Loading...
2152 PBA 19/20-39 Building Plan Review & Inspection ServicesYY OF �4--,\I)SXNFORD FINANCE DEPARTMENT The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original Mylar's) ❑ Recording ❑ Letter of Credit Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies Special Instructions: L- ,*� 13o jo-d ziy e v - From SharePoint_Finance_Purchasing_Forms - 2018.doc 1gkg Date MM Universal Engineering Sciences, Inc. Piggyback Contract (PBA 19/20-39) (Building Plan Review And Inspection Services) The City of Sanford ("City") enters this "Piggyback" Contract with Universal Engineering Sciences, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address is 3532 Maggie Boulevard, Orlando, Florida 32811, 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 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 the government of Lake County, Florida, said contract being identified as "Agreement Between Lake County, Florida, And Universal Engineering Sciences, Inc. For Building Plan Review And Inspection Services" relative to " RFP # 18-0928(B)", as may have been amended, in order for the Vendor to provide all goods and services relating to the provision of building plan review and inspection services (said original contract being referred to as the "original government contract"). (2). The original government contract documents are 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; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (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: N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state NIA 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. (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 Marisol Ordonez, Purchasing Manager, Finance -Purchasing Division, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5028 and whose e-mail address is Marisol.ordonez@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. 2 (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. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (I). IF THE CONTRACTOR/VENDOR HAS QUESTIONS STATUTES,REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA • THE CONTRACTOR'SD• DUTY TO'•• VIDE PUBLIC RECORDS •D TO CONTRACT, . • i CUSTODIAN • PUBLIC RECORDS (407) 688-5012, • i CI • FCRM, CITY CLERK, OF SANFORD, it NORTH PARK•.D FLORIDA 32771, TRACI. H OU C H I N@SAN•D• (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 3 (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (III). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). 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. SIGNATURE BLOCKS FOLLOW: 4 rP UC V4 � 'A-' Entered this I day of-9e4eber, 2019. Attest: Melvin Rodriguez Secretary Secretary Attest. - Traci Houchin, City Clerk, CIVIC, FORM Approved as to form and legal sufficiency William L. Colbert City Attorney 5 Universal Engineering Sciences, Inc., a Florida corporation. By: Sy Israel CEO/Chairman Date: City Of Sanford By: _ Jeff Tri In Exhibit "A" [Attach original government contract] 6 CITY OF WS RM X ZATNTORD FLORIDA Item No. 16. CITY COMMISSION MEMORANDUM 19-242.E NOVEMBER 18, 2019 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Darrel Presley, Executive Director Develo me rvices SUBMITTED BY: Norton N. Bonaparte, Jr., City Mana SUBJECT: Approval of Procurement of Services fro niverser& al Engineering Sciences, Inc. STRATEGIC PRIORITIES: R Unify Downtown & the Waterfront F-1 Promote the City's Distinct Culture M Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities 4=� SYNOPSIS: Issuance of a purchase order to Universal Engineering Sciences. Inc. for building inspections and plan review services is requested. FISCAL/STAFFING STATEMENT: The estimated cost for consulting services provided by Universal Engineering Sciences for fiscal year 2019/2020 is $253.400. Funding is available within the FY 2019/2020 Building Division budget. BACKGROUND: The Building Division has been using Universal ng EnZ:� gineeriSciences for consultant services L__ including, but not limited to, plan review and inspections services. This has been necessitated by the absences of Division personnel due to employee leave, vacancy and backup as needed to maintain the "day-to-day" level of service necessary to serve the needs of the City. Compliance with the City of Sanford Procurement Policy is addressed by an executed contract PBA 19/20-39 with Universal Engineering Sciences to "piggyback" on the Lake County Contract #18- 09283 for the services required by the City. Piggybacking is a procurement practice which is consistent with the City's Purchasing Policy. LEGAL REVIEW: The City Attorney has prepared a Piggyback Agreement (PBA 19/20-39) and has no legal objection to the actions and procurement. RECOMMENDATION: Staff recommends the City Commission approve the issuance of a purchase order to Universal Engineering Sciences Inc not to exceed $253,400. SUGGESTED MOTION: "I move to approve the issuance of a purchase order to Universal Engineering Sciences Inc. not to exceed $253,400." Attachments: Lake County Contract Award ��Yl�l3/T nFt MODTFIr A TTnN M? Pn?V'IrD A 4-9r Modification Number:One (1) Contract Number: 18-0926B Date: Effective Date: 10/2312019 Title: Building Plan Review and Inspection Services (Not Eneineering 0 Effective Date: 10/23/2018 Contracting Officer: Ralph (Ed) Tipton, CPSM, CPPD, Contractor Name and Address: CPPB E-mail: RTipton@LakeCountyFL.gov Name: Universal Engineering Sciences, Inc. Telephone Number: (352) 343-9389 Address: 3532 Maggie Blvd City: Orlando, Florida 32811 Issued By: Procurement Services Lake County Administration Building ATTENTION: Sherman Baker 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten 10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the ori p'nal Contract, DESCRIPTION OF MODIFICATION: Contract modification to extend contract for one (1) year expiring October 22, 2020. CONTRA��R SIGNATURE BLOCK LAKE COUNTY SIGNATURE BLOCK Signature: Signature: Print Name: ,©W 6i!© Al2 Print Name: Title: ffl Title: Contracting Officer Date: Date: E-mail: Secondary E-mail: Distribution: Original - Did File Copy Contractor Contracting Officer It PROCUREM ENT SERVICES DIVISION OF OFFICE OF NIANAGMENTAND BUDGET srRvIcEs P.O. BOX 7800.315 W.MAINST., TAVARES, FI, 32778 - P352.343.9839 - F 352.343.9473 Rourdqj"Counry Commissioners - %rwvv.hjket�ejjjnty1j.gov. AGREEMENT BETWEEN LAKE COUNTY, FLORIDA AND UNIVERSAL ENGINEERING SCIENCES, INC. FOR BUILDING PLAN REVIEW AND INSPECTION SERVICES RFP #18-0928(B) This is an Agreement between Lake County, Florida, a political subdivision of the State of Florida (the COUNTY-), by and through its Board of County Commissioners, Universal Engineering Sciences, Inc. a Florida corporation, its successors and assigns (the CONTRACTOR), WITNESSETH: WHEREAS, the COUNTY publicly submitted Request for Proposal (RFP) #18-0928 seeking firms or individuals qualified to provide building plan review and inspection services to the COUNTY on an as -needed basis; and WHEREAS, the CONTRACTOR desires to perform such services subject to the terms of this Aggreement.- and WHEREAS, the provision of such services will benefit the parties and the residents of Lake County, Florida. NOW, THEREFORE, IN CONSIDERATION of the mutual terms, understandings, conditions. promises, covenants and payment set forth in this Agreement, arki intending to be legally bound, the parties hereby agree as follows: C7 Article 1. -_Recitals 1.1 The above recitals are true and correct and incorporated In this Agreement. Article 2. Purpose 2.1 The purpose of this Agreement is for the CONTRACTOR to provide building plan review and inspection services to the COUNTY on an as -needed basis (the Service). Article 3. Scope of Professional Services 3.1 On the terms and conditions set forth in this Agreement, the COUNTY hereby engages the CONTRACTOR to provide all labor, materials and equipment to complete the Service in accordance with the Scope of Services, attached and incorporated by reference as Attachment A. It is understood that the Scope of Services may be modified by change order as the Service progresses, but to be effective and binding, any such change order must be in writing, executed by the parties, and in accordance with the COUNTY*s Purchasing Policies and Procedures. A copy of these policies and procedures will be made available to the CONTRACTOR upon request. 3.2 The term of this Agreement is as follows: The CONTRACTOR and the COUNTY acknowledge that this Agreement is for a twelve (12) month initial term and that the CONTRACTOR shall complete the work as specified in the Scope of Services. The COUNTY has the option to renew this Agreement for up to two (2) additional one (I) year periods. The Z� 1 PAI W"A 40M prices set forth in this Agreement will prevail for the full duration of the contract term unless otherwise indicated elsewhere in this document. All work must be performed in accordance with good commercial practice. The work schedule and completion dates must be adhered to by the CONTRACTOR except in such cases where the completion date will be delayed due to acts of God, strikes, or other causes beyond the control of the CONTRACTOR. In these cases, the CONTRACTOR shall notifythe COUNTY of the delays in advance of the original completion so that a revised delivery schedule can be appropriately considered by the COUNTY. No additional days will be granted for rain delays. 3.3 The CONTRACTOR shall utilize the U.S. Department of Homeland Security's E -Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new persons hired by the CONTRACTOR during the term of this Agreement. The CONTRACTOR shall include in all contracts with subcontractors performing work pursuant to any C contract arising from this Agreement an express requirement that the subcontractors utilize the U.S. Department of Homeland Security's E -Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new employees hired by the subcontractors during the term of the contract. Article 4. _Eavinent 4.1 The COUNTY shall pay, and the CONTRACTOR shall accept as full and complete payment for the timely and complete performance of its obligations under this Agreement, as provided in the Pricing Schedule which is attached and incorporated by reference as Attachment B. A fixed lump sum price represents the CONTRACTOR's base bid plus the optional portion of the Service. including all applicable taxes, materials, labor, supervision, fuel, permits, licenses, management and overhead, unless a duly authorized change order has been issued in accordance with the COUNTY's purchasing policies and procedures. Any hourly rate quoted will be deemed to provide full compensation to the CONTRACTOR for labor, supervision, equipment use, travel time, and all other costs associated with providing the services needed to satisfactorily complete all work provided. This rate is assumed to be at straight -time for all labor, except as otherwise noted. 4.2 The CONTRACTOR shall submit invoices to the COUNTY no later than thirty (30) days after the completion and acceptance of any task or work under the Service. All invoices must contain the solicitation number, date and location of delivery or service, purchase order number, confirmation of acceptance of the goods or services by the appropriate COUNTY representative, and a detailed description of services provided. 4.3 The COUNTY shall make payment on all undisputed invoices in accordance with the Florida Prompt Payment Act, Part VII, Chapter 218, Florida Statutes. The COUNTY will not make payment on partial delivery of supplies, services, or materials, 4.4 In the event any part of this Agreement or the Service. is to be funded by Federal, State, or other local agency monies, the CONTRACTOR hereby agrees to cooperate with the COUNTY in order to assure compliance with all requirements of the funding entity applicable to the use of the monies. including providing access to and the rip I., ght to examine relevant documents related to the Service and as specifically forms by the Federal or State granting agency. and receiving no payment until all required fors ar'e Page 2 of 16 And 1-INItim A -,N-. CAO '%IF, M completed and submitted. A copy of the requirements will be supplied to the CONTRACTOR by the COUNTY upon request. Article 5. Coun v Responsibilities 5.1 The COUNTY shall pay in accordance with the provisions set forth in this Agreement. 5.2 The COUNTY retains the right to inspect all work to verify compliance with this Agreement. Article 6. Special Terms and Conditions 6.1 Ten-nination. A. Termination for Convenience. This Agreement may be terminated by the COUNTY upon thirty (3 )0) calendar days' written notice to the CONTRACTOR. but if any work, service or task under this Agreement is in progress but not completed on the date of tei ation then this Agreement may be extended upon written approval of the COUNTY until the work, service, or task is completed and accepted. In the event this Agreement is terminated or cancelled upon the request and for the convenience of the COUNTY with the required thirty (30) calendar days' written notice, the COUNTY will reimburse the CONTRACTOR for actual work satisfactorily completed. B. Ten-nination for Cause. This Agreement may be terminated by the COUNTY due to the CONTRACTOR'S breach of a material term of this Agreement, but only after the COUNTY has provided CONTRACTOR with ten (10) calendar days* written notice for the CONTRACTOR to cure the breach and the CONTRACTOR's failure to cure the breach within that ten (10) day time period, but, if any work, service or task under this Agreement is in progress but not completed on the date of termination, then this Agreement may be extended upon written approval of the COUNTY until the work, service, or task is completed and accepted. C. Termination Due to Unavailability of Funds in Succeeding Fiscal Years. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year, this Agreement will be terminated and the CONTRACTOR will be reimbursed for the reasonable value of any non-recurring costs incurred but not amortized in the price of the supplies or servicesitasks delivered Linder this Agreement. 6.2 Assignment of Agreement. This Agreement may riot be assigned except with the written consent of the COUNTY's Procurement Services Director. No such consent will be construed as making the COUNTY a party to the assignment or subjecting the COUNTY to liability of any kind to any assignee. No assignment will under any circumstances relieve the CONTRACTOR of liability and obligations under this Agreement and all transactions with the COUNTY must be through the CONTRACTOR. Additionally, unless otherwise stipulated in this Agreement, the CONTRACTOR shall notify and obtain prior written consent from the COUNTY prior to being acquired or subject to a hostile takeover. Any acquisition or hostile takeover without the prior consent 'of the COUNTY may result in termination of this Agreement for default, 6.3 Insurance. A. The CONTRACTOR shall purchase and maintain at all times during the term of this Agreement, without cost or expense to the COUNTY, policies of insurance as indicated below, with a company or companies authorized to do business in the State of Florida, and which are acceptable to the COUNTY, insuring the CONTRACTOR against any and all claims. demands, Or causes of action Page 3 of 16 ft,,i— AW 1X4)1)2,KJJ BuiMing vf�, A.1 lnP-till. A1.1W-1_('A0_ !R53 whatsoever, for injuries received or damage to property relating to the performance of duties, services and obligations of the CONTRACTOR under the terms and provisions of the Agreement. An original certificate of insurance, indicating that the CONTRACTOR has coverage in accordance with the requirements of this section, must be furnished by the CONTRACTOR to the COUNTY and Procurement Services Director within five (5) working days of such request and must be received and accepted by the COUNTY prior to contract execution and before any work be -ins. The parties agree that the policies of insurance and confirming certificates of insurance must insure the CONTRACTOR is in accordance with the following minimumT limits: (i) General Liability insurance on forms no more restrictive than the latest edition of the Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Each Occurrence/General Aggregate $ 1,000,00012.000,000 Products -Completed Operations $2,000,000 Personal & Adv. Injury $1,000,000 Fire Damage $50.000 Medical Expense $5,000 Contractual Liability Included 60 Automobile liability insurance, includingz'owned, non -owned, and hired autos with the following minimum limits and coverage: C� Combined Single Limit $1,000.000 (iii) Workers' compensation insurance based oil proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statutes, and any other applicable law requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers' compensation insurance, the CONTRACTOR must provide a notarized statement that if he or she is injured, he or she will not hold the COUNTY responsible for any payment or compensation. (iv) Employers Liability with the following minimum limits and coverage: Each Accident $1,000,000 Disease -Each Employer $1,000,000 Disease -Policy Limit $1,000,000 (v) Professional liability and specialty insurance (medical malpractice, engineers, architect, consultant, environmental, pollution, errors and omissions, etc.) insurance as applicable, with minimum limits of SI.000,000 and annual aggregate 'g -gate of 52,000,000. B. Lake County, a Political Subdivision of the State of Florida. and the Board of County Commissioners, must be named as an additional insured as their interest may appear on all applicable policies. Certificates of insurance must identify the solicitation number in the Description of Operations section of the Certificate. Page 4 of 16 MR1 REMENT [8_j,)28 N- klil. AW 1,fcwjjo. I X-jr)—Isfi fiul4ding ?>'Jn R""' 'kn' M C. Certificates of insurance must provide for a minimum of thirty (30) days prior written notice to the County of any change, cancellation, or nonrenewal of the required insurance. It is the CONTRAc7rOR's specific responsibility to ensure that any such notice is provided within the stated tirnefi-ame to the certificate holder. D. The CONTRACTOR must provide a copy to the COUNTY's of all Policy endorsements, reflecting the required coverage, with Lake County listed as an additional insured along with all required' C provisions to include waiver of subrogation. (.Yate.Asimple CO! JVILL iVOTbeaccepted iizlien of'the Policy eadorsements). E. Certificates of insurance must evidence a waiver of subrogation in favor of the COUNTY, that coverage must be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision, with no requirement of prernium by the COUNTY. F. Certificate holder must be: LAKE COUNT TY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS. P.O. BON 7800 TAVARES. FL 32778-7800 G. All self-insured retentions must appear on the certificates and will be subject to approval by the COUNTY. At the option of the COUNTY, the insurer must reduce or eliminate such self-insured retentions; or the CONTRACTOR will be required to procure a bond guaranteeing payment of losses and related claims expenses. C 0 H. The COUNTY will be exempt from, and in no way liable for, all sums of money, which I y y may represent a deductible or self-insured retention in any insurance policy. The payment of such deductible or sel f -insured retention will be the sole responsibility of the CONTRACTOR and subcontractor providing such insurance. 1. The CONTRACTOR will be responsible for subcontractors and their insurance. Subcontractors are to provide Certificates of Insurance to the COUNTY evidencing coverage and ten -ns in accordance with the Contractor's requirements, J. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination of this Agreement for default. K. Neither approval by the COUNTY of any insurance supplied by the CONTRACTOR, nor a failure to disapprove that insurance, will relieve the CONTRACTOR of foil responsibility of liability, damages, and accidents as set forth in this Agreement. 6.4 indemnity. The CONTRACTOR shall indemnify and hold the COUNTY and its agents, officers, commissioners and employees harmless for any damages resulting from failure of the CONTRACTOR to take out and maintain the above insurance. Additionally, the CONTRACTOR agrees to indemnify, and hold the COUNTY, its agents, officers, commissioners, and employees, free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities resulting from the negligent act, error or omission of the CONTRACTOR- its agents, employees or representative, in the performance of the CONTRACTOR's duties as set forth in this Agreement. W Page 5 of 16 t I %I ENT -'b fs MiXT RCmA I i84NIS B.AAg rq- fl"i— Xw 6.5 Inde )endent Contractor. The CONTRACTOR, and all its employees, agree that they will be acting as independent contractors and will not be considered or deemed to be an agent, employee, joint venturer, or partner of the COUNTY. The CONTRACTOR. will have no authority to contract for or bind the COUNTY in any manner and shall not represent itself as an agent of the COUN'T'Y or as otherwise authorized to act for or on behalf of the COUNTY. Additionally, 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 it 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 other consideration contingent upon on resulting from the award or making of this Agreement. 6.6 Return of Materials. Upon the request of the COUNTY, but in any event upon termination of this Agreement, the CONTRACTOR shalt surrender to the COUNTY all memoranda, notes, records, drawings, manuals, computer software, and other documents or materials pertaining to the services under this Agreement, that were furnished to the CONTRACTOR by the COUNTY pursuant to this Agreement. 6.7 Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction of a public entity crime may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant tinder a contract with any public entity in excess of the threshold amount provided in Florida Statutes, Section 287.017 for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 6.8 Conflict of Interest. The CONTRACTOR agrees that it will not engage in any action that would create a conflict of interest in die performance of its obligations pursuant 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. Further, the CONTRACTOR hereby certifies that no officer, agent, or employee of the COUNTY has any material interest either directly or indirectly in the business of the CONTRACTOR conducted here and that no such person may have any such interest at any time during the term of this Agreement unless, approved by the COUNTY. 6.9 Retaining_Other Contractors. Nothing in this Agreement will be deemed to preclude the COUNTY from retaining the services of other persons or entities undertaking the same or similar services as those undertaken by the CONTRACTOR or from independently developing or acquiring materials or programs that are similar to, or competitive with, the services provided under this Agreement. 6.10 Accuracy. The CONTRACTOR is responsible for the professional quality, technical accuracy, thnety completion and coordination of all the services furnished under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in resulting from the services provided in this Agreement. 6.11 Additional Services Services not specifically identified in this Agivement may be added to the Agreement upon execution of a written amendment. The COUNTY reserves the right to award any additional services to the CONTRACTOR or to acquire the items from another vendor through a separate solicitation. 6.12 Right to Audit. The COUNTY reserves the right to require the CONTRACTOR to submit to an audit by any auditor of the COUNTY's choosing. The CONTRACTOR shall provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. The CONTRACTOR agrees to provide such assistance as may be necessary to facilitate the review or aiudit by the COUNTY to ensure compliance with applicable accounting and financial standards. This Page 6 of t 6 S;V7LM.:UAIIii T l2iiPROCURHMhf:'r 480928 6uiWung Ptan Reviry AnI I:tyxrtiun:IR-0928131 UM—g I'Inn Review AW hujwt ,p Agnxmem_C.A0,_ AtE\t_917_1R.Dax provision is hereby considered to be included within, and applicable to, any subcontractor agreement performance of any work under this Agreement. entered into by the CONTRACTOR in pei If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any nature by the CONTRACTOR to the COUNTY in excess ofone percent (1%) of the total Contra for the overcharges, in addition to making adjustments F contract billings, ges, the reasonable actual cost of the COUNTY's audit must be reimbursed to the COUNTY by the CONTRACTOR. Any adjustments or payments which must be made as a result of any such audit or inspection of the CONTR-ACTOR*s invoicesorrecords must be made within a reasonable amount of time, but in no event may the time exceed ninety (90) calendar days, from presentation of the COUNTY's audit findings to the CONTRACTOR. 6.13 Public Records, A. All electronic files, audio and video recordings, and all papers pertaining to any activity performed by the contractor for or on behalf of the COUNTY will be the property of the COUNTY and will be turned over to the COUNTY upon request. In accordance with Chapter 119, Florida Statutes, each File and all papers pertaining to any activities performed for or on behalf of the COUNTY are public records available for inspection by any person even if the file or paper resides in the CONTRACTOR's office or facility. The CONTRACTOR shall maintain all documents relating to this Agreement for not less than five () complete calendar years after the Service has been completed -or terminated, or in accordance with any grant requirements or Federal law, whichever is longer. Prior to the close out of the contract, the CONTRACTOR shall appoint a records Custodian to handle any records request and provide the custodian's name and telephone numbers to the COUNTY. B. Any copyright derived from this Agreement will belong to the author. The author and the CONTRACTOR must expressly assign to the COUNTY nonexclusive, royalty free fights to use any and all information provided by the CONTRACTOR in any deliverable for the COUNTY's use which may include publishing in the COUNTY's documents and distribution as the COUNTY deems to be in the COUNTY's best interests. If anything included in any deliverable limits the rights of the COUNTY to use the information, the deliverable will anything considered defective and not acceptable and the CONTRACTOR will not be eligible for any compensation. C C. Pursuant to Section 119.070 1, Florida Statutes, the CONTRACTOR shall comply with the Florida Public Records' laws, and shall: Keep and maintain public records required by the COUNTY to perform the services identified in this Agreement, 2. Upon request from the COUNTY's custodian ofpublic records, provide the COUNTY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for by law, 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of this Agreement and following completion of this Agreement if the CONTRACTOR does not transfer the records to the COUNTY. 4. Upon completion of this Agreement, transfer. at no cost, to the COUNTY all public records in possession of the CONTRACTOR' or keep and maintain public records required by the COUNTY to perform the service. If the CONTRACTOR transfers WWUMENI'201's M "0 R1 'Mc, PaLle 7 Ni of 16 —T ;XIN23S liw!&,�; 1qf flclilll ;N1111 AgcrmW,( All_ Mfm all public records to the COUNTY upon completion or this Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt, or confidential and exempt, from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of this Agreement. the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the COUNTY, upon request from the COUNTY's custodian of public records, in a format that is compatible with the information technology- systems of the COUNTY. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, ED TIPTON, AT LAKE COUNTY PROCUREMENT SERVICES, 352-343-9839, P.O. BOX 7800, TAVARES, FL 32778-7800, OR VIA EMAIL AT RTIPTON A/LAKEC0UNTYFL.G0V. Failure to comply with this subsection will be deemed a breach of this Agreement and enforceable as set forth in Section 119.0701, Florida Statutes. 6.14 Force Maieure. The parties will exercise every reasonable effort to meet their respective obligations under this Agreement, but will not be liable for delays resulting from force majeure or other causes beyond their reasonable control, including but not limited to, compliance with any Government law or regulation, acts of nature, acts or omissions' of the other party. Government acts or ornissions, fires, strikes, national disasters, wars, riots, transportation problems and any other cause whatsoever beyond the reasonable control of the parties. Any such cause will extend the performance of the delayed obligation to the extent of tile delay so incurred. - 6.15 License. The CONTRACTOR shall remain appropriately licensed throughout the Course of the Service. If the CONTRACTOR employs the services of a Subcontractor, the CONTRACTOR shall ensure that any subcontractor is appropriately licensed throughout the course of the Service. Failure to maintain all required licenses will entitle the COUNTY, at its option, to terminate this Agreement. 6.16 Certification Regarding Scrutinized Companies that Boycott Israel, By executing this Agreement, the CONTRACTOR hereby certifies that, pursuant to Section 2187.135, Florida Statutes, it is not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel. The CONTRACTOR understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject it to civil penalties, artomeys' fees, and costs. The CONTRACTOR further understands that any contract with the COUNTY for goods or services may be tenninated at the option of the COUNTY if the CONTRACTOR is found to have submitted a false certification or has been listed on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel. Article 7. Miscellaneous Provisions 7.1 This Agreement is made under, and in all respects will be interpreted, construed, and governed by and in accordance with, the laws of the State of Florida. Venue for any legal action resulting from this Agreement will lie solely in Lake County, Florida. The CONTRACTOR hereby waives its right to a jury trial for any action arising from this Agreement. Page 8 or 16 }n Tum t&Ua2N11 fi-IfAM5 M-11 U-,11 A.1 IWW-1 Av-",W-( ovl� 7.2 The captions utilized in this Agreement are for the Purposes of identification only and do not control or affect the meaning or construction of any of the Provisions of this Agreement. 7.3 This Agreement will be binding upon and will inure to the benefit of each of the parties and of their respective successors and permitted assigns. 7.4 This Agreement may not be amended, released, discharged, rescinded or abandoned, except by a written instrument duly executed by each of the parties. 7.5 The failure of any party at any time to enforce any of the provisions of this Agreement -will -in no way constitute or be construed as a waiver of such provision or of any other provision of this Agreement, nor in any way affiect the validity off, or the right to enforce, each and every provision of this Agreement. 7.6 During the term of this Agreement the CONTRACTOR assures the COUNTY that it is in compliance with Title V11 of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the CONTRACTOR does not on the ,_-ro - unds of race, color. national origin, religion, sex, age, disability or marital status, discriminate in any foror manner against . the CONTRACTOR's employees or applicants for employment. The CONTRACTOR understands and agrees that this Agreement is conditioned upon the veracity of this statement of assurance. 7.7 The CONTRACTOR must at all times comply with all Feder -at, State and local laws, rules and regulations. 7.8 The employees of the CONTRACTOR will be considered at all times its employees and not an employee or agent of the COUNTY. The CONTRACTOR will provide employees capable of performing the work as required. The COUNTY may require the CONTRACTOR to remove any employee it deems unacceptable. 7.9 Any individual, corporation, or other entity that attempts to meet its contractual obligations with the COUNTY through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The COUNTY as a further sanction may terminate or cancel any other contracts with such individual, corporation, or entity. Such individual or entity will be responsible for all direct or indirect costs associated with termination or cancellation, including attorney's fees. 7.10 With the consent of the CONTRACTOR, other agencies may make purchases in accordance with the contract. Any such purchases will be governed by the same terms and conditions as stated in this Agreement with the exception of the change in agency name. In addition, although this Agreement is specific to a Department of the COUNTY, it is agreed and understood that any department of the COUNTY may avail itself of this Agreement and purchase any and all items specified in this Agreement at the contract " e prices established in this Agreement. A contract modification will be issued by the COUNTY identifying the requirements of the additional COUNTY departments. 7.11 The CONTRACTOR will be the prime contractor for all required items and services and will assume bill responsibility for the procurement and maintenance of such items and services. The CONTRACTOR will be considered the sole point of contact with regards to all stipulations, including payment of all charges and meeting all requirements of this Agreement. All subcontractors will be subject to advance review by the COUNTY in terms of competency and security concerns. No chance in subcontractors may be made without consent of the COUNTY. The CONTRACTOR will be responsible for all insurance, permits, licenses and related matters for any and all subcontractors. Even if the Page 9 of 16 W, Ag c—t CAO Nirm {2IK.{krcx subcontractor is self-insured, the COUNTY may require the CONTRACTOR to provide any insurance certificates required by the work to be performed. 7.12 The CONTRACTOR shall either be registered or have applied for registration with the Florida Department of State in accordance with the provisions of Florida law. zr 7.13 The invalidity or unenforceability of any particular provision of this Agreement will not affect the other provisions of this Agreement, and this Agreement must be construed in all respects as if such invalid or unenforceable provisions were omitted. 7.14 Wherever provision is made in this Agreement for the giving' service, or delivery of any notice, statement or other instrument, such notice must be in writing and will be deemed to have been duly given. served, and delivered, if delivered by hand or mailed by United States registered orcertified mail, addressed as follows: Z; If to the CONTRACTOR. if to the COUNTY: Sherman Dale Baker, BID Department Manager County Manager Universal Engineering Sciences, Inc. Lake County Administration Building 3532 Mag J Maggie Boulevard 315 West Main Street, Suite 308 Orlando, Florida 32811 Post Office Box 7800 Tavares, Florida 32778-7800 With a copy to: County Attorney Lake County Administration Building 315 West Main Street, Suite 335 Post Office Box 7800 Tavares, Florida 32778-7800 Each party may change its mailing address by giving to the other party, by hand delivery. United States registered or certified mail, notice of election to change such address. Article 8. Scope of Agreement 8.1This Agreement is intended by the parties to be the final expression of their Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject of this Agreement, notwithstanding any representations, statements, or agreements to the contrary previously made. Any items not covered under this contract will need to be added via written addendum, and pricing' negotiated based on final specifications. 8.2 This Agreement contains the following Attachments, all of which are incorporated in this Agreement: Attachment A Scope of Services Attachment B Pricina lRemainder of page intentionally left blank.} Page 10 of 16 S. NICIIAWN 1 20 Is I'J4(WI'fu:%IrNT 1,44Y421S AM 11,rk'ai- Ag,—m-ru CAO %I FNJ 917. IS A,,, &V"- Agreement Between Lake County, Florida and Universal Engineering Sciences, Inc. for Building Plan Review and Inspection Services: RFP 918-0928(B) Engineering IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature: the COUNTY throu h its Board of County Cornn" n 9 Commissioners, signing by and through its Chairman and by the CONTRACTOR through its duly authorized representative. ATTEST: f County Comm County, Florida CONTRACTOR L ENGINEERING SqENCES. INC. Sherman Dale ID ManagerBakeManagerell) This 2 o day 12018. COUNTY LAKE COUNTY, FLORIDA, through its BOARD OF COUNTY COMMISSIONERS Approved as to form and legality: Melanie Marsh, County Attorney Page I I of 16 AW lrt pcxxkin.1X-w)2,Sj1 (l,,jld"'T F'f` t A0_ W %19,27,18J)"" M ATTACHMENT A: SCOPE OF SERVICES RFP Number. 18-092& SECTION 2 — STATEMENT OF WORK SCOPE OF SERVICES This is an indefinite quantity contract with no guarantee services will be required. Them is no guaranteed minimum or maximum dollar amount or volume to be expended on any contracts resulting from this solicitation. Quantities are estimates only and not agua tee( ran I quantity to be expended under any resulting contract. Section 2.1 Bach -ground The Lake County Office of Building Services is requesting proposals from qualified and experienced vendors to perform building, electrical, mechanical, plumbing, and fire safety inspections and plan review services as required by Chapter 553, Florida Statutes. The individuals Performing the duties must be licensed as required' by Chapter 468 and 633. Florida Statutes, Section 2.2 Project Scope Lake County desires to contract for Plans Examiner and inspection services on an as needed, continuing basis to perform commercial, residential and accessory structure plan reviews and residential and commercial building inspections (building. roofing, plumbing, gas, electric. mechanical HVAC. fire safety) for structures in which Permits have been applied for or issued by tile County. These services shall be utilized by developers. builders and citizens desiring Of needing plan review and inspections. The County reserves the right to award to more than one vendor. The vendors will act as an as -needed independent contractor and not as an employee of the County. tLualifications of Personnel a. Plans Examiners Each plaits examiner must maintain a current, active Building. Electrical. Mechanical and Plumbing Plans Examiner License froin the State of Florida. of Business and Profession Regulation. or be an Architect or Engineer that is registered with the State of Florida. The estimated annual need for these services is two hundred fifty ( 250) hours. b. Inspectors Each inspector must maintain a current, active license from the State of Florida, Department of Business and Professional Regulation in one or more of the following 0 1 &2 Family Dwelling Inspector License: 0 Building Inspector License: Building plus One Trade (Electrical. Mechanical. or Plumbing) inspector License-, Page 12 of 16 AIENT 20JNPRO(AIt8uiabnr:R--- A,A 27A SUN— RFP Number. I4 -091-S Building. I & 2 Family Dwelling, Electrical, Mechanical, and Plumbing Inspector Building, License. Or the inspectors may be an Architect or Engineer registered with the state of Florida. The County will state in its request for service which type of inspector is required. Should the requested type of inspector not be available. and the vendor provides a higher licensed inspector, the County will be invoiced at the -lower -inspector rate. The estimated annual need for these services is one thousand (1.000) hours - c. Fire Safety Plans Examiner and Inspector Each plans examiner and inspector must maintain current. active Fire Safety licenses certified by the Division of State Firelklarshal as required by Chapter 633. Florida Statutes. The estimated annual need for these services is one hundred twerry-five (125) flours for fire safety plans examiner and one hundred tvventy-five (125) hours for fire inspector. Responsibilities of Ven4-o—r a. Review and process construction plans for issuance of building permits on an as -needed basis. Inspection and plans review services must include, but not be limited to building, roofing. mechanical (HVAC). plumbing. structural. electrical. fire safety, as well as providing all administrative documentation as required by the County. b. Inspect permitted construction within the County for compliance With the Current Florida Building Code, National Electric Code, Florida Fire Prevention Code. County codes and ordinances and permitted plans and specifications, c. Prepare and deliver to Lake County written reports of inspections and investigations of complaints and other reports as may be reasonably requested by the County. High quality electronic copies are acceptable: Flie type must be compatible with Lake County. County inspection fonts and processes must be used as well as entering information into the soffivare used by the Building Services Division. d. Contact contractors. architects, engineers and citizens about construction projects, code questions and other concerns. e. Perform other duties related to or incidental to inspectors and plans reviewers primary duties as described and that the County may from time to time assign. The duties and responsibilities may change from time to tune. Theses duties limited to. Housing Standard Inspections, mmay include. but not be f. As workload expands it is expected that the workforce will be increased so that scheduled daily inspections are completed that day. As workload varies. it is expected that 2 Page 13 of 16 S. DO(AIWA I -Iff IN rlfiocl RrAIr"'ItS.tw2s Ilmkhng Mr" Row" 'v�l infix t aJ+:-:3N�inR.,i­ AM A,--1 4'A0 ME M Is. fhrrx rVIA RIT Number 18-091-11" the vendor's workforce is adjusted in a like manner so that scheduled daily inspections are completed each day. g. Perform these duties during normal business hours of 7:30 ANI to 5:30 PM. Monday through Friday, or as maybe altered with mutual agreement. g h. In the event of a hurricanc,"ernergency, the vendor will provide emergency twenty-four (1-4) hour Building, Code services to sun'ey damage to structures, i. A representative of the vendor must attend one (1) monthly meeting to maintain consistency: attendance will be at no additional cost to the County.' Section 2.3 Operational Procedures The County will contact the vendor by email specifying the number of inspectors. plans examiners and the approximate hours or days that will be needed. The vendor will be required to provide the requested inspection and plans review services within twenty -tour (24) hours of receiving the email from the County requesting such services. Section 2.4 County Assistance to be Pro,0ded and Report Preparation a. The County will provide office space. desks. desk chairs. file cabinets. local phone service and use of a photocopier. fax machine. scanners. computers and county software during the term of contract. The individual or vendor will he responsible for its long- distance phone charges other than those related to County business. office supplies and other equipment necessary for the performance of its responsibilities. b. The County will provide permitting stiff for the processing of applications and issuance of, permits. County staff will collect all fees and maintain records associated with application. reviews. and inspections of permitted structures or activities, c, The County provides the zoning staff to perform plot plan review and issuance of zoning clearances, d. The County will retain all records and documents. The vendor is permitted to make and maintain duplicate copies of tile files, record, and documents at their own expense: however. in no way will the confidentiality as permitted by applicable law be breached. a. Training and cost of training is the responsibility of the Vendor. Section 2.5 Special Conditions of Proposed Contract a. Permits. Taxes. Licenses. Insurance Page 14 of 16 S7 2f; I" � � C at.,it*. V ts-092��, 13.ddiag ilia. iS.W2.411 11.4,1.1! 1,41- Rm;111 RF PNunAvr: 18-1)928 The vendor must, at its own expense, obtain all necesNary permits. pay all licenses, fees and taxes required to comply with all local ordinances' state and federal laws, rules, regulations and professional standards that would apply to the contract. b. Laws and Ordinances The vendor must observe and comply with all Federal. State and Local laws. ordinances. rules. regulations and professional standards that would apply to the contract. c. Selling. Transferring or Assigning of Contract No contract awarded under these terms. conditions and specifications will be sold, transferred. or assigned without the written approval ofthe Count,, - d. Addition or Deletion of Services The County may require additional services that may not be specifically listed in the RFP. The vendor agrees to provide such services and must provide the County with prices on such additional items based on a formula or method that is the same as. or similar to that used in establishing the prices in this RFP. If the prices or contractual terms offered are not acceptable to the County and the situation cannot be resolved to the satisfaction of the County, the County reserves the right to procure those items from other vendors. c. Continuity of Inspection,,; For each discipline (building. plumbing, electrical, fire safety, or mechanical FIVAC). there will be no more than two (2) individual inspectors providing inspections for each project. Is S 00( 1 NILN f 2v I s Y IXW)42fl I W,kh— Asan n R�. Page 15 of 16 -1 Are, N402,S11 iii Batu» Ptxn 14,,- A.1 1.,N01- Av-­; CAO _1)-2116X) ATTACHMENT B: PRICING PRIONG SECT ON IE i,'n",nre ,nope I tpie unB,I not Iry Irate,% f aI C j I t�chod ,�anr€ tup",nfa n rom1i t inachancw aI u) mclude C 7rl,el anu, fc. o I I c c. G ttae accepinhIe IIc enure txitx _O r«, II,t.r,l.. ills Copw, %A ciIrr-nI Itcela9Cd t 'tea'c'ne"' 11nd ;af ;ail [hlhh Air scar Mh da and ml"hal rixtc5 tpwId m p7n u1c,e & isH mclu is (M%el ;trial .11' crlhcr aneld,:wa( cc,st.a Line Itrmw I & '_: Phikr Rra irnirr. Ttie Wk Ond dolk MW : pn",,ecl b% the %cndor kir+to, "Ork nesor', lnu;t Itr.,yitwe ilt.7t IIIc ena,in dtial Inir , I'll IIIIY th., (IIIicIfoll u.III ho located 81I ruher da; ,CndfIF ; Inclht} c,I at IIIc ( om!f%-1.imun,t„:won Bmldtnz� aa. idt Me mupport sire 9ied u' p'� rraierttp h ” 4 of tir: yMlemcm of \6"%.,d. The daik rate :Mall C011n't cit' plala r c text ll",11 ti'] ,in ct, hl 1s t lom !rents} <,,n JI ,uo-_lc „nr6 sn•_ K, Liar Item, 3-7: I11rprctnr Senier,. Tile how aria dntl�. me�, h,. tht f el,.jN aui %',ork c�,+o AM;) ;rrc;¢irn_ filial Ilse lud r ldu:al .7crlti7rlulilz M1, I`lwcltor %, III i�M ;� e:a.,aiauaarttts E�icetrc,ntcafi. 1.an(foul,t,-pfo%idcd.e%rc,ruIrfocccdI,,;p"cit'ic.I,:,rYntuelu>c(urm_,otdi,,J:a% file hourl" rvc ah.al' meluile all ll ac _°1 :Ind ti: +r pr ei1',,111111_ Ow ;cry, ice ,, nh t%, c0lnuacnce r por recegal ,'I`ai;Iv :poen¢; Illd cammue 111111( cc*troupaleltcrn of cltort :te K hiet:tl c+,?rG: h;vcatr�7it c:teh da i he dntEc ,:otos ;Stull nl,audr a(f tri,, cl r,rud r<oci;rled ccs!, ti:>r trert,.rrl3afn � urspeetlaia ;ee, iQe, hair etch[ Iso hc,ur; aft 71 nule +.1r�rkapt,^ d:1y Tkte C'r,ltuty 's lH �aaatc m its recpr�'St fiat >et,, roe I,.Iurh t,prc i,f ❑:treciclr s, ttctulreJ 5hcruld the tecpucstc�el Q, plc c,f na r s,aar nc,t .1c :r%:aahrPrGc :arid tCu° , utak^r p)u'r , � ie> , Illnc�r h:�enu:cl m,i>cctc'�r die (`ounle <hall'.re lilt "tarda the rate Linc Item 8: rire Plans RrOMis Aniec+_ The hourh and daily caws proy'xon,i I.)e E1ic f etack,, t`ar €Iris orh cmyors mum fn<,= drat ,lac m1% IBM nerforumr_< on fulaw"I ,%ill be ff.Wd w con the d, -i's I3ctl11. ,rr at the 4mm* Almmewfon FiCtMmg 111111 Iiia llprpa ,prd A act , parrra�rap6 "-4 g Me SulIenler,l 01"%11'Olk Fhe doll} nate 1111.•! COtImst o➢ plan re%ve%r ell'nrt tar :ua e1fd1l I hour p>csl0d esti .r u,_ Ic %%orlmn, da" Linc Itrm tN: Firc 1111+pecim-Ankm Th Swrly olid doth, talc; mop„„cd :rc the Iomh:n #cn an, ,cNJ, Ile�;r+r} n1tl'rt prciunre that the Inde, ultra! per6ar A”; du, iilnctnm',c d rccen e clsaienntcla,. c'ecuf.,lrlcail% m a C fnn -p' w lded dee ice .rt d I eyd 0 t MCKc a_ 9¢alnar.t> durutY McCown il aw da^, T he hc7urla. t, ,lu1d a ,.ludo jH fraccl aucl I ctalcd L'Im, Icer pellormutc til.r, ice f% fill hallus Ic cotnrnu ce U11011 rec,,,Qat of a tlyuinetri, nlid canuiu:° ,fritl Lolllplcuol. o,t ,.tfoa aI ale firml cork location n each da. Th': datia raid nau,+I Iucludc :11I tma Cl n1%131sc+cone%(eav;,r> h'n' rrcrfi 111IIH:; 111>1)ecnoa l nr, ice% I'ol eIYIII is r flours on r1 9na°.2IC s prlctat_ dao ifCnl 111'rITN Z1Cti'Cri DiiDn EmoU 7Cr Hwr Rate piver bilk' ( ('Itai7y r7c"^, fcc,cr r � f7'.r y /U(7 _ Mm" Rv lack bk ,{ F r,1 W; l Ito i , Fain,', . Clneihne lua;vcctc,r _� .y i[35 C 6 d_10 d Bulldln_ hisocciof > 95 1ryitnid -, olu, tine Irad: iu,cock.+f 5 > 7110 Ir E1c2cnfcaL ilechaetic;tC, ar,d {'9tfiraGltts 11%11 il;reCIVI IIIi�:"i CQlir tlti I,t ,.'j, E 1 12 i 1(]tjFj L: _l ono-✓ , i �n�jfi � � �, Page 16 of 16 SD()('IAI F.%72vlfti IIkouI It r XI1M1 I. I S-o931Snui111uI`haRoi.,aAnd)n1111wn' la*O,rrSn Bu,Y,Lng Pk:n R,.a c,+A IAr rn­iiAO 'AFM q?Z IA.Dt,, i & A ! I I i; V 11) 4 - R - A 1. 1, L 0 S '- MODIFICATION OF CONTRACT Modification NumberOne (1) Contract Number. 18-0920B Effective Date: 10/23t2019 Title: Building Plan Review and inspection Services (Not EngingKiggl Effective Date. 10/23/2018 Contracting Officer: Ralph (Ed) Tipton, CPSM, CPPO, Contractor Name and Address: CPPB E-mail: PTiplon@LakeCountyFL.gov Name: Universal Engineering Sciences, Inc. Telephone Number: (352) 343-9389 Address: 3532 Maggie Blvd City: Orlando, Florida 32811 Issued By: Procurement Services Lake County Administration Building ATTENTION: Sherman Baker 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sip Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to extend contract for one (1) year expiring October 22, 2020. CONTRA R SIGNATURE BLOCK LAKE COUNTY SIGNATURE BLOCK Signature: Signature: Print Name: J> g v/,0 /?2 0kjyZ0A,/ Print Name: Title: Title: ContractingOfFitcer Date: Date: Pa i E-mail: Secondary E-mail: jAl Distribution: Original -Did Fdc Copy - Conuncw Con1mving Off= PROCUPEMENI-SERVICES DIVISION OF OFFICE OF MANAGEMENTAND allDGETSERVtCF-S P.O. BOX 7800 - 315 W, MAIN ST., TAVARES. FL 32778 - P 352,343,9939 - F352.W.9473