services provided,.the cost of the materials and services therein, the name and address of CONTRACTOR, Purchase Order Number, Contract Number and any other information required by this Agreement. The original invoice and one (1) copy shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 Two (2) copies of the invoice shall be sent to: Environmental Services Department 500 W. Lake Mary Boulevard Sanford, Florida 32773 (d) Payment shall be made after review and approval by COUNTY within thirty (30) days of receipt of a proper invoice from CONTRACTOR. SECTION 7. G ENERAL TERMS OF PAYMENT AND BILLING. (a) Upon satisfactory delivery of materials and.services required hereunder and upon acceptance of the materials and services by COUNTY, Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 3 of 17 t CONTRACTOR may invoice COUNTY for the full amount of compensation provided for under the terms of this Agreement less any amount already paid by COUNTY. COUNTY shall pay CONTRACTOR within thirty (30) days of receipt of proper invoice. (b) COUNTY may perform or have performed an audit of the records Of CONTRACTOR after final payment to support final payment hereunder. This audit would be performed at a time mutually agreeable to CONTRACTOR and COUNTY subsequent to the close of the final fiscal period in which the last materials and services are provided. Total compensation to CONTRACTOR may be determined subsequent to an audit as provided for herein and the total compensation so determined shall be used to calculate final payment to CONTRACTOR. Conduct of this audit shall not delay final payment as provided by subsection (a) of this Section. (c) CONTRACTOR agrees to maintain all books, documents, papers, accounting records and other evidence pertaining to materials and services provided under this Agre in such a manner as will readily conform to the terms of this Agreement and to make such materials available at CONTRACTOR's office at all reasonable times during the Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of Section. (d) In the event any audit or inspection conducted after final payment but within the period provided in paragraph (c) of this Section reveals any overpayment by COUNTY under the terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within thirty (30) days of notice by COUNTY. SECTION 8. RESPONSIBILITIES OF CONTRACTOR. Neither COUNTY Is review, approval or acceptance of, nor payment for any of the materials and services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 4 of 17 performance of this Agreement. CONTRACTOR shall be and always remain liable to COUNTY in accordance with applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or wrongful provision of any of the materials and services furnished under this Agreement. SECTION 9. TERMINATION. (a) COUNTY may, by written notice to CONTRACTOR terminate this Agreement or any Purchase Order issued hereunder, in whole or in part, at any time, either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its Agreement obligations. Upon receipt of such notice, CONTRACTOR shall immediately discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY all data, drawings, specifications, reports, estimates, summaries and any and all such other information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination 'for the convenience of COUNTY, CONTRACTOR shall be paid compensation for services performed to the date of termination. (c) If the termination is due to the failure of CONTRACTOR to fulfill its Agreement obligations,. COUNTY may take over the work and prosecute the same to completion by other agreements or otherwise. In such case, CONTRACTOR shall be liable to COUNTY for all reasonable additional costs occasioned to COUNTY thereby. CONTRACTOR shall not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of CONTRACTOR; provided, however, that CONTRACTOR shall be responsible and liable for the actions of its subcontractors, agents, employees and persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page , 5 of 17 and unusually severe weather; but in every case the failure to perform must be beyond the control and without any fault or negligence of CONTRACTOR. (d) If after notice of termination for failure to fulfill its Agreement obligations it is determined that CONTRACTOR had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of this Section. (e) The rights and remedies of COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. SECTION 10. AGREEMENT AND PURCHASE ORDER IN CONFLICT. Whenever the terms of this Agreement conflict with any Purchase Order issued pursuant to it, this Agreement shall prevail. ,- -,. SECTION 11. EQUAL OPPORTU{1TITYPLOYMENT. CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability or national origin and will take steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This provision shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. SECTION 12. NO CONTINGENT FEES. CONTRACTOR warrants that it has not employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 6 of 17 corporation, individual or firm other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY shall have the right to terminate the Agreement at its sole discretion, without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. SECTION 13. CONFLICT OF INTEREST. (a) CONTRACTOR agrees that it will not contract for or accept employment for the performance of any work or service with any individual, business, corporation or government unit that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY. (b) CONTRACTOR agrees that it will neither take any action nor engage in any conduct that would any COUNTY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. (c) In the event that CONTRACTOR causes or in any way promotes or encourages a COUNTY officer, employee or agent to violate Chapter 112, Florida Statutes, COUNTY shall have the right to terminate this - Agreement. SECTION 14. ASSIGMEENT. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered under any circumstances by the parties hereto without prior written consent of the other party and in such cases only by a document of equal dignity herewith. SECTION 15. SUBCONTRACTORS. In the event that CONTRACTOR, during the course of the work under this Agreement, requires the services of subcontractors or other professional associates in connection with Hydrant and Valve Maintenance,'Repair and Replacement Services IFB- 600770- 10 /GMG Page 7 of 17 services covered by this Agreement, CONTRACTOR must first secure the prior express written approval of COUNTY. If subcontractors or other professional associates are required in connection with the services covered by this Agreement, CONTRACTOR shall remain fully responsible for the services of subcontractors or other professional associates. SECTION 16. INDEMNIFICATION OF COUNTY. CONTRACTOR agrees to hold harmless and indemnify COUNTY and its commissioners, officers, employees and agents against any and all claims, losses, damages or lawsuits for damages arising from, allegedly arising from or related to the provision of services hereunder by CONTRACTOR. SECTION 17. INSURANCE. (a) GENERAL CONTRACTOR shall, at its own cost, procure the insurance required under this Section. (1) Prior to commencement of work pursuant to this Agreement; CONTRACTOR shall furnish COUNTY with a Certificate of ti Insurance signed by an author ,representative of the insurer evidencing the insurance required by this Section (Workers' Compensation /Employer's Liability, Commercial General Liability, and Business Auto). COUNTY and its officials, officers, and employees shall be named additional insured under the Commercial General Liability Policy. The Certificate of Insurance shall provide that COUNTY shall be - given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time' as the insurance is no longer required to be maintained by CONTRACTOR, CONTRACTOR shall. provide COUNTY with a renewal or replacement Certificate of Insurance not less than thirty (30) days before expiration or replacement of the insurance for which a previous certificate has been provided. (2) The Certificate shall contain a statement that it is being provided in accordance with the Agreement and that the insurance Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 8 of 17 is in full compliance with the requirements of the Agreement. In lieu of the statement on the Certificate, CONTRACTOR will at the option of COUNTY submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. (3) In addition to providing the Certificate of Insurance, if required by COUNTY, CONTRACTOR shall within thirty (30) days after receipt of the request provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by COUNTY nor failure to disapprove the insurance furnished by CONTRACTOR shall relieve CONTRACTOR of its full responsibility for performance of any obligation including CONTRACTOR indemnification of COUNTY under this Agreement. (b) INSURANCE COMPANY %, V7 �EMENTS Insurance companies �, providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies other than Workers' Compensation must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida. Policies for Workers' Compensation may be issued by companies authorized as a group self- insurer by Section 624.4621, Florida Statutes. (2) In addition, such companies other than those authorized by Section 624.4621, Florida Statutes, shall have and maintain a Best's Rating of "A -" or better and a Financial Size Category. of "VII" or better according to A.M. Best Company. Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 9 of 17 (3) If during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (i) lose its Certificate of Authority, (ii) no longer comply with Section 624.4621, Florida Statutes, or (iii) fail to maintain the requisite Best's Rating and 'Financial Size Category, CONTRACTOR shall, as soon as CONTRACTOR has knowledge of any such circumstance, immediately notify COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY CONTRACTOR shall be deemed to be in default of this Agreement. (c) SPECIFICATIONS Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall, at its sole expense, procure, maintain, and keep in force amounts and types of a� insurance conforming to the mWi'Tpm'� requirements set forth in this subsection. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by CONTRACTOR and shall be maintained in force until the Agreement completion date. The amounts and types of insurance shall conform to the following minimum requirements. (1) Workers' Compensation /Employer's Liability (A) CONTRACTOR's insurance shall cover CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation Policy as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. CONTRACTOR will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 10 of 17 CONTRACTOR and its subcontractors are outlined in subsection (c) below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: $100,000.00 (Each Accident) $100,000.00 (Disease - Policy Limit) $100,000.00 (Disease -Each Employee) (2) Commercial Generale,LIasbility (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be as follows General Aggregate Personal & Advertising Injury Limit Each Occurrence Limit LIMITS Three (3) Times the Each Occurrence Limit $300,000.00 $300,000.00 Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 20 /GMG Page 11 of 17 (3) Business Auto Policy (A) CONTRACTOR'S insurance shall cover CONTRACTOR for those sources of liability which would be covered by Part IV of the latest edition of the standard Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements. Coverage shall include owned, non - owned, and hired autos. (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be per- accident, combined single limit for bodily injury liability and property damage liability. It the coverage, is subject to an aggregate, CONTRACTOR shall maintain separate aggregate limits of coverage applicable to claims out of or in connection with the work under this Agreement. The separate aggregate limits to be maintained by CONTRACTOR shall be.a,minimum of three (3) times the per- accident limit required and shall �y separately to each policy year of part thereof. (C) The minimum amount of coverage under the Business Auto Policy shall be: LIMITS Each Occurrence Bodily $300,000.00 Injury and Property Damage Liability Combined (d) COVERAGE The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary basis and any other insurance or self - insurance maintained by COUNTY or COUNTY's officials, officers, or employees shall be excess of and not contributing with the insurance provided by or on behalf of CONTRACTOR. (e) OCCURRENCE BASIS The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be provided on an occurrence rather than a claims -made basis. Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 12 of 17 , (f) OBLIGATIONS Compliance with the foregoing insurance requirements shall not relieve CONTRACTOR, its employees, or its agents of liability from any obligation under a Section or any other portions of this Agreement. It shall also be the responsibility of CONTRACTOR to ensure that all of its subcontractors performing services under this Agreement are in compliance with the insurance requirements of this Agreement as defined above. SECTION 18. DISPUTE RESOLUTION. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY dispute resolution procedures prior to filing suit or otherwise pursuing legal remedies. COUNTY dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures," Seminole County Administrative Code. Contract claims include all controversies, except disputes addressed by .. A the "Prompt Payment Procedures," "isifi g under this Agreement within the wY , a: �d dispute resolution procedures set forth in. Section 8.1539, "Contract Claims," Seminole County Administrative Code. (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in COUNTY dispute resolution procedures set forth in subsection (a) above of which CONTRACTOR had knowledge and failed to present during COUNTY dispute resolution procedures. (c) In the event that COUNTY dispute resolution procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 13 of 17 SECTION 19. REPRESENTATIVES OF COUNTY AND CONTRACTOR. (a) It is recognized that questions in the day -to -day conduct of performance pursuant to this Agreement will arise. COUNTY, upon request by CONTRACTOR, will designate and advise CONTRACTOR in writing of one or more of its employees to whom all communications pertaining to the day- to-day conduct of this Agreement shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define COUNTY'S policy and decisions pertinent to the work covered by this Agreement. (b) CONTRACTOR shall at'all times during the normal work week designate or appoint one or more representatives who are authorized to act on behalf of and bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this'Agreement and shall keep COUNTY continually and effectively advised of such designation. SECTION °20. ALL PRIOR AGREEMENTS SUPERSEDED. This document incorporates and includes all :r%r negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. SECTION 21. MODIFICATIONS, AM MMMMTS, OR ALTERATIONS. No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. SECTION 22. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 14 of 17 parties, or as constituting CONTRACTOR (including its. officers, employees, and agents) as an agent, representative or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. SECTION 23. EMPLOYEE STATUS. Persons employed by CONTRACTOR in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment com- pensation, civil service or other employee rights or privileges, granted to COUNTY'S officers and employees either by operation of law or by COUNTY. SECTION 24. SERVICES NOT PROVIDED FOR. No claim for services furnished by CONTRACTOR not specifically provided for herein shall be honored by COUNTY. SECTION 25. PUBLIC RECORDS LAW. CONTRACTOR acknowledges COUNTY'S obligations under Article I. S45 i bii 24, Florida Constitution, and �- Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article I, Section 24, Florida Constitution, and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. SECTION 26. COMPLIANCE WITii LAWS AND REGULATIONS. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provisions of such services including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules or regulations shall constitute a material breach of this Agreement and shall entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 15 of 17 SECTION 27. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified. The place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to -wit: For COUNTY: Environmental Services Department 500 W. Lake Mary Boulevard Sanford, Florida 32773 For CONTRACTOR: Mueller Service Co., LLC 2004 Wood Court, Suite C Plant City, Florida 33563 SECTION 28. RIGHTS AT LAW RE'G'AINED. The rights and remedies of COUNTY provided for under thi'b A„ reement are in addition and supplemental to any other rights and remedies provided by law. (Signature Page Follows) Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 16 of 17 IN WITNESS WHEREOF,. the parties hereto have made and executed this Agreement on the date below written for execution by COUNTY. O uAt ' 91 1 '� CM tA Witness W i��C/ W/7 eW Print Name ATTEST: <-- Clerk to the Boatd of 'County Commiss ers of :emliole County, Florida. ?6x the use and reliance of Seminole County only. Approved as to form and legal stiff' ien County AT torney MUELLER SERVICE CO., LLC Title: 911u .1114o Printed Name: IS 1 e4 x - Date:_ BOARD Depute B DALLARI, Chairman :Date: 0 ;authorized for execution the Board of ounty Commissioners a die afy1 2 0 regular eting. Attachments: Exhibit A _ Scope of Services Exhibit B - Sample Purchase Order AEC /lpk /sjs 2/26/10, 5/20/10 Ps %VSera\Legal Secretary CSMFurchazirp 2010 \AQreeV+mte \M- 600770.d0c Hydrant and Valve Maintenance, Repair and Replacement Services IFB- 600770- 10 /GMG Page 17 of 17 URINT A Section 9 — General Description of Services The Seminole County Environmental Services Department (SCES) requires an experienced, licensed contractor to provide maintenance, repair and replacement parts and services for fire hydrants and valves (including associated fittings, restraints and pipe) on "as needed" basis at locations to be determined within the SCES Utility system. SCES will furnish the successful Contractor with the most recent copy of the distribution system atlas (either electronic, CD, or paper). The Contractor will be responsible for furnishing all materials, equipment and ancillary services to include line stops and wet tap necessary to complete the requested work as specified in the Scope of Services as follows: a. SCES Utility Engineering Specifications for Water Distribution System Construction. b. Seminole County Standards for applicable to public right of way improvements under County jurisdiction. C. FDOT Utility Accommodation Manual (2008 or latest addition) and FDOT Design Standards for Construction, Maintenance and Utility Operations on the State Highway System (2008 or latest addition). d. AWWA Standards for Maintenance, Repair, and Replacement of fire hydrants (M -17) and distribution system valves (M-44) (most applicable and latest addition). e. OSHA Standards as applied to associated work. Contractor's Response Time: Contractor shall be adequately staffed and equipped to respond to all aspects of the requested work within 24 hours, if required by SCES. Contractor's Personnel: The Contractor must employ and assign to every project, a Project Manager who will oversee the described work and who has a minimum of (5) year's continuous field and supervisory experience in all aspects of the described work. The Project Manager shall serve as a point of contact for all requested work, be responsible for coordinating and scheduling all requested work (including restoration) and be available (by phone, if not in person) while contractor work within SCES distribution system is underway. The Contractor shall assign a qualified and responsible Service Technician to-each- aspect of the requested work. At anytime-Contractor is. working within the SCES distribution system, notification shall be required with SCES SCADA operations center at 407.665.2767. All Service Technicians .shall be presentable and act professionally during the course of the workday. All Service Technicians shall wear a uniform shirt that identifies the Contractor by name. All service technicians shall arrive. at, and travel through the Utility system in a presentable service vehicle identified with the Contractors name and logo. Contractor's Equipment: The Contractor shall utilize and maintain all equipment in a safe and responsible manner. It is the responsibility of the Contractor to maintain all equipment so as to avoid any leaking of fuel, oil, and/or hydraulic fluid. If such leakage occurs, it shall be the responsibility of the Contractor to protect the environment and surrounding surfaces from contamination and/or damage. If said leakage is excessive or cannot be adequately contained, said equipment must cease to operate and be removed from job site. All Contractor service vehicles shall be maintained in a presentable manner and have the Contractor name and logo adequately .displayed. 2 IFB- 600770- 10 /GMG — Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Services 3 SCES Requirements for Work and Site Visit Management: Contractor personnel shall notify their assigned SCES representative each day, prior to beginning work within the County utility system. All contractor personnel shall display on their person a company identification badge that is clearly visible at chest level and not covered by clothing or other items. This badge must have the company name, company phone number, the individual's name and the individual's photo. In addition, SCES requires that the Contractor create a service call or job order ticket that shall have at a minimum, the following information: • Company name and contact information • Company job or work order number • SCES contact name and phone number • SCES job number and Seminole County purchase order number • Date /time of beginning and ending of work • Number of technicians • Work location and description of work to be performed • Detailed description of solution and /or work completed The contractor shall retain a copy and attach such to invoice when applying for payment. Hydrant Maintenance: Fire hydrant maintenance shall include the following procedures: • Locate and access each fire hydrant. • Locate access and exercise fire hydrant isolation valve. • Check fire hydrant nozzle height for correct ground clearance. • Indentify make, model, nozzle size and year of hydrant manufacture. • Lubricate operating nut (if appropriate for hydrant make /model) and all nozzle outlets with non - corrosive F.D.A. approved lubricant. • Open hydrant with nozzle caps in place to check for seal leakage. • Verify that hydrant main (bottom) valve completely closes. • Flow hydrant and record working pressure and calculate flow rate. • Record static pressure. • Re -attach hydrant nozzle caps. • Scrape, wire brush and paint hydrant (if applicable) appropriate color as directed by SCES. Paint shall be Sherwirt Williams Industrial Marine Coating paint, or approved equal. Paint shall be spray applied to minimum 4 mil dry coat thickness. • Obtain and record GPS site coordinates of hydrant (if applicable). • Document any operational deficiencies and /or miscellaneous findings. • Transfer all data from each hydrant location in "real time" to a central data base allowing for malfunctioning and /or out of service hydrants to be immediately reported to SCES. • Ali data shall be formatted to match the Utility data system and/or forms. Data shall be delivered to SCES as a PDF file with a CD back up. Upper Barrel Repair: An upper bonnet repair shall consist of repairing and /or replacing all necessary components within the upper portions of the hydrant, from the top of operating nut downwards to the top of the break away (upper barrel) flange, in order to return hydrant to working order. Hydrant rotation shall also be considered as an upper barrel repair. Lower Barrel Repair: A lower barrel repair shall consist of repairing and /or replacing all necessary components within the lower portions of the hydrant from the top of the break away IFB- 600770- 10 /GMG —Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Services 4 (upper barrel) flange to the bottom of the hydrant foot valve in order to return hydrant to working order. Valve Maintenance: Valve maintenance shall include the following procedures: • Locate and access each valve. • Raise valve box to grade (if applicable). • Align valve box to vertical position (if located outside of pavement). • Clean debris and standing water from valve box. • Operate valve from open to close and back to open position for (2) complete cycles. • Obtain and record GPS coordinates of valve. • Paint valve box blue. • Mark curve with" V" marking • Document all pertinent data including location, type, and size of valve, direction of rotation to open position, number of turns to full open position, degree of operating difficulty, and noted deficiencies and /or miscellaneous findings. Additional attributes to collect may be specified by the SCES. • Transfer all data from each valve location in "real time" to a central data base allowing for malfunctioning, broken and /or closed valves to be immediately reported to the Utility. All data shall be formatted to match the SCES data system and/or forms. Data shall be delivered to the SCES in a database compatible with SCES' ArcGIS system. GPS Mapping: All the water distribution valves and fire hydrants encountered in this contract are to be GPS mapped within sub -meter accuracy and the data delivered in a database compatible with SCES' ArcGIS system software. Coordinate data shall be field collected with autonomous GPS readings and subsequently differentially corrected via post - processing. The contractor shall further refine positions through filtering and inspection to eliminate noise, problematic satellite geometry and multi -path degradation. Point valve features shall be collected at an epoch of 1 second with a minimum occupation of 20 seconds. Specific parameters include: • Elevation mask: 15 degrees above the horizon • Coordinate system: as agreed with NAD 1983 State Plane Florida EAST • Satellites: >= 4 • Position Dilution. of Precision (POOP): <6 • Horizontal Dilution of Precision (HOOP): <4 . • Minimum number of raw positions collected: 20 • In the event of obstructions - where a clear GPS position cannot be captured - a laser offset will be executed from a nearby location. At a minimum, and in addition to database attribute requirements, the following coordinate data items shall be generated as a result of this process. • PDOP value • HDOP value • Correction Status • Date Recorded • Time Recorded • Total Positions • Filtered Positions IFB- 600770- 10 /GMG — Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Services S • Horizontal Precision • Vertical Precision • Standard Deviation • cor File Name • X- coordinate • Y- coordinate Documentation: Documentation data will be collected on each distribution valve and/or hydrant and will be agreed upon, and compatible with Seminole County's Arc Map (ESRI) Software County in advance of work startup. Data documentation will include, at a minimum: a) Physical data - Identification (10) number, map number, valve size, type of valve, use of valve, valve structure, depth of valve, number of turns, torque, if clean out was necessary, valve discrepancies (by category and details), box/vault discrepancies (by category and details), additional physical information as necessary. b) Location data - Mapping grade GPS coordinate data parameters noted in the "GPS mapping section. C) Discrepancies - Details on discrepancies so that a work order (as described below) can be concisely created. Deliverable Database: The Contractor will provide applicable hydrant and valve data in a spatially accurate format compliant with SCES' ArcGIS system and the County's existing data structure. Contractor shall be able to fully integrate data into ESRI and also torque chart data shall be integrated into the SCES' ArcGIS system. Metadata, including a detailed citation describing field data collection practices, equipment settings, post processing procedures, base stations used for differential correction and expected accuracy, are to be submitted with final and interim data deliveries. The database shall contain the information agreed to by SCES and at a minimum the following attribute data: • A unique identification number -Torque chart for large valves • Data Dictionary -Valve Condition (operable, inoperable) • Source Document Reference -Valve discrepancies • Date of Operation - Structure discrepancies • Valve Size -PDOP value • Valve Type -HDOP value Obstructed GPS data shall be obtained through laser offset method. The Contractor shall employ and designate a qualified Quality Control Manager who shall be responsible for re- inspection of all field processed data if it falls outside of tolerances. All such data shall be re- collected. The Quality Control Manager shall also be responsible of random sampling of not less than 10% of the total contract value. This will provide quality assurance of all physical aspects of the service and validation of all data attributes collected. Hydrant and/or Valve Replacement and Installation: Hydrant and valve replacement and/or new installation work described in this solicitation package (see Price Schedule) shall be "all inclusive ". The line item pricing of such work shall include the following: I FB- 600770- 10 /GMG — Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Services Pre work job Site investigation • Obtaining all utility and/or Right of Way (ROW) locates • Notification of effected customers (with exception of partial water system shut down) • Job site safety and MOT • Site excavation (typical <48" bury to bottom of pipe) • Furnish and install all necessary materials to successfully complete the job • Furnish and competently operate all necessary equipment to successfully complete the job. • Furnish and manage all necessary competent labor to successfully complete the job • Excavation backfill and compaction • Removal of all remaining spoil, materials and waste Work in Utility Easement/ Right of Way (ROW) and Existing Utilities / ROW Improvements: The Contractor shall be responsible for obtaining all Utility Locates through, and in accordance with "Sunshine State One Call of Florida" (SSOCOF) Excavation Guide (2007 or latest addition). The Contractor shall take all possible precautions and be responsible for protecting all underground utilities and other improvements within the utility easement and /or ROW. The Contractor shall promptly notify SCES of any conflicts with existing utilities that may impact said work or of any damage to existing utilities that occurs as a result of said work. The Contractor shall be responsible for obtaining and adhering to all applicable Maintenance of Traffic (MOT) and /or Right of Way permits as required by Seminole.County and/or the State of Florida Department of Transportation (FDOT). Job Site Management: The Contractor shall set up, manage and restore each job site in a responsible manner that includes but is not necessarily limited to Maintenance of Traffic (MOT), pedestrian safety, and property protection. At no time during active progress of work shall the Contractor leave the job site unattended. The Contractor must request and gain approval from SCES for any specific job site work that may extend past one work day. If approval is granted, all excavated areas must be backfilled and enclosed with safety mesh and proper MOT activated at end of each work day. Each job site (regardless of duration of work) must be maintained at all times in a responsible manner that does not unduly impact the 'surrounding areas and allows for adequate ingress /egress from properties affected. Any and all road and /or ingress /egress closures must be approved by the SCES in advance of work. The contractor shall present a contingency plan for such closures at time of approval request. Upon completion of work, the contractor shall backfill and compact affected areas in addition to clean up and removal of any accumulated dirt and /or rubble from job site. It shall be the ultimate responsibility of the Contractor to restore the Utility easement and/or right of way to pre - excavated condition. All restoration activities including irrigation system repairs shall be the responsibility of the contractor (reference Restoration and Contractor Pass Through section of this document). Restoration and Contractor Pass- Throuah Charges: Certain services shall be considered as "Pass - Through" charges. These charges are interrupted to mean sub - contractor invoice total plus 10% administration and management cost. These services include landscape restoration (excluding irrigation repairs), asphalt restoration, concrete restoration, de- watering (well points) services, extended MOT services and law enforcement presence during work activities. Prior to "Notice to Proceed ", the Contractor shall obtain (3) separate quotes for each of the said sub - contracting activities (excluding de- watering, MOT and law enforcement as these services are site specific) and present to the SCES a recommendation of award for each IFB- 600770- 10 /GMG — Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Services VI service. The acceptance of this recommendation will be at the discretion of SCES. If the recommendation is not accepted, the SCES will assign a sub - contractor of their choice to perform such activities. The SCES reserves the right to perform any and all of these pass through activities to avoid the additional pass through charges. If this right is exercised by SCES, the responsibility for such work will be removed from the Contractor. Warranty: In order to insure fire hydrant and valve repair, replacement and installation meets the performance guaranteed by the manufacturer and retain warranties, the contractor shall guarantee all workmanship and materials for all described work for a period of one (1) year from the date of installation or repair. I FB- 600770- 10 /GMG — Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Services Section 4 - Price Schedule (Revised per Addendum #3) PROJECT: Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Farts and Services COUNTY CONTRACT NO. IFB- 600770 -10 /GMG Name of Bidder: Mueller Service Co., LLC Mailing Address: 20 wood court suite c Street Address: 2004 wood court Suite c City /State/Zip: Plant city, F1, 33563 Phone Number: e ( 13 ) 764 -8183 FAX Number: 8 ( 13 i 764 -0704 Pursuant to and in compliance with the Invitation for Bid, and the other documents relating thereto, the undersigned Bidder, having familiarized himself with the terns of the Contract Documents, and the cost of the Work, hereby proposes and agrees to deliver materials /services in a workmanlike manner and in strict conformity with Contract Documents, including Addenda Nos. z through 5 , on file at the Purchasing and Contracts Division for the amount hereinafter set forth. The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any person, firm or corporation; and he proposes and agrees, if the bid is accepted, that he/she will execute an Agreement with the COUNTY in the form set forth in the Contract Documents; that he /she will furnish the Insurance Certificates. TOTAL AMOUNT OF BID: Sae 3s V� Note: Costs to include all labor, materials, transportation, coordination, and incidental necessary to perform the work. Total amount of bid will be utilized for estimating purposes only. Price evaluation will be based mainly on the products and services that will be procured on a more frequent basis, consisting of most of the items in Groups A and B, and Item C-4 of Group C. IFB- 600770 -10 /GM0 - Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Parts and Services - Addendum #3 GROUP A — HYDRANT SERVICES ITEM DESCRIPTION UNIT PRICE Al H drant Maintenance includes scrape, wire brush and paint) $ 47. oo A2 H drant Maintenance without scrape, wire brush and paint) $ 43.52 each A3 Scra a wire brush and aint h drant only no maintenance $ 29.38 each each A4 Furnish and attach hydrant 1. D. to with required information $ 12.00 each A5 Furnish and install reflective road marker A6 Bonnet and /or break away flange bolt replacement $ $ 10.00 32.50 each A7 Upper Barrel Repair $ 309.10 each each A8 Lower Barrel Repair $ 480.95 each A9 Hydrant extension 6' $ 518.95 each A9a Hydrant extension 12" $ 577.8 A9b H drant extension 18" each Al0 Replace typical bury (48 ") hydrant on functioning and restrained Isolation valve $ each (includes excavation, materials, backfill and compaction). IMII not require a shut down or line stop. All Replace typical bury (48 ") hydrant and "tie -back" unrestrained isolation valve $ 2606.55 each providing valve is mechanical joint and not "push on" (includes excavation, materials, backfill and compaction) Will not reciulre a shut down or line stop. $ 2876.05 each Al2 Replace typical bury (48 ") hydrant and (or install) isolation valve on existing restrained MJ tee (includes excavation, materials, backfill and compaction) Will require a shut down or line stop required 3441.3 A13 3 $ 0 each Replace typical bury (48 ") hydrant, isolation valve, and tee (includes excavation, 'Al materials, compaction). Will require a shutdown or line stop required backfill and 3a With 6" x 6" tee $ Al 3b With 6" x 8" tee 4282.25 each Al 3c With 6" x 10" tee $ 4510.25 each Al3d With 6" x 12" tee $ 4732.20 each Al 3e With 6" x 14" tee $ 5027.30 each Al 3f With 6" x 16" tee $ 5665.00 each Al3g With 6" x 20" tee $ 6682.50 each A13h With 6" x 24" tee $ 7542.25 each A14 Install new hydrant and isolation valve on existing ical 48" bury water main $ 8305.10 each With 6" x 6" wet tap $ I Al4a A14b With 6" x 8" wet to $ 3766.80 each A14c With 6" x 10" wet to $ 3825.40 each A14d Wit h 6" x 12" wet to 4037.10 each Al4e With 6" x 14" wet to $ 4270.5 each A14f With 6p x 16 wet tap $ 4529.665 each Al4 $ With 6 x 20 wet to 4790.18 each A14h With 6" x 24" wet to $ 5448.70 each A15 $ 5551.30 Abandon existing hydrant and isolation valve in place below ground (includes $ 444.00 each materials, excavation, backfill and compaction each Company Name: Muell service co., LLC IFB- 600770- 10 /GMG — Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Parts and Services — Addendum #3 Optional cost (including any additional materials, excavation, backffil and compaction) to Line items A90 through A94, if applicable. Otherwise, please state N/A A16 Installation of h Brant other than typical 48" bury $ 463.45 / 6 "increment A17 If h Brant set is mare than 6' awa from centerline of tee $ 23.46 !lf A18 If h drant set includes restrained 6" MJ bend !sl s.as GROUP B — VALVE SERVICES B1 Valve maintenance includes sub -meter GPS location)$ B2 Valve maintenance includes sub -foot GPS location 40. is each B3 Valve maintenance without GPS location $ 40.68 each $ 37.50 B4 Raise valve box to grade <12" depth (excluding concrete areas and vehicular . each $ 31.12 arteries each 85 Raise valve box to grade <12" depth in concrete areas and vehicular arteries $ 69.97 86 Raise valve box to grade (or replace valve box) >12" depth each but <42" depth in concrete areas and vehicular arteries $ each 1 7 Raise valve box to grade (or replace valve box) >12" depth 99.60 but <48" depth in concrete areas and vehicular arteries $ 155.10 each B8 Replace existing 2" valve w/ resilient wedge gate. valve on "dry" pipe $ assume 48" bury, includes excavation materials, backfill and com action 511.75 each 69 Replace existing 4" valve w/ resilient wedge gate valve on "dry" pipe $ assume 48" bu ,includes excavation materials, backfill and compaction 12 each B10 Replace existing 6" valve w/ resilient wedge gate valve on "dry" pipe assume 48" bury, includes excavation, materials backfill and compaction) $ 14a7.6o each 811 Replace existing 8" valve w/ resilient wedge gate valve on "dry" pipe $ assume 48 bu ,includes excavation materials, backfill and compaction) 1989.05 each B12 Replace existing 10" valve w/ resilient wedge gate valve on "dry" pipe $ assume 48" bury, includes excavation, materials, backfill and compaction 2793.55 each B13 Replace existing 12" valve w/ resilient wedge gate valve on "dry" pipe $ assume 48" burv. includes excavation, materials, backfill and compaction 3439.40 each 814 Replace existing 14" valve w/ resilient wedge gate valve on "dry" pipe $ 6015.80 assume 48" bury, includes excavation, materials, backfill and com action each B15 Replace existing 16" valve w/ resilient wedge.gate valve on "dry" pipe $ assume 48" Kv on., includes excavation, materials, backfill and compaction 7043.40 each B16 Replace existing 20" valve w/ resilient wedge gate valve on "dry" pipe $ assume 48" him., includes excavation materials, backfill and compaction 12,357.4 0 each 617 Replace existing 24" valve w/ resilient wedge gate valve on "dry" pipe $ assume 48" bu includes excavation, materials, backfill and compaction) e 17, 053.90 each Company Name Mu eller Service Co., LLc IFB- 600770- 10 /GMG — Tenn Contract for Hydrant and Valve Maintenance, Repair and Replacement Parts and Services — Addendum #3 NOTE: The following five (6) line items Involve Insertion valves. Approved insertion valves must match the number of turns of C — ANCILLARY SERVICES (ADD TO ANY OF THE ABOVE HYDRANT AND /OR VALVE a standard AWWA gate valve, meet AWWA C-609 material standards, including ductile iron valve body, and have a minimum 250 psi rating. Approved insertion valves include the E -Z Valve as manufactured by Advanced Valve Technologies Required use of Ductile Iron pipe In lieu of C -900 PVC approved equal). (or B18 Installation of 4" insertion valve (assume 48" bury, includes excavation, materials, $ 3990.4 backfill and compaction 6 each B19 Installation of 6" insertion valve (assume 48" bury, includes excavati on, $ 6 inch com materials, backfill and com action 4225.10 each B20 Installation of 8" insertion valve (assume 48" bury, includes excavation, $ materials, backfill and com action 4510.10 each B21 Installation of 10" insertion valve (assume 48" bury , includes excavation, $ C 1 d 5796.40 materials backfill and com action each B22 Installation me of 12" insertion valve (assu 48" bury, includes excavation, materials, backfill and comoactinni $ 6786.36. each GROUP SCENARIOS C — ANCILLARY SERVICES (ADD TO ANY OF THE ABOVE HYDRANT AND /OR VALVE IF APPLICABLE C1 Required use of Ductile Iron pipe In lieu of C -900 PVC pipe. cost to Include an additional labor materials excavation, backfill and C1a 6 inch com action C1b 8 inch C1c 10 inch C 1 d 12 inch C1e 14 inch $ 13.8s C1f 16 inch $ 21.29 C1 20 inch $ 20.40 C1h 24 inch $ 24.29 C2 Line stop services C2a includes materials, excavation on <48" bu to bottom of 1 e, backfill /com 4" line sto SS fittin action C2b 4" line sto a ox fittin $ 2091.36 C2c 6" line st0 SS fittin $ 2091.35 C2d 6" line sto e o fittin $ 2520.45 C2e 8" line sto SS fittin $ 2282.00 C2f 10" line sto SS fittin $ 2994.50 C2 12" line sto e o fittin $ 3867.25 C2h 14" line sto e o fittin $ 3644.00 C2i 16" line sto e o fittin $ 4616.50 C2 20" line sto e o fittin $ 4920.5() C2k 24" line stun (P_nnYv fi#inn $ 6131.50 company Name Mueller service Co. , LLc if if if If If each each each each each each each each each IFB- 600770- 10 /GMG — Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Parts and Services — Addendum #3 C3 Dissimilar O.D. pipe connection for PVC DIP Cl and AC pipe onl C3a 6 inch Cab 8 inch $ 180.50 each C3c 10 inch $ 190.95 each C3d 12 inch $ 228.00 each C3e 14 inch $ 254.60 each C3# 16 inch $ 81.8.90 each C3 18 inch $ 829:35 each C3h 20 inch $ 876.85 each C3i 24 inch $ 940.50 each $ 788.50 each C4 Additional excavation, backfill and compaction on any lines > 48" to bottom $ 75. oo cubic yard OT pipe or for exploratory excavation and/ or any other extenuating circumstance re uires re -a roval from SCES C6 Leak sounding at each hydrant and /or valve $ 15.00 each C6 By-pass pi In in con unction with double line stop single line stop orby-pass wet tap. C6a 4" b - ass piping $ 12.00 if C6b 6" b — ass i in $ 13 . oo If Company Name Mueller Service Co., LLC lFB- 600770- 10 /GMG — Term Contract for Hydrant and Valve Maintenance, Repair and Replacement Parts and Services — Addendum #3 Board of County Commissioners Seminole County, Florida ORDER P 1 FLORIDA SALES: s9- 11- 039995-53c FEDOW.. 59- 74-M3K age EXHIBIT" B ORDER NUMBER: SUBMIT ALL IM/diCEs IN DtIPtJCATE To: CLERK - B.G.C. FINANCE DIVISION POST OFFICE BOX 8080 PURCHASING AND CONTRACTS DIVISION - AUTHORIZED SIGNATURE SANFORD, FL 32772 -0869 Accts. Payable Inquiries - Phone (407) WS -T661 for: SEMINOLE COUNTY BOARD OF COUNTY COMMISSONERS , -- MR NQUIrT; FtFGAPT GT:I S ORDER. CC.1T„CT: tA til 1 1