Loading...
1530 Killebrew Inc RFQ 11/12-02Thursday, September 13, 2012 PURCHASING DEPARTMENT C� TRANSMITTAL MEMORANDUM i TO: City Clerk and r t`'�� �• RE Killebrew Inc Contract RFQ 11/12 -02 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 ❑ Maintenance Bond ❑ Ordinance ❑ Performance Bond ❑ Resolution Once completed, please: ® Return originals to Purchasing ❑ Return copies Special Instructions: Execute contract .... Marisol Ordofiez Froln Mayor's signature Safe keeping (Vault) )Ie l iI_lq Payment Bond City Manager Signature City Clerk Attest/Signature q l � 3 ao7,::�- Date TADept_forms \City Clerk Transmittal Memo - 2009.doc c- <i PROJECT NO. RFQ 11/12 -02 SECTION 00520 AGREEMENT FORM PART 1 GENERAL 1.01 THIS AGREEMENT, made and entered into the /0r day of � c2 0 � by and between the City of Sanford, Florida, 300 North Park Avenue, Sanford, Florida 32771, a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" (also referred to as "OWNER ") and Killebrew, Inc. whose principal and local address is P.O. Box 6258 (2830 Winter Lake Road), Lakeland, Florida 33807 hereinafter referred to as to as the "CONTRACTOR ". The CITY and the CONTRACTOR are collectively referred to herein as the Parties. 1.02 The Owner and Contractor Agree as Follows: A. Contract Documents The Contract Documents include the Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the General Conditions, the Supplementary Conditions, the Specifications listed in the Index to the Project Manual, any technical specifications as incorporated by the Project Manual; the Drawings as listed in the Project Manual, all Written Amendments, Change Orders, Work Change Directives, Field Orders, and Engineer's written interpretations and clarifications issued on or after the Effective Date of this Agreement. These form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. B. Scope of Work The Contractor shall provide and furnish all of the necessary labor, supervision, material, tools, expendable and permanent equipment, and all utility and transportation services required to perform and complete in a workmanlike manner, all of the work described as: City Of Sanford Water Quality Improvement Project (CIP) for the City of Sanford, Florida. All work shall be performed in strict accordance with the Drawings & Specifications prepared by the City of Sanford Utility Division, hereinafter called the Engineer, and in strict compliance with the Contractor's Proposal as accepted, including any amendments agreed upon at the time of execution of this Agreement, and with the other Contract Documents herein mentioned which are a part of this Agreement. As invoices are submitted for linear feet of pipe rehabilitation work completed, the City of Sanford will only pay for completed work including the disturbed area rehabilitation. 00520 -1 7/11 PROJECT NO. RFQ 11/12 -02 C. Contract Time Work under this Agreement shall be commenced within thirty (30) days after issuance of written Notice to Proceed, and shall be completed within three Hundred and Sixty (360) calendar days from commencement of construction date to Substantial Completion from the issuance of the written Notice to Proceed with an additional fifteen (15) calendar days to Final Completion. D. Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER one thousand and no /100ths dollars ($1,000.00) for each calendar day that expires after the time specified in Paragraph C for substantial completion until the work is substantially complete. It is agreed that if this Work is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one -fourth ( %) of the rate set forth above. E. Contract Price Unit Price Contract The Owner will pay the Contractor in current funds for the performance of the work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions, and subject to actual constructed quantities; the Total Contract Price will be addressed thru a Work Order. Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. All work must be completed within the specifications and documentations which include but not limited to dewatering, excavation, sheeting, shoring, bracing, installation of water main consisting of mainline, fittings, valves, hydrants, restraint, disinfection, bacteriological, leakage testing along with suitable backfill, compaction, density testing, and surface restoration. F. City of Sanford Tax Recovery The CONTRACTOR shall cooperate with the CITY in the implementation of the CITY's tax recovery program and, to that end, the CITY may make purchases directly under its purchase order processes relative to various materials, supplies and equipment that may be part of the services provided under this Agreement. The CONTRACTOR hereby recognizes the right of the CITY to engage in tax recovery/savings through direct purchases. 00520 -2 7111 PROJECT NO. RFQ 11/12 -02 G. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. H. Retainage In accordance with the provisions of the State of Florida Local Government Prompt Payment Act, the value of each application for payment shall be equal to the total value of the Work performed to date, less an amount retained, and less payments previously made and amounts withheld in accordance with the General Conditions and Supplementary Conditions. Retainage for this project is 10 %, to be held by Owner as collateral security to ensure completion of Work. When the Work is 50 percent complete, defined as being 50 percent complete based on the construction progress schedule as updated during construction, and expenditure of at least 50 percent of the total updated construction cost, retainage shall be reduced in accordance with State law. Contract Documents The Agreement comprises the Contract Document listed herein. In the event that any provision of one Contract Document conflicts with the provisions of another Contract Document, the provision in that Contract Document first listed below shall govern, except as otherwise specifically stated: a. Agreement (this instrument); b. Change Orders; C. Any and all addenda to Bid and Contract Documents; d. Proposal; e. Instructions for Bidders and all CITY bid documents; f. Detailed Specification Requirements; g. Drawings; h. General Conditions; i. Advertisement; j. Performance and Payment Bonds; k. Proposal Guaranty. Additional Terms and Conditions The CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide professional and high quality goods and /or services to the CITY by means of employees who are neat in appearance and of polite demeanor. 2. All submissions submitted by the CONTRACTOR in the proposals /bid submitted to the CITY are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. 00520 -3 7/11 PROJECT NO. RFQ 11/12 -02 3. The CONTRACTOR acknowledges that the CITY may retain other goods and /or service providers to provide the same goods and /or services for CITY projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other goods and /or service providers for CITY projects. The CITY reserves the right to select which goods and /or services provider shall provide goods and /or services for the CITY's projects. 4. The CONTRACTOR agrees to provide and ensure coordination between goods /services providers. 5. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he /she /they is /are authorized to bind the CONTRACTOR fully to the terms of this Agreement. 6. The CONTRACTOR hereby guarantees the CITY that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. 7. 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 parties, or as constituting the CONTRACTOR (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. 8. Persons employed by the CONTRACTOR in the provision and performance of the goods and /or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY's officers and employees either by operation of law or by the CITY. 9. No claim for goods and /or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the CITY. 10. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and /or services to be provided and /or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and /or 00520 -4 7111 PROJECT NO. RFQ 11/12 -02 goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. 11. Quality, Professional Standards, and Security Requirements a. Under this paragraph 11, the term "CONTRACTOR's employees" shall include CONTRACTOR'S agents, employees and subcontractors extending to subcontractors' agents and employees. b. The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the CONTRACTOR under any Agreement resulting from this solicitation. The City reserves the right to require all CONTRACTOR employees, when on City property or work sites, to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. The CITY reserves the right to require the CONTRACTOR to provide to the CITY a list of employees working on the project. Also, the list shall include employee working days, times and assignments within forty -eight (48) hours of the CITY's written request for such information. This information will be reviewed, screened and verified by the CITY, prior to the employees of the CONTRACTOR entering the CITY's premises and /or work sites. d. The CONTRACTOR shall comply with Section 2 -67 of the Sanford City Code as it relates to security screenings of private contractors and employees of private contractors. The CONTRACTOR shall cause each person found by the City Commission to be functioning in a position critical to the security and /or public safety of the CITY by reason of access to any publicly owned or operated facility to undergo the following inquiries and procedures conducted by the CITY: 1) Fingerprinting in accordance with the CITY's pre - employment procedures; 2) Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation; and 3) Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. e. Such confidential information shall be used by the CITY to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the CITY may 00520 -5 7/11 PROJECT NO. RFQ 11/12 -02 request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial driver's license or CDL, or other operator's license) for employees of the CONTRACTOR and /or subcontractors that may work on the CITY's premises in positions found by the City Commission to be critical to the security and /or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the affected employees. If an employee refuses to authorize the release of their address, social security number and /or licenses they shall not be allowed to work or continue to work in such critical positions. The CONTRACTOR shall work closely with the CITY on all aspects of the provision of the goods and /or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his /her /its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The CONTRACTOR's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. 12. Neither the CITY's review, approval or acceptance of, nor payment for, any of the goods and /or 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 performance of this Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONTRACTOR negligent or improper performance or failure to perform any of the goods and /or services furnished under this Agreement. 13. The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 14. Time is of the essence in the performance of all goods and /or services provided by the CONTRACTOR under the terms of this Agreement. 15. Invoices, which are in an acceptable form to the CITY and without disputable items, which are received by the CITY, will be processed for payment within thirty (30) days of receipt by the CITY. 00520 -6 7/11 PROJECT NO. RFQ 11/12 -02 16. The CONTRACTOR will be notified of any disputable items contained in invoices submitted by the CONTRACTOR within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. 17. The CITY and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR's invoices. 18. Each invoice shall reference this Agreement, the appropriate billing period. 19. The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and /or services referenced in an invoice. 20. Invoices are to be forwarded directly the City's designated CEI representative, as identifed at the preconstruction meeting, for review and processing. 21. CITY designates the City Manager or his /her designated representative, to represent the CITY in all matters pertaining to and arising from the work and the performance of this Agreement. 22. The City Manager, or his /her designated representative, shall have the following responsibilities: a. Examination of all work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the CONTRACTOR; b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Agreement; C. Giving prompt written notice to the CONTRACTOR whenever the CITY official representative knows of a defect or change necessary in the project; and d. Coordinating and managing the CONTRACTOR's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. 23. Until further notice from the City Manager the designated representative for this Agreement is: Migdalia Hernandez, Water Resources Engineer Utility Department City of Sanford P.O. Box 1788 Sanford, Florida 32772 24. CITY may terminate this Agreement for convenience at any time or for any one (1) or more of the reasons as follows: 00520 -7 7111 PROJECT NO. RFQ 11/12 -02 a. If, in the CITY's opinion, adequate progress is not being made by the CONTRACTOR due to the CONTRACTOR's failure to perform; or b. If, in the CITY's opinion, the quality of the goods and /or services provided by the CONTRACTOR is /are not in conformance with commonly accepted professional standards, standards of the CITY, and the requirements of Federal and /or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a timely manner as reasonably determined by the CITY; or C. The CONTRACTOR, or any employee or agent of the CONTRACTOR, is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any work that has been performed by the CONTRACTOR; or d. The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or e. The CONTRACTOR violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the CITY's Code of Conduct. 25. In the event of any of the causes of termination, the CITY's designated representative may send a certified letter to the CONTRACTOR requesting that the CONTRACTOR show cause why the Agreement should not be terminated. If assurance satisfactory to the CITY of corrective measures to be made within a reasonable time is not given to the CITY within seven (7) calendar days of the date of the letter, the CITY may consider the CONTRACTOR to be in default, and may then immediately terminate this Agreement. 26. In the event that this Agreement is terminated for cause and it is later determined that the cause does not exist, then this Agreement or the PurchaseMork Order shall be deemed terminated for convenience by the CITY and the CITY shall have the right to so terminate this Agreement without any recourse by the CONTRACTOR. 27. The CONTRACTOR may terminate this Agreement only if the CITY fails to pay the CONTRACTOR in accordance with this Agreement. 28. Notwithstanding any other provision of this Agreement, the CITY shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the CITY to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the CONTRACTOR shall have ten (10) days to correct same or to request, in writing, a hearing. Failure of the CONTRACTOR to remedy said specified items of deficiency or default in the notice by either the CITY's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the CITY shall be relieved of any and 00520 -8 7111 PROJECT NO. RFQ 11/12 -02 all responsibilities and liabilities under the terms and provisions of the Agreement. 29. The CITY shall have the right to terminate this Agreement without cause with a sixty (60) day written notice to the other party. The CITY reserves the right to terminate any Agreement for cause with a five (5) day written notice to the CONTRACTOR. Notice shall be served to the parties as specified in the Agreement. 30. In the event that this Agreement is terminated, the CITY shall identify any specific work to be continued to completion pursuant to the provisions of this Agreement. 31. In the event that after the CITY termination for cause for failure of the CONTRACTOR to fulfill its obligations under this Agreement it is found that the CONTRACTOR has not so failed, the termination shall be deemed to have been for convenience and without cause. 32. In the event this Agreement is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services provided by the CONTRACTOR to the date of termination and any additional services shall be paid to the CONTRACTOR. 33. Upon receipt of notice of termination, given by either party, the terminated party shall promptly discontinue the provision of all goods and /or services, unless the notice provides otherwise. 34. The performance or provision of the CONTRACTOR's goods and /or services under this Agreement may be suspended by the CITY at any time. 35. In the event the CITY suspends the performance or provision of the CONTRACTOR services hereunder, the CITY shall so notify the CONTRACTOR in writing, such suspension becoming effective within seven (7) days from the date of mailing, and the CITY shall pay to the CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the CONTRACTOR for the suspended provision of goods and /or services unless and until the CITY's designated representative notifies the CONTRACTOR in writing that the provision of the goods and /or services of the CONTRACTOR called for hereunder are to be resumed by the CONTRACTOR. 36. Upon receipt of written notice from the CITY that the CONTRACTOR's provision of goods and /or services hereunder are to be resumed, the CONTRACTOR shall continue to provide the services to the CITY. 37. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement 00520 -9 7/11 PROJECT NO. RFQ 11/12 -02 because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. 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 their forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. 38. Indemnity and Insurance a. To the fullest extent permitted by law, the CONTRACTOR shall indemnify, hold harmless and defend the CITY, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, negligent act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or subCONTRACTORs. Additionally, the CONTRACTOR accepts responsibility for all damages resulting in any way related to the performance of work. In no event, shall either party be responsible or liable to the other for any incidental, consequential, or indirect damages, whether arising by contract or tort. b. In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the CONTRACTOR for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. C. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the CITY as set forth in Section 768.28, Florida Statutes. d. In claims against any person or entity, indemnification under this Section by an employee of the CONTRACTOR or its agents or subcontractors, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or its agents or subcontractors, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. 00520 -10 7/11 PROJECT NO. RFQ 11/12 -02 e. The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision of this Agreement; provided, however, that the CONTRACTOR must also comply with the provisions of this Agreement relating to insurance coverage. The CONTRACTOR shall submit a report to the CITY within twenty -four (24) hours of the date of any incident resulting in damage or which is reasonably likely to result in a claim of damage. 39. The CONTRACTOR shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the bid documents. 40. All insurance other than Workers Compensation and Professional Liability that must be maintained by the CONTRACTOR shall specifically include the CITY as an additional insured. 41. The CONTRACTOR shall provide Certificates of Insurance to the CITY evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the CITY. These Certificates of Insurance shall become part of this Agreement. Neither approval by the CITY nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR's full responsibility for performance of any obligation including the CONTRACTOR's indemnification of the CITY under this Agreement. If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (1) lose its Certificate of Authority, (2) no longer comply with Section 440.57, Florida Statutes, or (3) fail to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the CITY 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 the CONTRACTOR has replaced the unacceptable insurer with insurance acceptable to the CITY, the CONTRACTOR shall be deemed to be in default of this Agreement. 42. The insurance coverage shall contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, thirty (30) days prior notice will be given to the CITY by submission of a new Certificate of Insurance. 43. The CONTRACTOR shall furnish Certificates of Insurance directly to the CITY's Designated Representative. The certificates shall clearly indicate that the CONTRACTOR has obtained insurance of the type, amount and classification required by this Agreement. 00520 -11 7111 PROJECT NO. RFQ 11/12 -02 44. Nothing in this Agreement or any action relating to this Agreement shall be construed as the CITY's waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. 45. The CITY shall not be obligated or liable under the terms of this Agreement to any party other than the CONTRACTOR. There are no third party beneficiaries to this Agreement. 46. The CONTRACTOR is an independent contractor and not an agent, representative, or employee of the CITY. The CITY shall have no liability except as specifically provided in this Agreement. 47. All insurance shall be primary to, and not contribute with, any insurance or self- insurance maintained by the CITY. 48. The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. 49. The CONTRACTOR shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Agreement or violate any laws pertaining to civil rights, equal protection or discrimination. 50. The CONTRACTOR hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the CONTRACTOR, or any interest in property that the CONTRACTOR may have. The CONTRACTOR further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the CITY. Violation of this Section shall be considered as justification for immediate termination of this Agreement. 51. The CONTRACTOR shall ensure that all taxes due from the CONTRACTOR are paid in a timely and complete manner including, but not limited to, occupational license tax. 52. If the CITY determines that any employee or representative of the CONTRACTOR is not satisfactorily performing his /her assigned duties or is demonstrating improper conduct pursuant to any assignment or work performed under this Agreement, the CITY shall so notify the CONTRACTOR, in writing. The CONTRACTOR shall immediately remove such employee or representative of the CONTRACTOR from such assignment. 00520 -12 7/11 PROJECT NO. RFQ 11/12 -02 53. The CONTRACTOR shall not publish any documents or release information regarding this Agreement to the media without prior approval of the CITY. 54. The CONTRACTOR shall certify, upon request by the CITY, that the CONTRACTOR maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. 55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination by the CITY. The CONTRACTOR shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the CITY. 56. The CITY reserves the right to unilaterally terminate this Agreement if the CONTRACTOR refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the CONTRACTOR in conjunction, in any way, with this Agreement. 57. The CONTRACTOR shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. 58. The CITY will not intentionally award publicly- funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. 59. The CONTRACTOR agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the goods and /or services provided to the CITY. The CONTRACTOR agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. 60. The CONTRACTOR shall ensure that all goods and /or services are provided to the CITY after the CONTRACTOR has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. 00520 -13 7/11 PROJECT NO. RFQ 11/12 -02 61. If applicable, in accordance with Section 216.347, Florida Statutes, the CONTRACTOR shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or State agency. 62. The CONTRACTOR shall advise the CITY in writing of it who has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. 63. The CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of that actions of any CITY employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. 64. The CONTRACTOR shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. 65. The CONTRACTOR shall maintain and allow access to the records required under this Section for a minimum period of five (5) years after the completion of the provision or performance goods and /or services under this Agreement and date of final payment for said goods and /or services, or date of termination of this Agreement. 66. The CITY may perform, or cause to have performed, an audit of the records of the CONTRACTOR before or after final payment to support final payment under any PurchaseMork Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the CITY subsequent to the close of the final fiscal period in which goods and /or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. 67. In addition to the above, if Federal, State, County, or other entity funds are used for any goods and /or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and /or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. 00520 -14 7111 PROJECT NO. RFQ 11/12 -02 68. In the event of any audit or inspection conducted reveals any overpayment by the CITY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the CITY within thirty (30) days of notice by the CITY of the request for the refund. 69. The CONTRACTOR agrees to fully comply with all State laws relating to public records. 70. The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. 71. The CONTRACTOR shall not sublet, assign or transfer any interest in this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written CITY approval. When approved by the CITY, written notice of such assignment or transfer shall be furnished promptly to the CITY. 72. Any CONTRACTOR proposed subcontractors shall be submitted to the CITY for written approval prior to the CONTRACTOR entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. 73. The CONTRACTOR shall coordinate the provision of goods and /or services and work product of any CITY approved subcontractors, and remain fully responsible for such goods and /or services and work under the terms of this Agreement. 74. Any subcontract shall be in writing and shall incorporate this Agreement and require the subcontractor to assume performance of the CONTRACTOR's duties commensurately with the CONTRACTOR's duties to the CITY under this Agreement, it being understood that nothing herein shall in any way relieve the CONTRACTOR from any of its duties under this Agreement. The CONTRACTOR shall provide the CITY with executed copies of all subcontracts. 75. The CONTRACTOR shall reasonably cooperate at all times with the CITY and other CITY contractors and professionals. 76. This Agreement is to be governed by the laws of the State of Florida. 77. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. 78. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONTRACTOR and all parties have contributed substantially and materially to the preparation of the Contract. 00520 -15 7/11 PROJECT NO. RFQ 11/12 -02 Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. 79. Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. 80. This Agreement, together with the exhibit(s), if any, constitutes the entire integrated Agreement between the CITY and the CONTRACTOR and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. 81. This Agreement may only be amended, supplemented or modified by a formal written amendment. 82. Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. 83. Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The CONTRACTOR agrees not to claim any waiver by CITY of such notice requirements based upon CITY having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the CONTRACTOR to comply with the express written notice requirements herein. Computer notification (e -mails and message boards) shall not constitute proper written notice under the terms of the Agreement. 84. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 85. In no event shall any obligation of the CITY under this Agreement be or constitute a general obligation or indebtedness of the CITY, a pledge of the ad valorem taxing power of the CITY or a general obligation or 00520 -16 7/11 PROJECT NO. RFQ 11/12 -02 indebtedness of the CITY within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. 86. The CONTRACTOR shall not have the right to compel the exercise of the ad valorem taxing power of the CITY. 87. Each exhibit referred to and attached to this Agreement is an essential part of this Agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. 88. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. 89. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. 90. All provisions of this Agreement shall be read and applied in pars materia with all other provisions hereof. 91. In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the CITY prior to filing suit or otherwise pursuing legal remedies. 92. The 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 to the CITY in alternative dispute resolution procedures or which the CONTRACTOR had knowledge and failed to present during the CITY procedures. 93. In the event that CITY 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. 94. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 00520 -17 7111 PROJECT NO. RFQ 11112 -02 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. ATTEST. Cindy D. Adamson Assistant Secretary Second Witness Signature Printed Name: ATTEST. 9— A—&K - * rk anet Dougherty, City C Approved as to legality only. Um L. Colbert, Esquir t Attorney KILLEBREW, INC. Sam H. Killebrew President Treasurer and Secretary Date: / lJ SAP By: Jeff Date 00520 -18 7111 CITY OF SANFORD CITY COMMISSION MEETING City Commission Chambers V Floor Sanford City Hall MONDAY, August 13, 2012 300 North Park Avenue 7 PM Florida Sanford, NNNNNNNNNNNNNNNNNN NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN NNNNNNNNNNNNN In accordance with the Americans with Disabilities Act, persons with disabilities needing assistance to participate in any of these proceedings should contact the City Clerk at 407.688.5010 at least 48 hours in advance of the meeting. Advice to the public: If a person decides to appeal a decision made with respect to any matter considered at the above meeting or hearing, he or she may need a verbatim record of the proceedings, including the testimony and evidence, which record is not provided by the City of Sanford. (FS 286.0105) NNNNNNNNNNNNNNNNNNNN NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN NNNNNNNNNNNNN Speaking Before the City Commission. There is a three (3) minutes time limit for each speaker on each item, except a person representing an organization and presenting its views during a quasi judicial hearing will be allowed five (5) minutes, and a person speaking under Citizen Participation will also be allowed five (5) minutes. Your cooperation is appreciated in observing the time limit policy. Each person desiring to address the City Commission on an agenda item pending before the City Commission must, before addressing the City Commission, legibly complete a citizen's input form and submit the form to the City Clerk or designee. Pledge of Civility. A resolution was adopted by the City Commission of the City of Sanford recognizing the importance of civility, decency, decorum and respectful behavior in promoting citizen participation in a democratic government. The City of Sanford calls upon the elected officials, employees, and the public to exercise civility toward each other. (Resolution No. 2226, 04/11/11) N N N N N N N N N N N N N N N N.. N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N NN NNNNNNNNNNNNN AGENDA 1) Meeting call to order by Mayor Triplett. 2) Invocation by Bishop, Dr. Enrique Hernandez, President of Spanish American International Chaplain Association 3) Pledge of Allegiance. 4) Presentation: 5) Minutes. July 2, 2012 Budget Work Session, July 9, 2012 Work Session and Regular Meeting, and August 1, 2012 Special Meeting. 6) CONSENT AGENDA: The action proposed to be taken is stated for each item on the Consent Agenda. Unless the item is removed from the Consent Agenda by a City Commission member, no discussion on individual items will occur and a single motion will approve all items. [Commission Memo 12 -1181 A. Approve MetroPlan Orlando FY 2012/2013 funding agreement in the amount of $26,523. B. Approve Addendum B and Addendum C to lease with Sanford Airport Authority for Youthbuild. C. Approve award of bid to L7 Construction, Inc. in the amount of $109,900 for the Pinecrest II Lift Station project. D. Approve Change Order #1 to Traffic Control Products, Inc., in the amount of $5,220.20 for installation of Wayfinding Signs. E. Approve procurement of services from Stage Door II in amount not to exceed $81,896 for the US 17 -92 median improvement and various Citywide Brick Repair projects. F. Approve staff's ranking of respondents to RFQ 11/12 -02 and delegate authority to the City Manager to negotiate and execute a unit price based contract with Killebrew, Inc., the firm ranked number one, in an amount not to exceed $4,000,000. G. Approve "4 Annual Pirates of St. Juans Festival" Special Event, noise permit, alcohol permit and related street closure. H. Authorize renewal of the Dispatch Services Agreement with the Seminole County Sheriff's Office for term of October 1, 2012 to September 30, 2016. I. Accept 2012 Edward Byrne Memorial Assistance Grant in the amount of $24,511 for two Automatic License Plate Reader Systems. J. Approve procurement of services from Asphalt Recyclers Inc. in amount not to exceed $80,000, from The Middlesex Corporation in the amount of $85,000, from Core Construction Group Inc. in amount of $30,000, and from Fausnight Line and Stripe, Inc. in amount of $12,000 for 3 rd Street road rehabilitation services. K. Approve procurement to purchase 35 laptops from CDW -G in the amount of $63,454.50. L. Approve submission of the CDBG One -Year 2012 -2013 Annual Action Plan and the amendment to the 2010 -2011 Action Plan activities to the Department of Housing and Urban Development. (WS -6) 7) PUBLIC HEARINGS: The purpose of a Public Hearing is to receive input regarding the item being considered. Public Hearings are not intended to be a time for the public to obtain information about the subject matter of the hearing. (Hearing Sequence: 1 st - staff; 2 - applicant/requesting party; 3rd - public; final - City Commission motion, discussion and action.) A) Second reading of Ordinance No. 4275 to extend the PD approval to June 2, 2017 for the Twin Lakes Center PD; Owner: Eoghan N. Kelley Family LP; Applicant: Christopher E. Kelley, Twin Lakes Properties LLC; Ad published July 8, 2012. [Commission Memo 12 -119] 8) OTHER ITEMS. A) Resolution No. 2321, adjusting the Water, Wastewater and Reclaimed Water Rates. [Commission Memo 12 -120] B) Resolution No. 2322, to authorize entering into a Florida State Revolving Fund Loan in amount of $11,871,743 for Wastewater Treatment Plant improvements; authorize the City Attorney to execute the legal opinion letter. [Commission Memo 12 -121 ] C) Resolution No. 2323, amending the Classification and Pay Plan regarding Public Information Officer, Administrative Coordinator and Administrative Specialist H. [Commission Memo 12 -122] D) Resolution No. 2325, amending the Classification and Pay Plan regarding Water Quality Specialist and Utility Services Technician I. [Commission Memo 12 -123] E) Resolution No. 2324, authorizing the 2012 Florida Recreation Development Assistance Program grant applications in amount of $200,000 for Coastline Park and $200,000 for the Fort Mellon Park Amphitheater Project. [Commission Memo 12- 127] 9) CITY ATTORNEY'S REPORT. 10) CITY CLERK'S REPORT. 11) CITY MANAGER'S REPORT. 12) CITIZEN PARTICIPATION. Each speaker is allotted five minutes to speak and may present additional written material. If you have a matter you would like to discuss which requires more than five (5) minutes, please feel free to arrange a meeting with the appropriate administrative or elected official. This Citizen Participation is for the City Commission to receive citizen input and comments pertaining to matters over which the City Commission has jurisdiction or control. Questions directed to the City Commission may be referred to City staff to be answered within a reasonable period of time following the meeting. 13) CITY COMMISSIONER'S REPORTS. Proposal From: Killebrew Inc. 2830 Winter Lake Rd P.O. Box 6258 Lakeland, FL 33807 Phone: 863 701 0273 Fax- 863 7010621 Project: SANFORD UNIT PRICES Description: 2" -12" Prechlorinated WM Pipebursting ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT 01 1.000 LS 28,400.00 $28,400.00 Mobilization 02 1.000 LS 8,000.00 $8,000.00 Pre Video 03 1.000 LS 18,000.00 $18,000.00 Maint of Traffic 04 1.000 LF 27.00 $27.00 1" HDPE DR11 Pre Chlorinated Pipe Bursting 05 1.000 LF 28.00 $28.00 2" HDPE DR11 Pre Chlorinated Pipe Bursting 05A 1.000 LF 50.00 $50.00 1 " -2" PVC Sch 40 Open Cut 0 -6' 06 1.000 LF 33.00 $33.00 3" HDPE DR11 Pre Chlorinated Pipe Bursting 07 1.000 LF 35.00 $35.00 4" HDPE DR11 Pre Chlorinated Pipe Bursting 07A 1.000 LF 55.00 $55.00 4" PVC DR 18 Watermain Opencut 0 -6' 07B 1.000 LF 65.00 $65.00 4" DIP Watermain Opencut 0 -6 08 1.000 LF 40.00 $40.00 6" HDPE DR11 Pre Chlorinated Pipe Bursting 08A 1.000 LF 63.00 $63.00 6" PVC DR18 Watermain Opencut 0 -6 08B 1.000 LF 73.00 $73.00 6" DIP Watermain 0 -6' Killebrew Inc. Pr000sai ITEM / DESCRIPTION BID QTY UIM UNIT BID AMOUNT 09 1.000 LF 75.00 $75.00 8" FPVC Sliplining 10 1.000 LF 50.00 $50.00 8" HDPE DR11 Pre Chlorinated Pipe Bursting 10A 1.000 LF 70.00 $70.00 8" PVC DR18 Watermain Opencut 0 -6 10B 1.000 LF 80.00 $80.00 8" DIP Watermain Opencut 0 -6 11 1.000 LF 60.00 $60.00 10" HDPE DR11 PreChlorinated Pipe Bursting 11A 1.000 LF 75.00 $75.00 10" PVC DR 18 Watermain Opencut 0 -6' 11B 1.000 LF 90.00 $90.00 10" DIP Watermain Opencut 0 -6 12 1.000 LF 70.00 $70.00 12" HDPE DR 11 Prechlorinated Pipe Bursting 12A 1.000 LF 85.00 $85.00 12" PVC DR 18 Watermain Opencut 0 -6' 12B 1.000 LF 100.00 $100.00 12" DIP Watermain Opencut 0 -6' 12C 1.000 Ea 140.00 $140.00 4" Bell Restrainers DIP or PVC 12D 1.000 Ea 155.00 $155.00 6" Bell Restainers for DIP or PVC 12E 1.000 Ea 180.00 $180.00 8" Bell Restrainers for DIP or PVC 12F 1.000 Ea 240.00 $240.00 10" Bell Restainers for DIP or PVC 12G 1.000 Ea 250.00 $250.00 12" Bell Restrainers for DIP or PVC 13 1.000 LF 55.00 $55.00 4" DR11 Directional Bore 13A 1.000 LF 60.00 $60.00 6" DR11 Directional Bore 13B 1.000 LF 80.00 $80.00 8" DR11 Directional Bore 13C 1.000 LF 100.00 $100.00 10" DR11 Directional Bore Killebrew Inc. Pr000sal ITEM 1 DESCRIPTION BID QTY U/M UNIT BID AMOUNT 13D 1.000 LF 110.00 $110.00 12" DR11 Directional Bore 14 1.000 LF 3,700.00 $3,700.00 Fire Hydrant on 6" Watermain 15 1.000 LF 3,800.00 $3,800.00 Fire Hydrant on 8" Watermain 16 1.000 EA 4,000.00 $4,000.00 Fire Hydrant on 10" Watermain 17 1.000 EA 4,600.00 $4,600.00 Fire Hydrant on 12" Watermain 18 1.000 Ea 750.00 $750.00 3" Gate Valve Assembly 19 1.000 Ea 950.00 $950.00 4" Gate Valve Assembly 20 1.000 Ea 1,150.00 $1,150.00 6" Gate Valve Assembly 21 1.000 Ea 1,500.00 $1,500.00 8" Gate Valve Assembly 22 1.000 Ea 2,000.00 $2,000.00 10" Gate Valve Assembly 23 1.000 Ea 2,500.00 $2,500.00 12" Gate Valve Assembly 24 1.000 Ea 2,200.00 $2,200.00 3" Tapping Sleeve and Valve 25 1.000 Ea 2,300.00 $2,300.00 4" Tapping Sleeve and Valve 26 1.000 Ea 2,500.00 $2,500.00 6" Tapping Sleeve and Valve 27 1.000 Ea 3,200.00 $3,200.00 8" Tapping Sleeve and Valve 28 1.000 Ea 4,500.00 $4,500.00 10" Tapping Sleeve and Valve 29 1.000 Ea 5,600.00 $5,600.00 12" Tapping Sleeve and Valve 30 1.000 Ea 2,300.00 $2,300.00 4 x 3 Tapping Sleeve and Valve Killebrew Inc. Proposal ITEM I DESCRIPTION BID QTY U/M UNIT BID AMOUNT 31 1.000 Ea 2,350.00 $2,350.00 6x3 Tapping Sleeve and Valve 32 1.000 Ea 2,400.00 $2,400.00 8x3 Tapping Sleeve and Valve 33 1.000 Ea 2,450.00 $2,450.00 10x3 Tapping Sleeve and Valve 34 1.000 Ea 2,550.00 $2,550.00 12x3 Tapping Sleeve and Vlave 35 1.000 Ea 2,400.00 $2,400.00 6x4 Tapping Sleeve and Valve 36 1.000 Ea 2,700.00 $2,700.00 8x4 Tapping Sleeve and Valve 37 1.000 Ea 2,800.00 $2,800.00 10x4 Tapping Sleeve and Valve 38 1.000 Ea 2,900.00 $2,900.00 12x4 Tapping Sleeve and Valve 39 1.000 Ea 3,000.00 $3,000.00 8x6 Tapping Sleeve and Valve 40 1.000 Ea 3,100.00 $3,100.00 10x6 Tapping Sleeve and Valve 41 1.000 Ea 3,200.00 $3,200.00 12x6 Tapping Sleeve and Valve 42 1.000 Ea 250.00 $250.00 4" Watermain Connection to 1" 43 1.000 Ea 300.00 $300.00 4" Watermain Connection to 1 112 44 1.000 Ea 350.00 $350.00 4" Watermain Connection to 2" 45 1.000 Ea 450.00 $450.00 4" Watermain Connection to 3" 46 1.000 Ea 600.00 $600.00 4" Watermain Connection to 4" 47 1.000 Ea 1,000.00 $1,000.00 4" Watermain Connection to 6" 48 1.000 Ea 1,200.00 $1,200.00 4" Watermain Connection to 8" 49 1.000 Ea 1,300.00 $1,300.00 4" Watermain Connection to 10" Killebrew Inc. Proposal ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT 50 1.000 Ea 1,500.00 $1,500.00 4" Watermain Connection to 12" 51 1.000 Ea 300.00 $300.00 6" Watermain Connection to 1" 52 1.000 Ea 400.00 $400.00 6" Watermain Connection to 1 112 53 1.000 Ea 600.00 $600.00 6" Watermain Connection to 2" 54 1.000 Ea 900.00 $900.00 6" Watermain Connection to 3" 55 1.000 Ea 1,100.00 $1,100.00 6" Watermain Connection to 6" 56 1.000 Ea 1,380.00 $1,380.00 6" Watermain Connection to 8" 57 1.000 Ea 1,700.00 $1,700.00 6" Watermain Connection to 10" 58 1.000 Ea 1,800.00 $1,800.00 6" Watermain Connection to 12" 59 1.000 Ea 700.00 $700.00 8" Watermain Connection to 1" 60 1.000 Ea 800.00 $800.00 8" Watermain Connection to 1 1/2 61 1.000 Ea 900.00 $900.00 8" Watermain Connection to 2" 62 1.000 Ea 1,100.00 $1,100.00 8" Watermain Connection to 3" 63 1.000 Ea 1,200.00 $1,200.00 8" Watermain Connection to 8" 64 1.000 Ea 1,300.00 $1,300.00 8" Watermain Connection to 10" 65 1.000 Ea 1,400.00 $1,400.00 8" Watermain Connection to 12" 66 1.000 Ea 900.00 $900.00 10" Watermain Connection to 1" 67 1.000 Ea 800.00 $800.00 10" Watermain Connection to 1 1/2 Killebrew Inc. Proposal - ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT 68 1.000 Ea 900.00 $900.00 10" Watermain Connection to 2" 69 1.000 Ea 1,200.00 $1,200.00 10" Watermain Connection to 3" 70 1.000 Ea 1,500.00 $1,500.00 10" Watermain Connection to 10" 71 1.000 Ea 1,700.00 $1,700.00 10" Watermain Connection to 12" 72 1.000 Ea 910.00 $910.00 12" Watermain Connection to 1" 73 1.000 Ea 940.00 $940.00 12" Watermain Connection to 1 1/2 74 1.000 Ea 960.00 $960.00 12" Watermain Connection to 2" 75 1.000 Ea 1,400.00 $1,400.00 12" Watermain Connection to 3" 76 1.000 Ea 1,800.00 $1, 800.00 12" Watermain Connection to 12" 77 1.000 Ea 925.00 $925.00 1" Double Short Service on 3" Watermain 77A 1.000 Ea 875.00 $875.00 1" Single Short Service on 3" Watermain 78 1.000 Ea 1,150.00 $1,150.00 1" Double Long Service on 3" Watermain 78A 1.000 Ea 1,100.00 $1,100.00 1" Single Long Service on 3" Watermain 79 1.000 Ea 950.00 $950.00 1" Double Short Service on 4" Watermain 79A 1.000 Ea 900.00 $900.00 1" Single Short Service on 4" Watermain 80 1.000 Ea 1,175.00 $1,175.00 1" Double Long Service on 4" Watermain 80A 1.000 Ea 1,125.00 $1,125.00 1" Single Long Service on 4" Watermain 81 1.000 Ea 975.00 $975.00 1" Double Short Service on 6" Watermain 81 A 1.000 Ea 925.00 $925.00 1" Single Short Service on 6" Watermain Killebrew Inc. Pr000sal ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT 82 1.000 Ea 1,200.00 $1,200.00 1" Double Long Service on 6" Watermain 82A 1.000 Ea 1,150.00 $1,150.00 1" Single Long Service on 6" Watermain 83 1.000 Ea 1,050.00 $1,050.00 1" Double Short Service on 8" Watermain 83A 1.000 Ea 1,000.00 $1,000.00 1" Single Short Service on 8" Watermain 84 1.000 Ea 1,225.00 $1,225.00 1" Double Long Service on 8" Watermain 84A 1.000 Ea 1,175.00 $1,175.00 1" Single Long Service on 8" Watermain 85 1.000 Ea 1,100.00 $1,100.00 1" Double Short Service on 10" Watermain 85A 1.000 Ea 1,050.00 $1,050.00 1" Single Short Service on 10" Watermain 86 1.000 Ea 1,250.00 $1,250.00 1" Double Long Service on 10" Watermain 86A 1.000 EA 1,200.00 $1,200.00 1" Single Long Service on 10" Watermain 87 1.000 Ea 1,150.00 $1,150.00 1" Double Short Service on 12" Watermain 87A 1.000 Ea 1,100.00 $1,100.00 1" Single Short Service on 12" Watermain 88 1.000 Ea 1,300.00 $1,300.00 1" Double Long Service on 12" Watermain 88A 1.000 Ea 1,250.00 $1,250.00 1" Single Long Service on 12" Watermain 89 1.000 Ea 150.00 $150.00 Dual Check Valves on Service Lines 90 1.000 LF 0.55 $0.55 Tracer Wire 91 1.000 Ea 50.00 $50.00 GIS Map with GIPS Data Collection 92 1.000 Ea 3,250.00 $3,250.00 3" Linestopping Assembly Killebrew Inc. Proposal ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT 93 1.000 Ea 3,275.00 $3,275.00 4" Linestopping Assembly 94 1.000 Ea 3,650.00 $3,650.00 6" Linestopping Assembly 95 1.000 Ea 3,700.00 $3,700.00 8" Linestopping Assembly 96 1.000 Ea 4,900.00 $4,900.00 10" Linestopping Assembly 9 7 1.000 Ea 4,950.00 $4,950.00 12" Linestopping Assembly 98 1.000 Ea 4,880.00 $4,880.00 3" EZ Valve 99 1.000 Ea 5,000.00 $5,000.00 4" EZ Valve 00100 1.000 Ea 5,500.00 $5,500.00 6" EZ Valve 00101 1.000 Ea 6,000.00 $6,000.00 8" EZ Valve 00102 1.000 Ea 7,500.00 $7,500.00 10" EZ Valve 00103 1.000 Ea 9,400.00 $9,400.00 12" EZ Valve 00104 1.000 Ea 475.00 $475.00 3" DI Restrained Fittings 0 -6 00104A 1.000 Ea 560.00 $560.00 3" DI Restrained Fittings Over 6 00105 1.000 Ea 500.00 $500.00 4" DI Restrained Fittings 0 -6 00105A 1.000 Ea 565.00 $565.00 4" DI Restrained Fittings Over 6 00106 1.000 Ea 630.00 $630.00 6" DI Restrained Fittings 0 -6 00106A 1.000 Ea 810.00 $810.00 6" DI Restrained Fittings Over 6 00107 1.000 Ea 700.00 $700.00 8" DI Restrained Fittings 0 -6 00107A 1.000 Ea 875.00 $875.00 8" DI Restrained Fittings Over 6 Killebrew Inc. Proposal ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT 00108 1.000 Ea 865.00 $865.00 10" DI Restrained Fittings 0 -6 00108A 1.000 Ea 1,040.00 $1,040.00 10" DI Restrained Fittings Over 6 00109 1.000 Ea 1,030.00 $1,030.00 12" DI Restrained Fittings 0 -6 00109A 1.000 Ea 1,210.00 $1,210.00 12" DI Restrained Fittings Over 6 00109B 1.000 LB 8.50 $8.50 Rstrained Fittings Per Pound (For Fittings not Covered) DOTAL BID: $267,708.06 Signature: Killebrew Inc. Proposal Proiect Comments 1. Long Services will be installed under roadway with pneumatic mole. 2. If proposed work takes place in DOT roadway or DOT right of way, additional compensation for M.O.T and restoration will be negotiated. 3. If proposed work take place in a heavily traveled County road or County right of way, additional compensation for M.O.T and restoration will be negotiated. 4.Asphalt restoration in Bid Items are patching only. Overlay of exsiting roadway not included. 5. Killebrew Inc. can design, engineer and permit all open -cut and directional bore items for no additional cost. 6. Any permitting fees will be paid by the City. 7. MOT Bid Item is for the original areas that were bid. If additional areas are added compensation for MOT will be negotiated. Killebrew Inc.