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