Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 10_11/14/2019 Agenda Item #10. Regular Council SSTAFF MEMO Jr, Meeting: Regular Council - Nov 14 2019 Staff Contact: Matthew Hammond Department: Utilities TITLE Authorize Piggyback Contract and Purchase Order with National Metering Services for Installation of Potable Water Meters SUMMARY: The Utilities Department has a need engage the services of a water meter installation contractor to install 3/4" and 1" water meters within the Village potable water system. The Village serves approximately 5,100 water accounts within the utility service area. Each of these accounts is billed for the water that they use according to the flow measured by an onsite water meter at each connection. The typical service life of a positive displacement water meter is 10-15 years, at which point the batteries within the meter register begin to fail at a rapid rate and the replacement cost becomes economically justifiable due to revenue lost from meter inaccuracies. To select the most cost-effective and qualified meter installation contractor, Village staff conducted a igorous selection process which included: reviewing available contracts with larger municipal entities that had the potential to offer cost savings from economies of scale, interviewing the selected contractors from advantageous municipal contracts, and conducting reference checks on the meter installation contractor determined to be the most cost-effective and qualified. The result of this process is a recommendation to award the meter installation work to National Metering Services, Inc. To ensure the lowest possible price, staff is recommending that the Village piggyback Seminole County's contract with National Metering Services. This selection by Seminole County was originally completed through a competitive selection process - Seminole County, RFP No. 1210-17/RTB, Replacement of Small Water Meters. If approved, the Village would accept National Metering Services' pricing by piggybacking Seminole County's contract including all terms, conditions and pricing therein. The term of the proposed contract is set to expire on April 30, 2020 with two (2) one-year renewals available. The expiration date will not affect Purchase Orders issued prior to the date of expiration. In addition, a purchase requisition for $104,600.00 is requested for the installation of 3/4" and 1" water meters and supporting services. The purchase requisition is broken down as follows: Item Quantity Unit Price Extended Price Install 3/4" Sensus iPERL Meter & Flexnet 2,225 $34.00 $75,650.00 •Endpoint Install 1" Sensus iPERL Meter & Flexnet 140 $34.00 $4,760.00 Endpoint Page 133 of 427 Agenda Item #10. Item Quantity Unit Price Extended Price Replace Meter Box & 500 $20.00 $10,000.00 id Existing Testing of Removed Water 2,365 $6.00 $14,190.00 Meters Total $104,600.00 The Village has not worked with National Metering Services before, however positive references were received from the City of Ormond Beach, City of Belleview, City of Margate, and Marion County. BUDGET INFORMATION: BUDGETED AMOUNT: AVAILABLE AMOUNT: EXPENDITURE AMOUNT: $750,000 $750,000 $104,600 Additional Budgetary Information: Funding Source(s): Note: Additional requests for this line item are 401-411-552.601 presented in this agenda. POTENTIAL MOTION / DIRECTION REQUESTED: Authorize piggyback contract and associated purchase requisition with National Metering Services, Inc. ATTACHMENTS: •Proposed Agreement - Small Water Meter Replacement - National Metering Services.ada Seminole County - Replacement of Small Water Meters - RFP Seminole County - Replacement of Small Water Meters - RFP -Addendum No. 1 Seminole County - Replacement of Small Water Meters - RFP -Addendum No. 2 Seminole County - Replacement of Small Water Meters - RFP - Addendum No. 3 Seminole County - Replacement of Small Water Meters - RFP - Addendum No. 4 Seminole County - Replacement of Small Water Meters - RFP - Addendum No. 5 National Metering Services - Seminole County Proposal • Page 134 of 427 Agenda Item #10. • VILLAGE OF TEQUESTA CONTRACT FOR SMALL WATER METER REPLACEMENT SERVICES THIS CONTRACT FOR SMALL WATER METER REPLACEMENT SERVICES is entered into and effective this day of November 2019, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive,Tequesta,Florida 33469-0273,organized and existing in accordance with the laws of the State of Florida,hereinafter"the Village"; and NATIONAL METERING SERVICES, INC., a New Jersey corporation duly authorized to conduct business in Florida, with offices located at 163 Schuyler Avenue, Kearny, New Jersey 07032, hereinafter "the Contractor" and collectively with the Village, "the Parties". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by both Parties,hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the Contractor shall provide water meter installation services for approximately 2,365 water accounts within the Village's utility service area. The Parties agree to enter into this Agreement and piggyback for the installation and replacement services at the unit prices described in the Contractor's May 1, 2017 three-year Contract with Seminole County awarded through RFP No. 1210-17RTB. Said contract, including its attached exhibits, are hereby fully incorporated into this Agreement and is attached hereto as Exhibit"A". Authorization to piggyback on the contract and amendments is hereby fully incorporated into this Agreement and is attached hereto as Exhibit ''B„ 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the unit prices provided in Exhibit"A". 3. INSURANCE AND INDEMLNIFICATION: The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as are specified in Exhibit "A" and shall name the Village as an "additional insured" on the liability portion of the insurance policy. The Contractor shall at all times indemnify, defend and hold harmless the Village, its agents, servants, and employees, from and against any claim, demand or • Page 135 of 427 Agenda Item #10. cause of action of whatsoever kind or nature, arising out of error, omission,negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Agreement. 4. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133, Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six(36)months immediately preceding the date hereof. This notice is required by Section 287.133(3)(a),Florida Statutes. 5. TERM; TERMINATION; NOTICE: Pursuant to the Seminole County Contract, the original contract term will expire on May 1, 2020. In addition, the original contract may be renewed for two (2) successive periods not to exceed one(1)year each, in accordance with Exhibit "A". This Agreement may be terminated by either party upon thirty (30) days written notice to the other pal ty. Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the following addresses: • Village Contractor Village of Tequesta National Metering Services, Inc. 345 Tequesta Drive 163 Schuyler Avenue Tequesta, FL 33469-0273 PO Box 491 Attn: Matthew Hammond, Kearny,NJ 07032 Utilities Director Attn: William Castle, President 6. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agrees that this Agreement is not a contract for employment and that no relationship of employee—employer or principal—agent is or shall be created hereby,nor shall hereafter exist by reason of the performance of the services herein provided. 7. ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement, the prevailing party shall be awarded attorney's fees, including fees on appeal. 8. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Agreement. • Page 2 of 4 Page 136 of 427 Agenda Item #10. • 9. AMENDMENTS &ASSIGNI'IENTS: This Agreement, all Exhibits attached hereto, and required insurance certificates constitute the entire Agreement between both parties; no modifications shall be made to this Agreement unless in writing, agreed to by both parties, and attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the provision of services called for in this Agreement without prior written consent of the Village. 10. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter,prevent, and eradicate fraud,waste,mismanagement,misconduct, and abuses. 11. PUBLIC RECORDS: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records, the Contractor must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A Contractor who fails to provide the public records to the Village, or fails to make them available for inspection or copying,within a reasonable time may be subject to attorney's fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Proposal or Bid are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the Contractor does not transfer the records to the Village. Finally, upon completion of the Agreement, the Contractor shall transfer, at no cost to the Village, all public records in possession of the Contractor, or keep and maintain public records • required by the Village. If the Contractor transfers all public records to the Village upon Page 3 of 4 Page 137 of 427 Agenda Item #10. • completion of the 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 the Agreement, the Contractor shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. 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 AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT lmcwilliams(&,tequesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. IN WITNESS WHEREOF, the parties hereto have executed this Contract on the date • and year first above written. WITNESSES: NATIONAL METERING SERVICES, INC. By: William Castle, President (Corporate Seal) VILLAGE OF TEQUESTA ATTEST: By: Abigail Brennan,Mayor (Seal) Lori McWilliams, MMC Village Clerk • Page 4 of 4 Page 138 of 427 Agenda Item #10. • EXHIBIT A • • Page 139 of 427 Agenda Item #10. • CONTRACTOR SERVICES AGREEMENT REPLACEMENT OF SMALL WATER METERS (REP-1210-17,41.T11) THIS AGREEMENT is datcx1 as of the , day of r14,44- 0/ ' by and between NATIONAL METERING SERVICES, INC., duly authorized to conduct business in the State of Honda, whose mailing address is P.O. Box 491, Kearny, New Jersey 071)32, hereinafter refined to as"CONTRACTOR",and SE INOLE COUNTY,a political subdivision of the State of Florida, whose address is Scrni.00le County Services Building, 1101 East First Street, Sanibrd,Florida:32771,hereinafter re tred to as 'COUNTY". WITNESSETH: WHEREAS,COUNTY desires to retain the services of a competent and qualified contractor to provide replacement of small water meters to Seminole County;and WHEREAS,COUNTY has requested and received expressions of interest for the retention • of services of contractors:and WHEREAS,CONTRACTOR is competent,qualified,and desires to provide those services according to the terms and conditions stated herein, NOW,THEREFORE,in consideration of the mutual understandings and covenants set forth herein,COUNTY and CONTRACTOR agree as follows: Sewn 1. Services. (a) COUNTY does hereby retain CONTRACTOR to four ish professional services and perform those tasks as further described in the Scope of Service;,attached as Exhibit A and made a part.hereof Required services shall be specifically enumerated,deactibe d,and depicted in the Work Orders authorizing performance of the specific project,task,or study. CONTRACTOR shall also be bound by all requirements as t ontaiue d in the solicitation package and all addenda thereto. This • Itepi cmern of Brut plater Tt+i t xrs (RF!'-121{1-131RTB) CERTIFIED COPY-GRANT At lt}Y ' z'yr, N ERKOFTHE ORO ITCOURT , P I Qf23 AND COMPTROLLER '�'t sE IP 1..CD MTV,FLORIDA 0 Page 140 of 427 Agenda Item #10. • Agreement standing alone da+s not authorize the performance of any work nor require COUNTY to place any orders ftr work, (b) CONTRACTOR may utilize labor categories that arc not included in the foe proposal for each Work Order, but that have been approved in the Master Agreement. If a substitution is necessary, the work shall he completed within the appravoi Time Basis lr t.To-Exceed or Limitation of Funds)Work Order amount. In no event shall the Work Order amount be modified as a result of any changes in labor categories. CONTRACTOR shall submit a written request to the COUNTY'S Project Manager for approval of any substitution prior to the utilization of any labor category flit service. COUNTY'S Project Manager's approval of any substitution must take place prior to submission of the invoice. Any approved labor category substitution shall be based on the prevailing labor categories and ter associated hourly rates established in the Master Agreement that are in effect on the date of COUNTY'S approval for any substitution. • Section 2. Term. This Agreement shall tike effect on the date of its execution by COUNTY and Shan run fora period of thr a( )years and,at the sole option of COUNTY,may be renewed for two(2)successive periods not to exceed one(1)year each. Expiration of the term of this Agreement shall have no effect upon Work Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized by the Work Order, Section 3. Authorization for Services. Authorization for performance of professional services by CONTRACTOR under this Agreement shall be in the form of written Work Orders issued and executed by COUNTY and signed by CONTRACTOR_ A sample Work Order is attached as Exhibit B. Each Work Order shall describe the services required,state the dates for commencement and completion of work,and establish the amount and method of payment. The Work Orders will be issued under and shall incorporate the terms of this Agreement. COUNTY makes no covenant or • Replacement of Small Water Meters (RFP-1210.17IRTB) Page 2 of 23 Page 141 of 427 Agenda Item #10. • promise as to the number of available projects nor that CONTRACTOR will perform any project for COUNTY during the life of this Agreement. COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by COUNTY to he in the best interest of COUNY to do so. Section 4. Time for Completion. The services to be rendered by CONTRACTOR shall be cotmnenced as specified in such Work Orders as may be issued hereunder and shall he completed within the time specified therein. Section 5. Compensation. COUNTY agrees to compensate CONTRACTOR for the professional services provided for under this Agreement on either a"Fixexl Fee"basis or on a"Time Basis Method". CONTRACTOR shall be.compensated in accordance with the Rate Schedule attached as Exhibit C, Section 6. Reimbursable Expenses. • (a) If a Work Order is issued on a Fred Fee or Time Basis Method,then reimbursable expenses are in addition to the hourly rates. Reimbursable expenses arc subject to the applicable "Fixed Fee", 'Not-to-Exceed", or "Limitation of Funds" amount set forth in the Work Order. Reimbursable expenses may include actual expenditures made by CONTRACTOR, its ernplctyees, or its professional associates in the interest of the Project for the expenses listed in the following paragraphs: (I) Travel expenses in connection with the Project based on Sections 111061(7) and(8),Florida Statutes,or its successor,and subject to the limitation listed below;tong distance calls and telegrams;and fees paid for securing approval of authorities having jurisdiction over the Project, Reimbursement for meals,travel,vehicle ni icage,tolls and parking shall not apply to local ernployecs • of CONTRACTOR. 1 S Replacement of Small Water M#Geis (RFP-121 O-X 7IRTI3) Page 3 of 23 • Page 142 of 427 Agenda Item #10. A_ Reimbursement tbr t�.r miie+a. a shall be at the rate allowable• St able icy the Federal Internal Revenue Services. Reimbursement for local mileage,defined as within a fifty(50) mile radius of the job site,is not allowed. B. Car rental reimbursement is limited to compact ears for up to two(2) occupants and intermediate cars for more than two(2.)occupants. C. Reimbursement for lodging shall be at$75.00 or the actual expenses for lodging at a' r.-resort"-type hotel Located its Seminole County, Florida. I . Meals shall not exceed: 1. Breakfast: $6.00 without receipts $10.00 with receipts; 2. Lunch: $11.00 without receipts $13.00 with receipts 3. Dinner, • $19,00 without receipts $27.00 with receipts. E. Reimbursement for aithre shall be based on coach rates. (2) Expense of reprnduetion, postage, and handling of drawings and specifications are authorized at actual cost only. (3) If authorized in writing in advance by COUNTY, the cost of other expenditures made by CONTRACTOR in the interest of the Project_ (b) Any reimbursable expenses under this Agreement shall be supported by a source document such as a receipt or invoice with the employee's name,Project name,and brief explanation of the expense. Al!reimbursable expenses shall be itemized on the invoices. (e) All reimbursable expenses must be allowable, allocable to the contract, and reasonable,as solely determined by COUNTY. • ReplKatleni of Sato/1 WaIer Meters (RFP.1210-17JR'm) Pane 4 of 23 Page 143 of 427 Agenda Item #10. • Section 7. Payment and Billing. (a) If the Scope of Services required to be performed by a Work Order is clearly defined, the Work Order shall be issued on a Fixed Feu basis. CONTRACTOR shall perform all work required by the Work Order,but in no event shall CONTRACTOR be paid more than the negotiated Fixed Fee amount stated therein, (h) If the Scope of Servic is not clearly defined,the Work Order may be issued on a Time Basis Method and €ontain a Not-to-Exceed amount.- a Not-to-Exceed amount is provided, CONTRACTOR shall perform all work required by the Work Order, but in no event shall CONTRACTOR be paid more than the Not-to-Exceed amount specified in the applicable Work Order. (c) If the Scope of Services is not clearly defined,the Work Order may be issued on a Time Basis Method and contain a Limitation of Funds amount. CONTRACTOR is not authorized to • exceed that amount without the prior written app1Ovdl of COUNTY. Said approval, if given by COUNTY, shall indicate a new Limitation of Funds amount. CONTRACTOR shall advise COUNTY whenever CONTRACTOR has incurred expenses on any Work Order that equals or of ds eighty percent(80%)of the Limitation of Funds amount. (d) For Work Orders issued on a Fixed Fee Basis, CONTRACTOR may invoice the amount due based on the percentage of total Work Order services actually performed and completed, but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount,equal to a percentage of the total services actually completed. COUNTY shall pay CONTRACTOR ninety percent(90%)of the approved amount on Work Orders One Hundred Thousand and No/100 Dollars ($!(Xl,000.00)and over in value and one hundred percent(100%)of the approved amount on Work Orders under One Hundred Thousand and Noll 00 Dollars($100,000.00)in value issued on a Fixed Fee basis. • R.eplaceu cnf of-Small Water Meters (RFP-1210-17/RTD) Page 5 of 23 Page 144 of 427 Agenda Item #10. • (c) For Work Orders issued on a Time Basis Method with a Not-to-Ex=d amount, CONTRACTOR may invoice the amount due for actual work hours performed,but in no event shall the invoice amount exceed a percentage of the Not-to-Exceed amount equal to.a percentage of the total services actually completed. COUNTY shall pay CONTRACTOR ninety percent(90%)of the approved amount on Work Orders One Hundred Thousand and No/1(JO Dollars($100,000.00) and over in value issued on a Time Basis Method with a Not-to-Exceed amount and one hundred percent (100%)of the approved amount on Work Orders under One I kindred Thousand and Noll 00 Dollars ($100,000.001). it") Each Work Order One Hundred Thousand and No/100 Dollars ($100,00O.O0) and over in vagal issued on a Fixed Fee basis or Time Basis Method with a Not-to-Exceed amount shall be treated separately for retainage purposes. It COUNTY determines that work is substantially complete and the amount retained is considered to be in excess, COUNTY may, at its sole and • absolute discretion,release the retainage or any p -lion thereof. (g) For Work Orders issued on aTime Basis Method with a Limitation of Funds amount, CONTRACTOR may invoice the amount due for services actuality performed and completed. COUNTY shall pay CONTRACTOR one hundred percent(100%)of the approved amount on Work Orders issued on a Time Basis Method with a Limitation of Funds amount. The original invoke shall be sent to: Director of County Finance Seminole County Board of Couny Commissioners Post Office Box 8080 Santard,Florida 32772 A copy of the invoice shall be sent to: Environmental Services Utilities Operations Division 3300 Dike Road Winter Park,Florida 32792 • Replacement of Small Water Meters (RFP-1210-17JRTB) Page b of 23 Page 145 of 427 Agenda Item #10. • (ii) Upon review and approval of CONTRACTOR's invoice, COUNTY shall, in accordance with the terms as set forth in Chapter 218,Fart',Florida Statutes,pay CONTRACTOR the approved amount. Section S. General Terms of Payment and Billing. (a) Upon satisfactory completion of work required hereunder,and upon acceptance of the work by COUNTY, CONTRACTOR may invoice COUNTY fbr the full amount of compensation provided for under the terms of this Agreement and less any amount already paid by COUNTY. COUNTY shall pay CONTRACTOR within thirty OD)days of receipt of proper invoice. (b) COUNTY may perform orhaveperfbnned an audit of the records of CONTRACTOR at any time during the term of this Agreement and after final payment to support final payment hereunder. Audits may be performed at a time mutually agreeable to CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined subsequent to an audit as • provided for in this Section and the total compensation so deterrnmed shall be used to calculate final payment to CONTRACTOR, Conduct of this audit shall not delay final payment as provided by this Section. (e) in addition to the above,if Federal funds are used for any work under this Agreement, the Department of Housing and Urban Development,the Onnpiroller General of the United States or any of their duly authorized representatives shall have access to any books,documents,papers,and records of CONTRACTOR which are directly pertinent to work performed under this Agreement for purposes of making audit,examination,excerpts,and transcriptions. (d) CONTRACTOR agrees to maintain all books,documents,pal accounting records, and other evidence pertaining to work putted under this Agreement in such a manner as will readily conform to the terms of this Agement and to make such materials available at CONTRACTOR's office at all reasonable times during this Agreement's period and for five(5)years • Replacement of Small Waler Meters (RFP-t2t{1-17/RTf3) Page 7 of 23 Page 146 of 427 , Agenda Item #10. • from the date of final payment under this Agreement for audit or inspection as provided for in subsections(b)and(c)of this Section_ (c) In the evert any audit or inspection conducted affix final payment, but within the period provided in paragraph (d)of this Section,reveals any overpayment by COUNTY under the terms of the Agreement,CONTRACTOR shall refund such overpayment to COUNTY within thirty (30)days of notice by COUNTY. Section 9. Responsibilities' of CO NTRACTOR. (a) 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, speciflcaticns, and any and all other services of whatever type or nature furnished by CONTRAC`l`OR under this Agreement. CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in Iris plans, analysis, data,reports, designs, drawings, specification;,and any and all other services of whatever type or nature_ (b) Neither COUNTY's review,approval,nor acceptance of,nor payment for any of the services required shall be construed to operate as a waiver of any rights under this Aga emeint,,or of any cause of action arising out of the peaforrrnance of this Agreement. CONTRACTOR shall he and always remain liable to COUNT`, in accordance with applicable law, for any and all damages to COUNTY caused by CONTRACTOR'S negligent or wrongful perform ance of any of the services furnished under this Agreement. Section 10. Ownership of Documents. All deliverable analysis,reference data,survey data, plans, and reports, or any other form of written instrument or document that may result from CONTRACTOR's services,or have been created during the Wine CONTRACTOR's perfbt rznancce . Replacement of Small Water Maus OUP-1210-17IKrB) Page 8 ern Page 147 of 427 Agenda Item #10. • under this Agreement, shall become the property of COUNTY after final payment is made to CONTRACTOR. Section 11. Termination. (a) COUNTY may,by written notice to(X)NTRACTOR, terminate this Agreement or any Work Order issued hereunder,in whole or in part,at anytime,either for COUNTY"s convenience or because of the failure of CONTRACTOR to fulfill its Agreement obligations. Upon receipt of such notice,CONTRACTOR shall: (I) immediately discontinue all services affected unless the notice directs otherwise;and (2) deliver to COUNTY all data, drawings, specifications, reports, estimates, summaries,and any and all such other information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement:,whether completed or in • pm c es,s, (b) lithe termination is for the convenience of COUNTY,CONTRACTOR shall be paid compensation for services performed to the date of termination. If this Agreement calls for the payment based on a Fixed Fee basis,CONTRACTOR shall be paid no more than a percentage of the Fixed Fce amount equivalent to the percentage of the completion of work contemplated by this Agreement as determined solely and conclusively by COUNTY. (c) If the termination is due to the failure of CONTRACTOR to fulfill its Agreement obligations, COUNTY may take over the work and prosecute the same to completion by other agreements cc otherwise. In such case, CONTRACTOR shall he liable to COUNTY for all reasonable additional costs occasioned.to COUNTY thereby. CONTRACTOR shall not be liable for such additional costs if the failure to perform the services required by this Agreement arises without any limit or negligence of CONTRACTOR; provided, however, that CONTRACTOR shall be • lteplaccmert(af Sznail Water Meters (RFP-I210-17IRTB) Page 4 afZ Page 148 of 427 Agenda Item #10. . responsible anti liable liar the actions of its subcontractors,agents,etripl oyecs,persons,and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually sere weather,but, in every case.,the failure to perform must be beyond the control and without any fault or negligence of CONTRACTOR (d) If after notice of termination, for failure to fulfill its Agreement obligations it is detc mine d that CONTRACTOR had not so failed,the termination ill he'conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price shall he made as provided in subsection(b)of this Section. (e) The rights and remedies of COUNTY provided for in this'Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreemennt. Section 12. Agreement and Work Order In Conflict. Whatever the terms of this Agreement conflict with any Work Order issued p usuant to it,this Agreement shall prevail. Section 13. Equal Opportunity Employment. CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age,disability,or national origin and will take steps to ensure that applicants are employed,and employs are treated during employment,without regard to race, color,religion,sex,age,disability,or national origin. This provision shall.Melucie,but not he limited to, the following: employment; upgrading, demotion or transfer, recruitment advertising; layoff or termination;rates of pay or other forms of compensation;and selection far training,including appren- ticeship- Section 14. No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for CONTRACTOR, to solicit or secure this Agreement and that it has not paid or agreed to pay any • Replacement of Small Water Mctcrs (RFP-1210-171RTB) Page 10 of 23 Page 149 of 427 . Agenda Item #10. person, company, corporation,individual,or firm,other than a horia fide employee working solely for CONTRACTOR,any fee, commission,percentage,gill, or other consideration contingent upon or resulting from award or making of this Agreement For the breach or violation of this provision, COUNTY shall have the right to terminate this Agreement,at its sole discretion and without liability, and to deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission,percentage,gill,or consideration. Section 15. Conflict of Interest. (a) CONTRACTOR agrees that it will not contract for or accept employment for the performance of any work Orr service with any individual, business,corporation, or government unit that would create a conflict ofintetest in the performance of its obligations pursuant to this Agreement with COUNTY. (1h) CONTRACTOR agrees that it will. neither take any action nor engage in any conduct • that would cause any COUNTY employee to violate the provisions of Chapter 112,Florida Statutes, relating to ethics in government_ (c) la the event that CONTRACTOR causes or in any way promotes or encourages a COUNTY officer,employee,or agent to violate Chapter 112,Florida Statutes,COUNTY shall have the right to urinate this Agreement. Section 16. Assignment. This Agreement nor any interest herein shall not be assigned, Ininsferred,or otherwise encumbered,under any circumstances, by the parties hereto Mthout prior written consent of the other party and in such cases only by a document of equal dignity herewith. Se tlen 17. Subcontractors. En the event that CONTRACTOR during the course of the work under this Agreement requires the services of any subcontractors or other professional associates in connection with services coveted by this Agreement,CONTRACTOR must first secure the prior express written approval of COUNT Y. If subcontractors or other professional associates are required • . Replacemcni of Small Water Meters (RFP,I210-17iRTB) Page tl of 21 Page 150 of 427 Agenda Item #10. • in connection with the services covered by this Agreement, CONTRACTOR shall responsible for the services of subcontractors or other professional associates_ Section IS. Indemnification of COUNTY. CONTRACTOR agrees to hold harmless, replace, and indemnify COUNTY, its commissioners, officers, employees, and agents against any and all churn, losses, damages, or lawsuits for damages, arising from the negligent, reckless, or intentionally wrong-fid provision of services hereunder by CONTRACTOR, whether caused by CONTRACTOR or otherwi se_ Section 19. Insurance. (a) General. CONTRACTOR shall, at its own asst,procure insurance required under this Section. (1) CONTRACTOR shall furnish COUNTY with a Certificate of Insurance on a current ACRD Form signed by an authorized representative of the insurer evidencing the 11111 insurance required by this Section (Ptolessional Liability,.Workers' CompcnsationfEmptoyes Liability,Commercial General Liability,and Business Auto). COUNTY,its officials,officers and anIgoYees shall be named additional insured under the Commercial General Liability policy. If the policy provides for a blanket additional insured°verage,please provide a copy of the section of the policy along with the Certificate of Insurance. If the coverage does not exist, the policy must be endorsed to include the additional insured verbiage. The Certificate of Insurance shall provide that COUNTY shall be given,by policy endorsement,not less than thirty(30)days written notice prior to the cancellation ar non-renewal or by a method acceptable to COUNTY. Until such time as the insurance is no longer required to be maintained by CONTRACTOR,CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous Certificate has been provided. • Replact ofSmalt Water Mctcas (RFP-12t0-17/KTB) Page 12 of 23 Page 151 of 427 , Agenda Item #10. • (2) The Certificate shall contain a statement that it is being provided in accordance with this Agreement and that the insurance is in full compliance with the insurance requirements of this Agreement. The Certificate shall have this Agreement number clearly marked on its faces. In lieu of the statement on the Certificate of Insurance,CONT1R ACTOR shall have the option to submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate of Insurance is being provided in accordance with this Agreement and that the insurance is in full compliance with the requirements of this Section, (3) In addition to providing the Certificate of Insurance on a current ACORN Form,upon request as required by COUNTY,CONTRACTOR shall,within thirty(30)days after receipt of the request provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. Certified copies ofpolicies may only be provided by the insurer,not the agentlbroker_ • (4) Neither approval by COUNTY nor failure to disapprove the insurance furnished by CONTRACTOR shall relieve CONTRACTOR of its full responsibility for perfonnaiioe of any obligation including CONTRACTOR's indemnification of COUNTY under this Agreement. (b) Insurance CompatzrrIte+quirements_ Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies (other than Workers' Compensation) must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Florida Office of Insurance Regulation. (2) In addition,such companies shall have and maintain,at a minimum,a Best's Rating of"A-"and a minimum Financial Size Category of"VII"according to ANL Best Company. • Replemnrent of Small Water Motors ( FF'-1210-1738113) Page 13 of 23 Page 152 of 427 Agenda Item #10. (3) If,during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall; (i) lose its Certificate of Authority; or (ii) fail to maintain the requisite Best's Rating and Financial Size Category, CONTRACTOR shall,as soon as it has knowledge of any such circumstance,immediately notify COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COU TY, CONTRACTOR shall be deemed to be in default of this Agreement. (e) apSoi.figations. Without limiting any of the other obligations or liability of CONTRACTOR,CONTRACTOR shall,at its sole expense,procure,maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in this Agreement,the insurance shall become effective • upon execution of this Agreement by CONTRACTOR and shall he maintained in form until the. expiration of this Agreement's term and/or the expiration of all Work Orders issued under this Agreement, whichever corn.e€first. Failure by CONTRACTOR to maintain insurance coverage within the stated period and in compliance with insurance requirements of COUNTY shall constitute a material breach of this Agreement, for which this Agreement may be immediately terminated by COUNTY. The amounts and types of insurance shall conform to the following minimum requirements: (1) Watkins' Compensation/Employer's Liability. (A) CONTRA.CTOR.'s insurance shall cover CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation policy as filed for use in Florida by the National Council on Compensation Insurance without restrictive endorsements. CONTRACTOR will also be responsible for procuring peeper proof of • Replacement of Small Water Meters (RFP-1 210-17/R7B) Pate 14 of 23 Page 153 of 427 . Agenda Item #10. • coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both CONTRACTOR and its subcontractors are outlined in subsection(C)below. in addition to coverage for the Florida Workers'Compensation Act,where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employees' Liability Act,and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation policy_ (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation policy shall be: $500,000.00 (Each Accident) $500,000.00 (Disease-Policy Limit) $500,000.00 (Disease-Fath Employee) (2) Commercial General Liao, ility. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form(ISO Form CG+0101)as filed for use in the State of)Florida by the insurance Services Office without the attachment of any endorsement(s)excluding or limiting coverage for Products/Completed Operations,independent contractors,property of COUNTY in CONTRACTOR's care, custody or control, or property of COUNTY on which contracted operations are being performed, explosion, collapse, or underground hazards (XCU Covergc), Contractual Liability,or Separation.of Insures. . R.eplacemcotofSmall-WftlerMold-a (11.F'P-12 t)-1 IIKTll) Page 15 of 23 Page 154 of 427 Agenda Item #10. • (B11 The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess Policy)shall be as follows: General Aggregate Two Times(2x)the Each Occurrence Limit Personal&Advertising ►1,000,000.00 Injury Limit Each Occurrence Limit $1, ,1700.00 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional Liability Insurance with limits of not less than One Million and No/l{G Dollars($1,000,000.00). (4) Business Auto Policy_ (A) CONTRAGTQR's insurance shall cover CONTRACTOR for those sources of liability whirr would be Covered by Part tV of the latest edition of the standard Business Auto Policy(ISO Form CA 00 01)as filed for use in the State of Florida by the insurance Services Office, without the attachment of restrictive endorsements. Coverage shall include owned, non- owned and hired autos or any autos_ (B) The minimum limits to be maintained by CONTRACTOR(inclusive of any amounts provided by an Umbrella or Excess policy) shall be per-accident combined single limit for bodily injury liability and property damage liability, if the coverage is subject to an aggregate,CONTRACTOR shall maintain separate aggregate limits of coverage applicable to claims arising out of or in connection with the work under this Agreement. The separate aggregate limits to be maintained by CONTRACTOR shall be a minimum of threetimes (3x)the pm-accident limit required and shall apply separately to each policy year or part thereof (C) The minimum amount of coverage under the Business AutO Policy shall be: Each Occurrence Bodily $1,000,000.00 Injury and Property Damage Liability Combined • Replacement of Small Water M+gethrs (RFP-1210-I?/RTB) Page 16 of 23 Page 155 of 427 Agenda Item #10. (d) Coverage. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary and non-contributory basis to the General Liability, Business Auto, and any other policy for which additional insured status is available, anti any otli r insurance or self' insurance maintained by COUNTY or C:OirNTY's officials, officers or employees shall be in excess of and not contributing to the insurance provided by or on behalf of CONTRACTOR. (e) Occurrence iasis. The Workers' Compensation policy,the Commercial General Liability and the Umbrella policy required by this Agreement shall be provided on an occurrence rather than a claims-made basis. The Professional Liability insurance policy may be on an occurrence basis or claims-made basis. If a chains-made basis,the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (1) bli tions. Compliance with the fbregaing insurance requirements shall not • relieve CONTRACTOR, its employees or its,agents of liability from any obligation under a Section or any other portion of this A €ement. Section 20. Dispute Resolution. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement,the parties agree to exhaust COUNTY dispute resolution procedures prior to filing suit or otherwise pursuing'legal remedies. COUNTY dispute resolution procedures for proper invoice and payment disputes arc set forth in Section 22,15,"Prompt Payment Procedures', Seminole County Administrative Code. Contract claims include all controversies, except disputes addrassed by the "Prompt Payment Procedures", arising under this Agreement within the dispute resolution procedures set forth in Section 3.5540,"Contract Claims",Seminole County Administrative Code. (h) CONTRACTOR agrees that it will tile no suit or otherwise pursue le. h remedies based on facts or evidentiary materials that were not presented for consideration in COUNTY dispute • Rcplac�cracnta.. ent of Small Water Meters (RFP•!210-17 TS) Page 17 of 23 Page 156 of 427 Agenda Item #10. . resolution procedures set forth in subsection(a)above of which CONTRAC'T'OR had knowledge and Failed to present during COUNTY dispute resolution procedures. (c) In the event that COUNTY dispute resolution procedures are exhausted and a suit is filed or legal remedies are otherwise pursued,the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall he mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation, Section 2L Representatives of CO1TNTk and CONTRACTOR. (a) It is recognized that questions in the day to day conduct of performance pursuant to this Agreement will arise. COUNTY upon request by CONTRACTOR,shall designate in writing and shall advise CONTRACTOR in writing of one or more COUNTY employees to whom all communications pertaining to the day to day conduct of this Agreement shall he addressed. The 4110 designated representative shall have the authotity`.to transmit instructions,receive information, and interpret and define COUNTY-Ts policy and decisions pertinent to the work covered by this Agreement. (I,) CONTRACTOR shall at all times during the normal work week designate or appoint one or more representatives of CONTRACTOR who are authorized to act on behalf of CONTRACTOR and bind CONTRACTOR regarding all mattes involving the conduct of the performance pursuant to this Agreement, and shall keep COUNTY continually advised of such designation. Section 22. All Prior Agreements Superseded. This document incorporates and includes all prior negotiations,correspondence,conversations,agreements,or understandings applicable to the matters contained herein and the parties agree that there arc not commitments, amts, or understandings concerning the subject matter of this Agreement that are not contained or referred to • Replacement of Small Water Mctarx (RFP-111 p-17IRT3) Page 18 of 23 Page 157 of 427 Agenda Item #10. • in this document. Accordingly,it is agreed that no deviation from the terms haeof shall be predicated upon any prior representations or agreements whether oral or written. Section 23. Modifrntions, Amendments, or Alterations. No modification, amendment, or alteration in the terms or conditions contained heivin shall be effective unless contained in a written, document executed with the same formality and of equal dignity herewith. Section 24. Independent Contractor. It is agreed that nothing herein contained is intended or should he construed as, in any manner, creating or establishing a relationship of ccrpatbiers bermthe parties or as constituting CONTRACTOR,including its officers,s,employees,and agents, as en agent,representative,or employee of COUNTY nr ulypu pose or in any manner whatsoever. CONTRACTOR. is to be and shall remain an independent contractor with respect to all services performed under this Agreement, Section 25. Employee Status. Persons employed by CONTRACTOR in the performance • of services and functions pursuant to this Agr€ ment shall have no claim to pension, workers' compensation, unemployment compensation, civil service, or other employee rights or privileges granted to COUNTY'S officers and employees either by operation of law or by COUNTY.. Section 26. Services Not Provided For. No claim tar services furnished by CONTRACTOR not specifically provided for herein shall be honored by COUNTY. Section 27. Public Records Law. (a) CONTRACTOR acknowledges COUNTY'S obligations under Article I, Section 24,Florida Constitution and Chapter t 19,Florida Statues,to release public records to members of the public upon request, CONTRACTOR acknowledges that COUNTY is required to comply with.Article 1,Section 24, Florida Constitution and Chapter 119,Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement,. Upon COUNTY'S request, CONTRACTOR shall provide COUNTY with all • Replacement of Small Water Metes (FFP-1210-17JRTS) Page/9uf23 Page 158 of 42 Agenda Item #10. . requested public records in CONTRACTOR's possession,or shall allow COUNTY to inspect or copy the requested records within a.reasonable time and at a cost that does not exceed costs as provided under Chapter 119,Florida Statutes. (b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119 071,Florida Statutes,with regard to public records and shall: (1) keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement; (2) provide the public with access to public records on the same terms and conditions that COUNTY 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; (3) ensure public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law;and • (4) Upon termination of this.Asecenterit, CONTR ACTOR shall transfer,at no cost to COUNTY,all public records in possession of CONTRACTOR,or keep and maintain public records required by COUN'1'Y under this Agreement. if CONTRACTOR transfers all public records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains the public records upon completion of this Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to COUNTY, upon request of COUNTY,in a format that is Compatible with the information technology,systems of COUNTY. (c) Failure to comply with this Section shall be deemed a material breach of this • Agreement for which COUNTY may terminate this Agreement immediately upon written notice _ r . T Replacer/will of Small Wailer Meters r` (RFP-421 t)-171KTB) Page 20 or 23 Page 159 of 427 Agenda Item #10. • to CONTRACTOR, CONTRACTOR may also be subject to statutory penalties as set forth in Section l 19.10,Florida Statute5s, (d) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR}s DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR MAY CONTACT THE CUSTODIAN OF PUBLIC RECORDS, TILE SElMIINOLE COUNTY PURCHASING AND CONTRACTS I'S MANAGER, AT 407-665-7116, RIOOPER(u 4EMESOI,ECOU.N'INFL.GOV, PURCHASING AND, CONTRACTS DIVISION, 1301 EAST SECOND STREET, SANFORD, FL 32771. • Section 28. Compliance with Laws and Regulations. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provisions of such services,including those now in effect and hereafter adopted. Any violation of said statutes,ordinances, rules, or regulations shall constitute a material breach of this Agreement and shall entitle COUNTY to terminate this Agreement immediately upon delivery of written notik.a of termination to CONTRACTOR Section 29. Patents and Royalties. finless otherwise provided,CONTRACTOR shall be solely responsible for obtaining the right to use any patented or copyrighted materials in the performance of this Agreement CONTRACTOR, without exception, shall indemnify and save harmless COUNTY and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, tar . Replacement of Small water Meters A` . (RFP-1210-171RTB) Page 21 of 23 Page 160 of 427 Agenda Item #10. • article manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of copyright or patent infringement, COUNTY shall promptly provide written notification to CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly purchase for COUNTY any infringing products or services, or procure a license at no cost to COUNTY which will allow continued use of the service or product. If none of the alternatives are reasonably available, COUNTY agrees to return the article on request to CONTRACTOR and receive.rei nbur3inent,if any,as may be determined by a court of competent jurisdiction. Section 30. Notices. Whenever either party desires to give notice unto the other, it must be given by written notice sent by certified United States mail,return receipt requested,addressed to the party for whom it is intended at the place last specified and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of 11111 notice,to wit: For COUNTY: Environmental Services Utility=Operations Division 3300 Dike Road Winter Park,Florida 32792 For CONTRACTOR: National Metering Services,Inc, P.O.Box 491 Kearny,New Jersey 07032 Section 31. Rigida At Law Retained. The rights and remedies of COUNTY provided for under this Agreement are in addition and supplemental to any other tights and remedies provided by law. • Rcplscement of Smaai Water Mcacr (RFt'-1210-17/RRT) Page 22 of 23 Page 161 of 427 Agenda Item #10. • IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement on the date below written for execution by COUNTY, T'IE8' ' NATIONAL METERING SERVICES,INC. tri Secretary re'tary d .}i ST ,Vice-President • `'ttORPOi KIE SEAL.) Date: ..2 SE INOL "OUNTY,FLORIDA By: I RAY H•t*PE ,PArr .sing and MeV `-- 1�` G/it Contra . Mara — Print Name P,14,1f � t7ate:/1 Print ane For the use and rrtlianoe As authorized for execution by the of Seminole County only.. Board f County Commissioners at Approved as to form and its r'r f �j ,20 .f 7 , A PP regular meeting legal sufficiency, • County Attorney 114117 3./ +27 P-,Lfso3Lega]Secretory CSI3'.Purdidsiag 21) TRFP 121O43aca Attachments: Exhibit A-Scope of Serr'lc es Exhibit B-Sample Work Order Exhibit C.-Rate Schedule • • —..-Replacement of Small Witter-Meters tAFP-1210-171RTB) Page 23 of 23 Page 162 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • L General Description: a. The Seminole County Environmental Services Department (SCES) requires the services of an experienced, licensed contractor to provide water meter replacement and installation services within the SCES utility's distribution systems. SCES will furnish the successful contractor with the most recent copy of the water meter atlas and reading routes in an electronic format b. The Contractor will be responsible for furnishing all supervision, labor, customer notification, tools, equipment, parts and materials to complete the requested work as specified in the Scope of Service section. The Contractor will also be responsible for furnishing all required ancillary services to which includes but is not limited to, mobilization, excavations, maintenance of traffic, and site restorations necessary to complete the requested work as specified in the Scope of Service. 2. Standards: a. SCES Utility Engineering Specifications for Water Distribution • Construction. b. Seminole County Standards for applicable public right-of-way use under County jurisdiction. c. Manual on Uniform Traffic Control Devices for Streets and Highways (most recent version) for all traffic control and maintenance of traffic. d. AWWA Standards for Water Meters —Selection, Installation, Testing and Maintenance, Most Recent Edition (M-6). e. OSHA Standards as applicable to associated work. 3. SPECIAL CONDITIONS a. Certifications: A. Contractor shall be a certified Underground Utilities Contractor or certified General Contractor, who has been in business no less than 3 years. B. Bidding contractors shall provide references and contacts in their bid package of at least three (3) similar projects within the last five (5) calendar years. • Page I 1 November 1,2016 Page 1 Of 13 Page 163 of 427 Agenda Item #10. EXHIBIT Replacement of Small Water Meters • b. Performance: A. All work shall be self-performed, under this contract all work shall be completed by the selected contractor's employees. The use of sub- contractors or contract labor is not permitted. B. Contractor shalt be adequately staffed and equipped to install 1000 meters per month. C. Contractor shall have adequately staffed and equipped customer service desk with after-hours support, capable of receiving warranty repair calls 24 hours / 7 days a week. This customer service desk shall be capable of dispatching repair technicians without any coordination from the County within a (4) four hour time frame to include weekends and holidays. D. Seminole County will supply only the following materials: A. Water Meter Bodies W' through 2", meter bodies are serialized and each installation shall be documented. B. Water Meter Encoders 4" through 2, meter encoder are serialized and each installation shall be documented. • C. Mobile RF link endpoints, endpoints are serialized and each installation shall be documented. D. Water Meter tailpieces and make-up flanges. E. Backflow Devices W' and 1". Please note 1W' and 2" Backflow Devices are customer owned the Contractor shall document any and all discrepancies so that the County can properly address all issues. F. Meter Boxes and Lids as needed. E. The Contractor shall provide all the necessary piping, fittings, gaskets and appurtenances required to complete work. F. The Contractor must not impact existing trees or landsca ping/ha rdsca ping during construction. Every alternative should be considered to avoid impacts. G. Perform and complete the work in the manner best suited to promote rapid construction consistent with the safety of life and property. H. Perform all work in the manner necessary to hold customer inconvenience to a minimum. 1111 Page J 2 6tovern bier 1,2016 Page 2 of 13 Page 164 of 427 Agenda Item #10. EXWP PT A Replacement of Small Water Meters I. Bulk material or material storage will not be permitted at the work � site. Only the materials to be used on a specific day and the following day may be kept on the work site. Bulk material shall be stored at a mutually agreed to location by the Contractor and County. J. Keep the worksite and the adjacent premises as free from material, debris and rubbish as is practical and shall remove the same from any portion of the site if, in the opinion of the Owner, such material, debris, or rubbish constitutes a nuisance or is objectionable. The work site shall be cleaned at the end of each workday. This includes sweeping of sidewalks and roadways if necessary. K. Contractor is required to use the 'Sunshine One Call" system to have existing utilities located prior to work in an area. Locate tickets shall be updated as required by relevant laws. 4. PUBLIC NOTIFICATION AND INVOLVCMENT: a. Contractor and County shall coordinate on the public involvement programs. b. The Contractor shall be responsible for notifying all affected residents and businesses, in writing, at least one week prior to the • start of construction. Notification will include the work description, expected duration, work hours and an emergency contact name and number. Every effort will be made to meet this goal and keep service interruption to a minimum. c. The Contractor will be responsible for supplying the door hangers for the above notification.A sample door hanger will be provided by the Contractor for the County to review and approve. The Contractor will be responsible for filling in the relevant information and canvassing the area to hang them. At NO TIME will tape or any type of adhesive be used to attach-the door hanger at a residence or business. 4. Contractor's Personnel: a. The Contractor must employ and assign a Project Manager who will oversee the described work and who has a minimum of five {5) years continuous field and supervisory experience in all aspects of the described work. The Project Manager shall serve as the single point of contact for all work, be responsible for coordinating and scheduling all work (including restoration) and be available (by phone, if not in person) while contractor's crews work within SCES distribution systems. Page l 3 November 1,2016 Page 3of 13 Page 165 of 427 Agenda Item #10. EXJiiPJTA Replacement of Small Water Meters • b. The Contractor shall employ and designate a qualified Quality Control Manager who shall be responsible for inspection of all field work and data collection. The Quality Control Manager shall also be responsible of random sampling of not less than 10% of the total monthly completed meter exchanges. This will provide quality assurance of all physical aspects of the service and validation of alt data attributes collected. c. The Contractor's Project Manager and Quality Control Manager can be one in the same person upon approval of the County. The awarded contractor is required to have physically presence, in Seminole County,while any assigned personnel are working. d. For each job or task assigned under this contract, the Contractor's Project Manager shall only supply qualified and responsible Service Technicians to complete requested work. Only workers who are technically competent and are of acceptable character shall be hired. e. The Contractor will only utilize employees who have successfully passed a background investigation under the auspices of the Jessica Lunsford Act; Section 1012.4651467 and 468 of the Florida Statutes. The Contractor will submit to the county, an affirmation that ALL employees working on this project have met these requirements • f. At any time the Contractor's personnel is working within the SCES distribution systems, notification is required to the SCES SCADA Operations Center at 407-665-2767_ Notification will include subdivision name, area and or streets; being as specific as possible. g. The contractor will be responsible to divide the different work areas into phases. The contractor will need to investigate the areas; subdivision or rural. Work will be completed and signed off by the County project manager in one area or phase prior to moving into another phase. h. The Contractor's field personnel shall wear similar uniforms with the company logo and shall have on their person, displayed in a conspicuous manner, a picture identification badge. The picture ID shall have the Contractor's name, employee name, title and signature, employee's picture and employee ID number. Employees without proper uniforms and identification will not be permitted to work_ i. All Service Technicians shall arrive at, and travel through Seminole County's Utility systems in a presentable service vehicle decaled with the Contractor's name, logo, telephone number and contractor's license number. • Page 14 November 1,2016 Page 4of1I Page 166 of 427 Agenda Item #10. EXFtFaT A Replacement of Small Water Meters • 5. Contractor's Equipment: a. The Contractor shall utilize and maintain all equipment in a safe and responsible manner. It is the responsibility of the Contractor to maintain all equipment so as to avoid any leaking fuel, oil, and/or hydraulic fluid, if such leakage occurs, it shall be the responsibility of the Contractor to protect the environment and the surrounding surfaces from contamination and/or damage. If said leakage is excessive or cannot be adequately contained, said equipment must cease operation and be removed from the job site, It shall be the responsibility of the Contractor to clean up all contaminated and/or damaged surfaces and properly dispose of all contaminated materials.A chain of custody document shall be submitted to the County showing proper disposal of all contaminated materials, b. All Contractor service vehicles shall be maintained in a presentable manner and shall be.decaled with the Contractor's name, logo, telephone number and contractor's license number. 6.SCOPE OF SERVICES a. Replacement of Existing Small Meters & Backflow " to 2" (Items 1 a • through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing meter and backflow device. If site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. Seminole County will provide water meter. Contractor shall provide all necessary pipe, fittings and appurtenances required for replacement of the water meter. The replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies water meter, radio unit, meter tail piece and backflow device) b. Replacement of Existing Small Meters %" to 2" (Items 2 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing meter only. Meter box and backflow device replacement if required shall be performed under a separate items. If site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. Seminole County will provide water meter. • Page I 5 November 1,2016 Page 5 of 13 Page 167 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • Contractor shall provide all necessary pipe, fittings and appurtenances � required for replacement of the water meter. The replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies water meter, radio unit, and meter tail piece) c. Replacement of Existing Small Backflow Device %6" to 2" (Items 3 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing backflow device only. Meter and meter box replacement if required shall be performed under a separate items. if site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shalt remove excess soil and debris from the site. Seminole County wilt provide backflow devices 3C1 and 1", contractor to supply 1l" and 2" backflow devices. Contractor shall provide all necessary pipe, fittings and appurtenances required for replacement of the water meter. The replaced backflow shall be returned to Seminole County at 3300 Dike Road. The contractor is • responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies meter tail piece and backflow device) d. Replacement of meter box for " to 2" meters (items 4 a & 14 This work includes mobilization, all labor and equipment necessary to replace and the meter box only...Replacement of a meter box if required by the County shalt be performed in conjunction with replacement of a meter. County shall provide meter boxes to be used, however they may not be identical to existing units. The site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. (County supplies water meter box) e. Curbstop replacement during water meter installation (Item 5 a through f) This work includes mobilization, all labor and equipment necessary to replace and the curbstop only. Replacement of a curbstop if required, shall be performed in conjunction with replacement of a meter. Contractor shall provide curbstops to be used. The unit price bid for this item shall include the additional cost for installation of meter coupling during meter replacement. Meter coupling will be provided by Seminole County. NI • Page 6 November 1,2016 Page 6of 13 Page 168 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters other materials and equipment required to make the connection shall be at contractor's expense_ It is the contractor's responsibility to properly control water flow without damaging the supply service line. The replaced curbstop shall be returned to Seminole County at 3300 Dike Road. The site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. (County supplies water meter tail piece) f. Post Exchange Old Meter Testing 4" to 2"(Items 6 a through d) This work includes mobilization, all labor, parts and equipment necessary to Post Exchange test the existing meters only. All meters shall be tested per AWWA M6 Water Meters—Selection, Installation, Testing and Maintenance, most recent edition .guidelines. The tested replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work.The contractor will repair leaks and related damage at no additional cost to the County. g. Post Exchange Concrete and Sod replacement (Items 7 a through d) • This work includes mobilization, all tabor, parts and equipment necessary to replace all concrete and sod require to restore work site to original condition The contractor is responsible for all.leaks for a period of 180 calendar days after completion of the work_ The contractor will repair leaks and related damage at no additional cost to the county. h. Testing Existing Meters in-place (Items 8 a) This work includes mobilization, all labor, parts and equipment necessary to test meters while in-place. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the county. 1111 Page 17 Page 7 of 13 November 1,2016 Page 169 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters i 7.Technical Requirements: a, Prior to commencing with any field work at any customer's residence; the selected Contractor shall arrange a scheduled appointment convenient to the customer to complete the exchange, b. Prior to commencing each meter replacement at a customer's premises, the Contractor shall inspect existing water meter settings, service piping and shut off valves. If the Contractor determines that existing conditions are such that damage to the existing service piping or the resident's property would result, the County will be so notified and the Contractor shall await the County's decision on how to proceed and then proceed in accordance with that decision, The contractor will notify customer that the meter exchange will have to be rescheduled. c. Prior to commencing with any and all work at the location, the contractor's technician.shall knock on the customers' door(s) and notifies them that the water will be off for the scheduled work. d. Prior to commencing with any and all work at the location, the site shall be digitally photographed. At a minimum of two site shots must be taken, a pre-installation shot showing the condition of the meter box and • surrounding area prior to any work and a post-installation shot showing the condition of the meter box and surrounding area after all work is corn pleted, e. Prior to removing any meters the contractor shall remove all water,dirt, debris etc. from the meter box, so as to safely extract the existing meter. In every case, the curb stop and brass meter couplings must be exposed, dearly visible and accessible for the application of tools/equipment. This worts shall be accomplished by the use a large volume contained vacuum system_ All debris and water collected shall be disposed of in a manner which will cause no health hazard, flooding or nuisance to the surrounding areas and in a manner so as not to degrade the water quality of surrounding water or violate any environmental ordinances or requirements, in accordance to Federal, State, andfor Local regulations. • Pagel 8 November 1,2016 Pale 8of13 Page 170 of 427 _ Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • f. Successful Proposer shall isolate the customer's meter by closing the curb-stop valve, however if the curb-stop valve at the meter is inoperable these details must be documented on a work order. The Proposer shall immediately contact the County's representative for approval of curb-stop valve replacement. The contractor shall use a non-Freon type freezing tool to stop the flow of water, the use of a crimping tool is not allowed. The freezing device will employ CO2 or other environmentally safe refrigerant. Upon completion of the installation, the installer will verify proper thawing of the line and the return of full water flow to the customer.The cost of the curb stop and freezing service lines shall be included in the curb-stop replacement bid price and the County shall not accept any claims for extra payment. g. The contractors technician shall remove the existing meter and backflow device. If meter has old style backflow device (fig.1), both meter and backflow device shall be replaced. If meter has new style backflow device (fig.2), only the meter shall be replaced. Technician re-installs meter and backflow assembly, taking care for proper placement of radio unit. The contractor's technician restores water and checks for leaks and verifies that all connections are water tight. h.After reattachment of the meter and backflow device to the customer's service rine, the Contractor shall flush the service at line at a hose bibb at the residence or business until the water comes out of the hose bibb without air pockets and water is clean. During this operation,the contractor shall also insure that the meter dial registers flow through the meter. i. Upon completion the technician shall install meter box lid, remove excess soil and debris from the site, restore site to pre-installation condition and take post- installation digital photos. This post-installation shot showing the condition of the meter box and surrounding area. j. After replacement meter installation, the contractor shall digitally photograph the meter, This photograph shall clearly document the meter's beginning reading, placement in the meter box and that there are no leaks. • Page I 9 November 1,2016 Page 9off 13 Page 171 of 427 Agenda Item #10. EXHIB11 A Replacement of Small Water Meters &Documentation 1 Documentation data will be collected on each water meter in agreed upon format, with the following information at a minimum: A. Location data a. Customer name b. Address c. Photos B. Old Meter Physical data— a. Identification number of both meter body and register b. Meter Brand c. Meter size d. Encoder type e. Final read f. Post Exchange meter test information. C. New Meter Physical data— a. identification number of both meter body and Encoder { RF sending unit b. Meter Brand • c. Meter size d. Encoder type e. Beginning read D. Discrepancies—Document all discrepancies so that a County work order can be concisely created. E. Scheduling-The County maintains the right to put an area "off limits" for work temporarily due to the monthly meter reading cycles. The contractor will be provided with specific areas and off limit dates once the project is awarded. 9.Work in Utility Easement/Right of Way(ROW)and Existing Utilities/ROW Improvements: a. The Contractor shall be responsible for obtaining all Utility Locates through, and in accordance with "Sunshine State One Call of Florida (SSOCOF) Excavation Guide(latest edition). The Contractor shall take all possible precautions and be responsible for protecting all underground utilities and other improvements within the utility easement and/or ROW_ The Contractor shall be responsible for obtaining and adhering to all applicable Maintenance of Traffic {MOTS andfor Right of Way permits as required by Seminole County, State of 111110 Page l 10 November 1,2016 Page 10 0113 Page 172 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • 10. Job Site Management: a. The Contractor shall set up, manage and restore. each job site in a responsible manner that includes, but is not limited to Maintenance of Traffic (MOT), pedestrian safety, and property protection. At no time during the active progress of work shall the Contractor leave the job site unattended. Each job site (regardless of duration of work) must be maintained at all times in a safe and responsible manner that does not unduly impact the surrounding areas and allows for adequate ingress/egress from properties affected, Any and all road and/or ingress/egress closures must be approved by the SCES in advance of the work. It shall be the ultimate responsibility of the Contractor to restore all work sites to pre-work condition. All restoration activities including irrigation system repairs shall be the responsibility of the contractor. 1, Warranty: a_ The contractor shall guarantee all workmanship and materials for all described work for a period of 180 days from the date of the installation. The contractor shall be responsible for all leaks within a 5 foot radius of the • exchanged meters for 180 days from the date of the installation. During this 180 day period, the contractor's crew shall respond 24 hours a day, 7 days a week, within four (4) hours of a customer call and repair leaks at no additional costs to the County. All project workmanship will be to the satisfaction of the Utility/County as stipulated by this contract and may be inspected by a Utility/County representative before approval of invoice. • Page 111 November 1,2016 Page 11 of 12 Page 173 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters Figure#1 Figure#2 • 1111 Page I 12 November 1,20161 Page 12 of 13 Page 174 of 427 _ Agenda Item #10. Exhibit B • Board of County Commissioners WORK ORDER SEMINOLE COUNTY FLORIDA Work Order Number: Master Agreement No.: [kited: Master Agreement The: Project Tide: Consultant: Address: - ATTACHMENTS TO THIS WORK ORDER: METHOD OF CDMPEN$ATIOf is [ ] drawings/plans/specifications [ ]Ned fee basis [ ]scope of services [ ]time basis-not-to-exceed [ ]special conditions [ ]time basis-limitation of funds [ ] • • [. I rtainage shall be withhekt • TIME FOR COMPLETION: The services to be provided by the CONSULTANT shall commence upon execution of this Work Order by the parties,and shall be completed within calendar days from the effective date of this Work Order. Failure to meet the completion time shall be grounds for'Termination of both the Work Order and the Faster Agreement for Default_ 410 WORK ORDER AMOUNT: D011.4ARS ($ IN WITNESS WHEREOF,the parties hereto have made and executed this Work Order on this day of for the purposes stated herein. rr7i 7.{11rr.n 4.pf.T'ETr .. � _Air ATI[JWITNESS: Consultant By: Secretary ,President (CORPORATE SEAL) Date: _ ***** *$* ****:********* ***�I� ***Kik********* :*:kik�k�K�k******************** :**************** 4 BOARD OF COUNTY COMMISSIONERS SEMINOLE COUNTY, FLORIDA WITNESSES: By: - (Rnum.n.tit Aoyou. Diane R. Reed, Procurement Administrator Date: _ ortAireirtakeysti As authorized by Section 3.554 Seminole County Administrative Code. • OC # ON #, Wark Oars •C nrtraet9,Rev 4/Q7+14 Pgge I 1,1'3 Page 175 of 427 . Agenda Item #10. Exhibit B WORK ORDER III' TERMS AND CONDITIONS a) Execution of this Work Order by the COUNTY shall serve as authorization for the CONSULTANT to ( . provide,for the stated project,professional services as set out in the Scope of Services attached as Exhibit"AA'to the Master Agreement cited on the face of this Work Order and as further delineated in the attachments listed on this Work Order. b) Term: This Work Order shall take effect on the date of Its execution by the COUNTY and expires upon final delivery, inspection, acceptance,and release of the final payments and encumbrances of the last approved amount ol'this Work Order, unless terminated earlier in as xdance with the termination provisions herein. c) The CONSULTANT shall provide said services pursuant to this Work Order,its Attachments,and the dted Master Agreement(as amended, If applicable)which is incorporated herein by reference as if it had been set out in its entirety, d) Whenever the Work Order conflicts with the cited Master Agreement,the Master Agreement shall prevail. e) METHOD OF COMPENSATION -If the compensation is based on a; (I) FIXED FEE BASIS,then the Work Order Amount becomes the Fixed Fee Amount and the CONSULTANT shall perforin ail work required by this Work Order for the Fixed Fee Amount. The Fixed Fee is an air-inclusive Firm Fixed Price binding the CONSULTANT to complete the work for the Fixed Fee Amount regardless of the costs of performance. The work to be performed by the CONSULTANT shall be based on the Labor Hour Rates established in the Master Agreement that are In effect on the date of the CONSULTANT'S price proposal for this prosect. In no event shall the CONSULTANT be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT-TO-EXCEED AMOUNT,then the Work Order Amount becomes the Not-to-Exceed Amount and the CONSULTANT shall perform all the work required by this Work Order for a sum not exceeding the Not-to-Exceed Amount.In no event is the CONSULTANT authorized to incur expenses exceeding the not-to-exceed amount without the express wriU n consent of the COUNTY. Such consent will normally be in the form of an Amendment to this Work Order.The CONSULTANT's compensation shall be based ori the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement that are in effect on the date of the CONSULTANT'S price proposal for this project, (Dl) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT,then the Work Order Amount becomes the Limitation of Funds amount and the CONSULTANT Is not authorized to exceed the limitation of Funds amount without prior written approval of the COUNTY.Such approval, if given by the COUNTY,shalt indicate a new Limitation of Funds amount. The CONSULTANT shall advise the COUNTY whenever the CONSULTANT has!named expenses on this Work Order that equals or exceeds eighty percent(80%)of the Limitation of Funds amount.The CONSULTANT's compensation shall be based on the actual work required by this Work Order and ttie Labor Hour Rates established in the Master Agreement. (iv) The CONSULTANT may utilize labor categories that are not incruded in the attached fee proposal,but that have been approved in the Master Agreement.If a substitution is necessary,the work shall be completed within the approved lime Basis(Not-To-Exceed or Limitation of Funds)Work Order Amount,and in no event shall the Work Order Amount be modified as a result of any changes in labor categories.The CONSULTANT shall submit a written request to the County's Project Manager for approval of any substitution prior to the utilization of any labor category for service,and the County Project Manager's approval of any substitution must take place prior to submission of the invoice.My approved labor category substitution shall be based on the prevailing labor categories and their assodatedf Wo Uhler—c_artraetc,Rar41?FIl4 Nam:,I3 Page 176 of 427 . Agenda Item #10. Exhibit B hourly rates established in the Master Agreement that are in effect on the date of the • County's approval for any substitution. f) Payment to the CONSULTANT shall be made by the COUNTY in strict accordance with the payment terms of the referenced.Master Agreement. g) It is expressly understood by the CONSULTANT that this Work order, until executed by the COUNTY, does not authorize the performance of any services by the CONSULTANT and that the COUNTY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT to perform the services called for under this Work Order,if it is determined that to do so is in the best interest of the COUNTY. h) The CONSULTANT shall sign the Work Order first and the COUNTY second, This Worst Order becomes effective and binding upon execution by the COUNTY and not until then. A copy of this Work Order will be forwarded to the CONSULTANT upon execution by the COUNTY. FLORIDA PUBLIC RECORDS ACT. (I) Consultant must allow public access to all documents, papers, letters or other material, whether made or received in conjunction with this Work Order which are subject to the public records act, Chapter 119,Florida Statutes and as stated in the Master Services Agreement. • Y4'xi 4lecl�t— Curtinich,ReN.4103114 east 3 of Page 177 of 427 Agenda Item #10. £(HW IT t: 1 .�_— I EST. ll'EM ITEM DESCRPTION UNIT ANNUAL UNIT COST TOTALReplacement of 3/4"meter&backflow device with 1a Testing LOT 9000 $ 68.E $ 512,000.00 ib Replacement of 2"meter&backflow device with LOT 500 S 68.00 84,000,00 _. Testing . . - Za Repiacerrient of 3/4"meter only with testing _ EACH 250 $ 34.00 5 8,500.00 2b Re«iacemerrt of 1"meter on with testing EACH 100 $ 34.00 $ 3,400.00 ic Replacement of 11f2"meter only with Testi ! LOT 250 $ 140.00 $ 3%000.00 2d Replacement ent of 2"meter only with Testing LOT 500 $ 3.60.00 $ 80000.00 3a Replacement of 3/4"backflow device EACH , 250 $ 75.00 $ 18,7511.010 3b Re.lacement of 1"back-flow device EACH 100 $ 85.00 $ 8,500.00 Replacement of meter box for 3f4'or 1"meters EACH 1500 $ 211.00 $ 50,000.00 (Includes double boxes) ' 4b Replacement of meter box for 11/2"or r meters EACH 1.00 $ 25.00 $ 2,500.00 i 5a Re.laceroent of 3/4"curbsto sin,e) EACH 250 $ 225.00 $ 55,250A0 5b Replacement of 3/4"curbstop double) EACH 250 5 355.00 $ 88,750.00 5c R pl ce tet . 1" P #-l.: '1:1111111111111.1 EACH M $ 245.04 $ 6,12540 5d Replacement of 1'curbstop(cio,ble) EACH . i $ 10,250.00 Replacement of 11/2"curbstop(singleIN = • 10 $ 3B5.00 $ 8,8S0,O1) Re laeement of 2"curbstop(sin_IeJ ~EACH 10 5 +415.00 $ 4,150.00 KM Post F.xchan:e Old 3 4''Meter Tettin= EACH 90005 6,00 $ 54,00000 Sb Post Exthan:e Old 1"Mete rlestin_ EACH 500 $ 8.00 $ 4,00000 6c Post Excha : - Ofd 1112"Meter Testing EACH 250 $ 15.00 $ _ 3,750.00 6d Post Excha ..e Old 2"Meter Testing _- EACH 500 $ 2500 5 14500.00 78 Re'facement of 4-y thick concrete sidewalk -- SF 1000 $ 10.00 $ 10,000.00 710 Re•dace merit of 6'thick concrete drivewa 5 F 250 $ 12.00 $ 3,000.00 7c Re lacernent of sod if required(Eike kind) SF 1000 $ 1.50 5 1,500,00 8a Meter Testing Only(in place) EACH 150 $ 175.00 $ 26,250.00 Grand Total - $1,117,025.00 • Page 1 of a Page 178 of 427 . Agenda Item #10. A CERTIFICATE OF LIABILITY INSURANCE DATE R"1 V) 4/27/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, ExTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW- THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERI[S}, AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the cortificute holler is en ADDITIONAL INSURED,the policy{ies]must be endorsed. If SUBROGATION IS WAIVED;subpecf t4 tho terms and conditions or the jrn iey,certain policies may require an endorsement A statement on this certificate dues net exiefer rights to the • cenIIFlcate hOIder in lieu of$uCh efc m51. lt(s) ,, -- — -rQriTACT - PTI4DUG�R NAB, Construction FAX •--- ...—! Eastern Insurance Group LLC PHONE ($00)333-7234 11+c fox:_ _WK.No.Mil: .L_e ..-•- - 233 Bleat Central St E-MAIL ADORES& �" IRSURER(SKAPfQHDIHQ COVERAGE I NAIL N Natick _ KA. 01760 imiuxERA:Liberty Idtstual Insurance -- I• INSURED 7NBURER e 0440uarei _ _ _ 142390 National Metering Services Inc INSURER C: _--••-• PO Box 497. INSURER p: 1 INSURER E_ J i'.aarng 3~13 07032 INSURER Ft J COVERAGES CERTIFICATE MU MBERAffisTER 2017 REVISION NUMBER: THIS rs TO CERTIFY THAT IEEE POLICIES OF INSURANCE t iSTi=D BFI.LYylJ I-IAVF BEEN IS.SUED TO THE INSURE/)NAMED A9OVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OE CONo4I•ION OI-ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH MIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAlTO CONDITIONS OF SUCH POLICIES-LRh7TS S1OY!NI MAY l-UWE BEEN REDUCED BY PAID CLAIM'S, ... ._ - IN$RA SUM POLICYEFF Patio.EXP 170Yra.. 7YPEOrINSURANCE • MD WPOLICY NMESER UIMODNYYY i�IIaDDtYYYYt I LIMITS X COMMERCIAL GENERAL LIABILITY I EACH OCCUNRENcE $ 1.000,000' D'AIdA130-011ENTIZI5-- .- A I CLAIMS-MACE n OCCute 1 PBEMISE0 iFEa it turielee i i 300,000 X TH2 81i-2821S1-027 7/13!:017 4/12/7018 MED EXP Opt one pe.si # . 10,000 PERSONAL.3MNMARY .3 1,'0'010,400 . 0bm.AGGRFGATE LIMIT APPLIES PER. GENERAL AGGREGATE 5 2,Q oo,DO D X PoI.IOY I 1214 I _..1 LQC PRODUCTS-CC7MPIDP Aa-.3S 2,000,000 OT71ER: r Empla-Ior:Prrti�rylz $ 1,060,.000AUTOMOBILE LIASILfT't I ( M 10LEtJIdt7" S 1.QO0,000 SEA.accident) LTC_ANY AUTO I BODILY'INJURY(PIs perm-0 _.. _....—.� ALL WINED OS SCI-EPJLED x k I AS2g11252151G17 012/2017 4,/12/2018 BODILY INJURY(Persuidu8: -n} i AUTOS -- AUTOS PROPFPT1'I3AMAOE $ --- *RED AUTOS AUIOS I i 11Mr amtIentl •-- I MrHrlK.al mayments. J-i R 'UMBRELLA LI 5 z oOGUH EACH OCCURRENCE S-_ 0,000 r 000 EX0ES5 MA8 BRIMS-MADE A{;[3REGATE ... $ ,ODQ,DOD TI I QED % RETEPUNS • 10, ioa R TH7-811-252151-01? V12/2017 4/12/201.13r$ _ iii5 KE S aisiRENsanON 1 FEft Orli-- - AND EMPLOYERS'LYLBILITY Y t N STATUTE ER . ---— ANY Mira.RIETbwPANTNER11EtcctmVE IE.L.FACI.IAGGCIENT 1 1,000,000 0FFIUFRAIk FX FACBcCLUOEFIT i TItA 12 I ., -. .. S {a d th in NH) NhRCBP ,1/1212017 A FO16 0I8� / / F L.i:1t5EASt-E.4 EMFLOVEC S 1,000 000 II yrs*natal)Iurirr t -- - I SCRINTIONOFOFFRATIONS 1dtrr_ :E4..r.HSEA$E-PC7UCYLIMIT $ 1,000,000 1 DESCRIPTION OF OPERATIONS t LOCATIONS i YEIIGLES(ALX:MO ibi,Additional Poeme+b Schedule,may is elbdled if more tome in acquired) RS: RPP-121017/ - Replacement of Small Water and Reuse Water Meters Seminole County Hoard of Coorty Commissioners, its officials, officers and employees, as additional insured CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 00-CANCELLED BEFORE S .M/NOLE COUNTY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELiIEPFD IN P1C}b4ECU OF C IssIO1!IRRS ACCORDANCE WITH THE POLICYPROViSIONS- ArITHO a ED REPRESEWATLVE . . - Tcstln T?V,er el/SRC ZJ.T.tI r= } =err`-yr"r .� =__7 lg.1988-2014ACORD CORPORATION. All rights reserved. ACORD 25(2014IU1) The ACORO name and logo are registered marks of ACORD INSID/R nnleni% Page 179 of 427 Agenda Item #10. • EXHIBIT B • • Page 180 of 427 Agenda Item #10. National Metering • SERVICES , INC PO BOX 491, 163 SCHUYLER AVENUE KEARNY, NEW JERSEY 07032 PHONE: 201-246-1115 FAX: 201-246-1831 www.nmsni.com October 29,2019 Village of Tequesta 345 Tequesta Drive Tequesta, FL 33469 ATTN: Matthew Hammond Re: Proposal to Extend Contract Services through a "Piggy Back" exemption from the Contract with Seminole County, Florida to the Village of Tequesta, Florida Dear Matthew, Attached please find the working agreement between Seminole County Florida and National Metering Services, Inc. (NMS). We are willing to extend to the same terms • and conditions of this contract to the Village of Tequesta Florida. The pricing and scope of work are as delineated in the Proposal that accompanies this letter. This offer for the Extension of our Contracted Services for Seminole County to your community—the Village of Tequesta Florida, is valid for 120 - days from the date of this proposal. If I can be of further assistance, please do not hesitate to contact me. Thank you William Castle President • Enc. Proposal for Meter Services Page 181 of 427 Agenda Item #10. SUBMIT PROPOSALS TO: REQUEST FOR Seminole County PROPOSALS (RFP) 1301 E. Second Street Sanford, Florida 32771 And Attn: PURCHASING & CONTRACTS (PCD) Proposer Acknowledgment Contact: Robert T. Bradley, Sr. RFP No.: RFP-1210-17/RTB Senior Procurement Analyst Phone: 407-665-7113 REPLACEMENT OF SMALL WATER AND Email: Rbradley02seminolecountyfl.gov REUSE WATER METERS, Pre-Proposal Meeting Proposal Due Date Date: January 20, 2017 Date: February 15, 2017 Time: 10:00 AM to 11:00 AM Time: 2:00 PM (Eastern Standard Time) (Eastern Standard Time) Location: Southeast Regional Water Plant Location of Public Opening: Conference Room Purchasing & Contracts Division 3306 Dike Road PCD Conference Room Winter Park, FL 32792 1301 E. Second Street Sanford, FL 32771 Proposer Name: Federal Employer ID Number: • Mailing Address: If returning as a "No Submittal", state reason (if so, return only this page): City, State, Zip: Type of Entity (Circle one): Corporation The undersigned Proposer hereby Partnership Proprietorship Joint Venture acknowledges receipt of Addenda Incorporated in the State of: Numbers through • List of Principals: Authorized Signature (Manual) Date Email Address: Typed Name: Telephone Number: Title: Fax Number: Date: THIS FORM MUST BE COMPLETED AND RETURNED WITH WRITTEN PROPOSAL The Proposer is expected to completely analyze the information contained in this Request for Proposals (RFP) as guidance for the preparation of their written proposal. The Proposer's written proposal should be specific, detailed, and complete in order to clearly and fully demonstrate the Proposer's understanding of 1111 the proposed work requirements, and it should include a logical plan to accomplish the task(s) under the proposed scope of work. Page 182 of 427 Agenda Item #10. • Part 1 GENERAL INFORMATION - SCOPE OF SERVICES 1. General Description: a. The Seminole County Environmental Services Department (SCES) requires services of experienced, licensed contractor to provide water meter replacement and installation services within the SCES utility's distribution systems. SCES will furnish the successful contractor with the most recent copy of the water meter atlas and reading routes in an electronic format. b. The Contractor will be responsible for furnishing all labor, tools, equipment, parts and materials to complete the requested work as specified in the Scope of Service section. The Contractor will also be responsible for furnishing all required ancillary services to which includes but is not limited to, mobilization, excavations, maintenance of traffic, and site restorations necessary to complete the requested work as specified in the Scope of Service. 2. Standards: a. SCES Utility Engineering Specifications for Water Distribution Construction. b. Seminole County Standards for applicable public right-of-way use under County jurisdiction. c. Manual on Uniform Traffic Control Devices for Streets and Highways (most recent version) for all traffic control and maintenance of traffic. d. AWWA Standards for Water Meters — Selection, Installation, Testing and Maintenance, Most Recent Edition (M-6). e. OSHA Standards as applicable to associated work. • 3. SPECIAL CONDITIONS a. Certifications: A. Contractor shall be a licensed Plumber, certified Underground Utilities Contractor or certified General Contractor, who has been in business no less than 3 years. b. Performance: A. All work shall be self-performed, under this contract all work shall be completed by the selected contractor's employees. The used of sub- contractors or contract labor is not allowed. B. Contractor shall be adequately staffed and equipped to install 1000 meters per month. C. Contractor shall have adequately staffed and equipped customer service desk with after-hours support, capable of receiving warranty repair calls 24 hours / 7 days a week. This customer service desk shall be capable of dispatching repair technicians without any coordination from the County. D. Seminole County will supply only the following materials, the Contractor shall provide all necessary pipe, fittings, gaskets and appurtenances required to complete work; 1. Water Meter Bodies 3/4" through 2", meter bodies are serialized and each installation shall be documented. 2. Water Meter Encoders 3/" through 2, meter encoder are serialized and each installation shall be documented. 3. Orion Mobile RF link endpoints, endpoints are serialized and each installation shall be documented. 4. Water Meter tailpieces and make-up flanges. • Page 183 of 427 Agenda Item #10. • 5. Backflow Devices 3/4" and 1". Please note VA" and 2" Backflow Devices are customer owned the Contractor shall document any and all discrepancies so that the County can properly address all issues. 6. Meter Boxes and Lids as needed. 4. Contractor's Personnel: a. The Contractor must employ and assign a Project Manager who will oversee the described work and who has a minimum of five (5) years continuous field and supervisory experience in all aspects of the described work. The Project Manager shall serve as the single point of contact for all work, be responsible for coordinating and scheduling all work (including restoration) and be available (by phone, if not in person) while contractor's crews work within SCES distribution systems. b. The Contractor shall employ and designate a qualified Quality Control Manager who shall be responsible for inspection of all field work and data collection. The Quality Control Manager shall also be responsible of random sampling of not less than 10% of the total monthly completed meter exchanges. This will provide quality assurance of all physical aspects of the service and validation of all data attributes collected. c. The Contractor's Project Manager and Quality Control Manager can be one in the same person upon approval of the County. The awarded contractor is required to have physically presence, in Seminole County, while any assigned personnel are working. d. For each job or task assigned under this contract, the Contractor's Project Manager shall only supply qualified and responsible Service Technicians to complete requested work. Only workers who are technically competent and are of acceptable character shall be • hired. e. The Contractor will only utilize employees who have successfully passed a background investigation under the auspices of the Jessica Lunsford Act; Section 1012.465/467 and 468 of the Florida Statutes. The Contractor will submit to the county, an affirmation that ALL employees working on this project have met these requirements. f. At any time the Contractor's personnel is working within the SCES distribution systems, notification is required to the SCES SCADA Operations Center at 407-665-2767. Notification will include subdivision name, area and or streets; being as specific as possible. g. The contractor will be responsible to divide the different work areas into phases. The contractor will need to investigate the areas; subdivision or rural. Work will be completed and signed off by the County project manager in one area or phase prior to moving into another phase. h. The Contractor's field personnel shall wear similar uniforms with the company logo and shall have on their person, displayed in a conspicuous manner, a picture identification badge. The picture ID shall have the Contractor's name, employee name, title and signature, employee's picture and employee ID number. Employees without proper uniforms and identification will not be permitted to work. i. All Service Technicians shall arrive at, and travel through Seminole County's Utility systems in a presentable service vehicle decaled with the Contractor's name, logo, telephone number and contractor's license number. 5. Contractor's Equipment: a. The Contractor shall utilize and maintain all equipment in a safe and responsible manner. It is the responsibility of the Contractor to maintain all equipment so as to avoid • any leaking fuel, oil, and/or hydraulic fluid. If such leakage occurs, it shall be the responsibility of the Contractor to protect the environment and the surrounding surfaces Page 184 of 427 Agenda Item #10. • from contamination and/or damage. If said leakage is excessive or cannot be adequately contained, said equipment must cease operation and be removed from the job site. It shall be the responsibility of the Contractor to clean up all contaminated and/or damaged surfaces and properly dispose of all contaminated materials. A chain of custody document shall be submitted to the County showing proper disposal of all contaminated materials. b. All Contractor service vehicles shall be maintained in a presentable manner and shall be decaled with the Contractor's name, logo, telephone number and contractor's license number. 6. SCOPE OF SERVICES a. Replacement of Existing Small Meters & Backflow 3/4" to 2" (Items 1 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing meter and backflow device. If site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. Seminole County will provide water meter. Contractor shall provide all necessary pipe, fittings and appurtenances required for replacement of the water meter. The replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies water meter, radio unit, meter tail piece and backflow device) b. Replacement of Existing Small Meters 3/4" to 2" (Items 2 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing • meter only. Meter box and backflow device replacement if required shall be performed under a separate items. If site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. Seminole County will provide water meter. Contractor shall provide all necessary pipe, fittings and appurtenances required for replacement of the water meter. The replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies water meter, radio unit, and meter tail piece) c. Replacement of Existing Small Backflow Device 3/4" to 2" (Items 3 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing backflow device only. Meter and meter box replacement if required shall be performed under a separate items. If site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. Seminole County will provide backflow devices 3/" and 1", contractor to supply 11/2" and 2" backflow devices. Contractor shall provide all necessary pipe, fittings and appurtenances required for replacement of the water meter. The replaced backflow shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies meter tail piece and backflow device) d. Replacement of meter box for 3/4" to 2" meters (Items 4 a & b) This work includes mobilization, all labor and equipment necessary to replace and the meter box only...Replacement of a meter box if required by the County shall be performed in 411 conjunction with replacement of a meter. County shall provide meter boxes to be used, however they may not be identical to existing units. The site shall be returned to its' Page 185 of 427 Agenda Item #10. • original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. (County supplies water meter box) e. Curbstop replacement during water meter installation (Item 5 a through f) This work includes mobilization, all labor and equipment necessary to replace and the curbstop only. Replacement of a curbstop if required, shall be performed in conjunction with replacement of a meter. Contractor shall provide curbstops to be used. The unit price bid for this item shall include the additional cost for installation of meter coupling during meter replacement. Meter coupling will be provided by Seminole County. All other materials and equipment required to make the connection shall be at contractor's expense. It is the contractor's responsibility to properly control water flow without damaging the supply service line. The replaced curbstop shall be returned to Seminole County at 3300 Dike Road. The site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. (County supplies water meter tail piece) f. Post Exchange Old Meter Testing 3/4" to 2" (Items 6 a through d) This work includes mobilization, all labor, parts and equipment necessary to Post Exchange test the existing meters only. All meters shall be tested per AWWA M6 Water Meters—Selection, Installation, Testing and Maintenance, most recent edition guidelines. The tested replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. g. Post Exchange Concrete and Sod replacement (Items 7 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace all • concrete and sod require to restore work site to original condition The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. h. Testing Existing Meters in-place (Items 8 a) This work includes mobilization, all labor, parts and equipment necessary to test meters while in-place. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. 7. Technical Requirements: a. Prior to commencing with any field work at any customer's residence, the selected Contractor shall arrange a scheduled appointment convenient to the customer to complete the exchange. b. Prior to commencing each meter replacement at a customer's premises, the Contractor shall inspect existing water meter settings, service piping and shut off valves. If the Contractor determines that existing conditions are such that damage to the existing service piping or the resident's property would result, the County will be so notified and the Contractor shall await the County's decision on how to proceed and then proceed in accordance with that decision. The contractor will notify customer that the meter exchange will have to be rescheduled. c. Prior to commencing with any and all work at the location, the contractor's technician shall knock on the customers' door and notifies them that the water will be off for the scheduled work. d. Prior to commencing with any and all work at the location, the site shall be digitally photographed. At a minimum of two site shots must be taken, a pre-installation shot • showing the condition of the meter box and surrounding area prior to any work and a Page 186 of 427 Agenda Item #10. • post-installation shot showing the condition of the meter box and surrounding area after all work is completed. e. Prior to removing any meters the contractor shall remove all water, dirt, debris etc. from the meter box, so as to safely extract the existing meter. In every case, the curb stop and brass meter couplings must be exposed, clearly visible and accessible for the application of tools/equipment. This work shall be accomplished by the use a large volume contained vacuum system. All debris and water collected shall be disposed of in a manner which will cause no health hazard, flooding or nuisance to the surrounding areas and in a manner so as not to degrade the water quality of surrounding water or violate any environmental ordinances or requirements, in accordance to Federal, State, and/or Local regulations. f. Successful Proposer shall isolate the customer's meter by closing the curb-stop valve, however if the curb-stop valve at the meter is inoperable these details must be documented on a work order. The Proposer shall immediately contact the County's representative for approval of curb-stop valve replacement. The contractor shall use a non-Freon type freezing tool to stop the flow of water, the use of a crimping tool is not allowed. The freezing device will employ CO2 or other environmentally safe refrigerant. Upon completion of the installation, the installer will verify proper thawing of the line and the return of full water flow to the customer. The cost of the curb stop and freezing service lines shall be included in the curb-stop replacement bid price and the County shall not accept any claims for extra payment. g. The contractor's technician shall remove the existing meter and backflow device. If meter has old style backflow device (fig.1), both meter and backflow device shall be replaced. If meter has new style backflow device (fig.2), only the meter shall be • replaced. Technician re-installs meter and backflow assembly, taking care for proper placement of radio unit. The contractor's technician restores water and checks for leaks and verifies that all connections are water tight. h. After reattachment of the meter and backflow device to the customer's service line, the Contractor shall flush the service at line at a hose bibb at the residence or business until the water comes out of the hose bibb without air pockets and water is clean. During this operation, the contractor shall also insure that the meter dial registers flow through the meter. i. Upon completion the technician shall install meter box lid, remove excess soil and debris from the site, restore site to pre-installation condition and take post-installation digital photos. This post-installation shot showing the condition of the meter box and surrounding area. j. After replacement meter installation, the contractor shall digitally photograph the meter. This photograph shall clearly document the new meter's beginning reading, placement in the meter box and that there are no leaks. 8.Documentation 1 Documentation data will be collected on each water meter in agreed upon format, and shall be compatible with SCES' ArcGIS/ArcMap system software in advance of work start up. A. Location data a. Customer name b. Address c. Photos d. GPS - All the water meters encountered in this contract are to be GPS mapped within sub-meter accuracy and the data delivered in an electronic Page 187 of 427 Agenda Item #10. • format compatible with SCES' ArcGIS/ArcMap system software. Coordinate data shall be field collected with autonomous GPS readings and subsequently differentially corrected via post-processing. The contractor shall further refine positions through filtering and inspection to eliminate noise, problematic satellite geometry and multi-path degradation. B. Old Meter Physical data — a. Identification number of both meter body and register b. Meter Brand c. Meter size d. Encoder type e. Final read f. Post Exchange meter test information. C. New Meter Physical data— a. Identification number of both meter body and Encoder/ RF sending unit b. Meter Brand c. Meter size d. Encoder type e. Beginning read D. Discrepancies — Document all discrepancies so that a County work order can be concisely created. 9. Work in Utility Easement/Right of Way (ROW) and Existing Utilities/ROW Improvements: a. The Contractor shall be responsible for obtaining all Utility Locates through, and in • accordance with "Sunshine State One Call of Florida (SSOCOF) Excavation Guide (latest edition). The Contractor shall take all possible precautions and be responsible for protecting all underground utilities and other improvements within the utility easement and/or ROW. The Contractor shall be responsible for obtaining and adhering to all applicable Maintenance of Traffic (MOT) and/or Right of Way permits as required by Seminole County, State of Florida Department of Transportation (FDOT) or jurisdictional authority. 10. Job Site Management: a. The Contractor shall set up, manage and restore each job site in a responsible manner that includes but is not limited to Maintenance of Traffic (MOT), pedestrian safety, and property protection. At no time during the active progress of work shall the Contractor leave the job site unattended. Each job site (regardless of duration of work) must be maintained at all times in a safe and responsible manner that does not unduly impact the surrounding areas and allows for adequate ingress/egress from properties affected. Any and all road and/or ingress/egress closures must be approved by the SCES in advance of the work. It shall be the ultimate responsibility of the Contractor to restore all work sites to pre-work condition. All restoration activities including irrigation system repairs shall be the responsibility of the contractor. 11. Warranty: a. The contractor shall guarantee all workmanship and materials for all described work for a period of 180 days from the date of the installation. The contractor shall be responsible for all leaks within a 5 foot radius of the exchanged meters for 180 days from the date of the installation. During this 180 day period, the contractor's crew shall respond 24 hours a day, 7 days a week, within 4 hours of customer call and repair leaks at no additional costs to the County. All project workmanship will be to the satisfaction of • the utility as stipulated by this contract and may be inspected by a utility representative before approval of invoice. Page 188 of 427 Agenda Item #10. • Part 2 INSTRUCTIONS TO PROPOSERS Section 1 - Contact: All prospective Proposers are hereby instructed not to contact any member of the Seminole County Board of County Commissioners, the County Manager or Deputy Manager, or any Seminole County Staff members other than the noted Purchasing & Contracts Division (herein referred to as `PCD') Contact Person regarding this RFP or their written proposal at any time prior to the posting on the COUNTY's Website of the recommendation and intent to award by County staff for this project. Any such contact shall be cause for rejection of your proposal. Interpretation of this clause will be solely at the discretion of the County. Section 2 - Public Closing: Written proposals shall be received at PCD in the specified location, date and time (considered to be the deadline for submission) as referenced in the Formal Notice for this RFP, unless otherwise revised via posted Addenda. As soon as possible thereafter, the names of the Proposers that submitted written proposals for this RFP shall be read aloud at the specified location. Persons with disabilities needing assistance to participate in the Public Closing should call the noted PCD Contact Person at least forty-eight (48) hours in advance of the Public Closing at (407) 665-7116. Section 3 -Delays: The COUNTY, at its sole discretion, may delay the scheduled due date and time for submission, if it is to the advantage of the COUNTY to do so. The COUNTY will post all changes in the scheduled due date and time for submission by written addendum posted to the • COUNTY's Website: (www.seminolecountyfl.qov/purchasinq) Section 4 — Proposal Submission and Withdrawal: The COUNTY will receive written proposals in hard copy form as stated in the Formal Notice. The outside of the envelope/container must be identified with this RFP Number and Title referenced within the Formal Notice for this RFP. The envelope/container must also include the Proposer's name and return business address. No electronic proposal submissions by email or other electronic method will be accepted. Proposals received after the scheduled due date and time for submission shall be returned unopened. The scheduled due date and time for submission will be scrupulously observed. The COUNTY will not be responsible for late deliveries or delayed mail. The time/date stamp clock located in PCD shall serve as the official authority to determine lateness of any proposal. The COUNTY cautions all Proposers to ensure actual delivery of mailed or hand-delivered proposals prior to the scheduled due date and time for submission that has been set for receiving proposals. Telephone confirmation of timely receipt of any proposal should be made by calling (407) 665-7116, before the 2:00 deadline. The Proposer is required to submit SIX (6) COMPLETE SETS in hard copy (one [1] original and FIVE (5) copies). The Proposer should submit their written proposal in person or by mail in hard copy form. The CD ROM should not include information in addition to that being provided in the original hard copy submittal. If additional information is received, PCD will serve notice to the Proposer that the additional information will not be considered under this RFP solicitation. Proposers may withdraw their proposals by notifying the COUNTY in writing at any time prior to the scheduled due date and time for submission. Proposers may withdraw their proposals in person or through an authorized representative. Proposers and authorized representatives must • disclose their identity, display proper identification and provide a signed receipt for the proposal. Page 189 of 427 Agenda Item #10. • Proposals, once opened, become the property of the COUNTY and will not be returned to the Proposer. At its sole discretion, the COUNTY may request additional information should the COUNTY deem it necessary. Section 5 - Inquiries: All Proposers should carefully examine the RFP documents. Any ambiguities or inconsistencies shall be brought to the attention of PCD Contact Person in writing prior to the scheduled due date and time for submission. Failure to do so, on the part of the Proposer, shall constitute an acceptance by the Proposer of any subsequent decision made by the COUNTY. Any questions concerning the intent, meaning and interpretations of the RFP documents including the attached Draft Agreement, shall be requested in writing, and received by PCD Contact Person at least ten (10) calendar days prior to the scheduled due date and time for submission. Written requests can be submitted via e-mail: rbradley02(aseminolecountyfl.gov. The COUNTY will not be responsible for oral instructions made by employees of the COUNTY or its authorized representatives in regard to this RFP. Section 6 - Addendum: Should revisions to the RFP documents become necessary, the COUNTY will post Addenda information on the COUNTY's Website. All Proposers should check the COUNTY's Website or notify PCD Contact Person to verify information regarding Addenda. Failure to do so may result in rejection of the Proposer's submitted proposal and a determination as "Non-Responsive". By execution of the Formal Notice for this RFP, the Proposer acknowledges receipt of all Addenda issued under this solicitation. Addenda information will be posted on the COUNTY's Website (www.seminolecountyfl.gov/purchasing). It is the sole responsibility of the Proposer to ensure that they obtain information related to any Addenda. • Section 7 - Selection Process and Award: All proposals will be reviewed by personnel as designated by the COUNTY staff in accordance with the qualification/evaluation criteria set forth in the RFP documents. The COUNTY reserves the right to conduct interviews and/or require presentations of any or all Proposers prior to selection. The COUNTY will not be liable for any costs incurred by the Proposer in connection with such presentations. Should oral presentations for this RFP be required by the COUNTY, the qualification/evaluation criteria and weights shall be used to short-list an adequate number of firms. The COUNTY anticipates award to the Proposer that submits a proposal judged by the COUNTY to be the most advantageous. The Proposer understands that this RFP does not constitute an agreement or a contract with the Proposer. The COUNTY reserves the right to reject all proposals, make multiple awards (award to more than one vendor), make a partial award, to re-solicit and advertise for new proposals, or to cancel the project in its entirety. Section 8 - Proposal Preparation Costs: Neither the COUNTY nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this RFP. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of this RFP. Section 9 - Accuracy of Proposal Information: By submission of a proposal, Proposer acknowledges that they have carefully examined the Request for Proposal documents and agrees to furnish the services specified in the solicitation at the prices, rates or discounts as proposed. Proposer agree that their proposal will remain firm for a period of up to one hundred twenty (120) days in order to allow the County adequate time to evaluate the submittals. • Page 190 of 427 Agenda Item #10. • By submission of a proposal, Proposer agrees to abide by all conditions of this proposal and understand that a background investigation may be conducted by the Seminole County Sheriff's Department prior to award. Proposer certifies that all information contained in their proposal is truthful to the best of their knowledge and belief. Proposer further certifies that they are duly authorized to submit this proposal on behalf of the vendor/Proposer as its act and deed and that the vendor/Proposer is ready, willing and able to perform if selected Section 10 - Insurance: A material fact, whether intentional or not, regarding the Proposer's insurance coverage, policies or capabilities may be grounds for rejection of the Proposer's submitted proposal and rescission of any ensuing Award Agreement. The COUNTY recommends that all Proposers review the insurance requirements listed within the Draft Agreement with their insurance carriers. A copy of the insurance certificate shall be furnished to the COUNTY prior to the final execution of the COUNTY's Award Agreement. The COUNTY reserves the right to reject the award to any Proposer that fails to provide the insurance as required within the COUNTY's Award Agreement. Section 11 - Licenses: Proposers, both corporate and individual, must be fully licensed and certified for the type of work to be performed in the State of Florida at the time of submittal under this RFP. Failure of the Proposer to be fully licensed and certified, may result in rejection of the Proposer's submitted proposal and a determination as "Non-Responsive". Any permits, licenses, or fees required shall be the responsibility of the Proposer. No separate or additional payment will be made for these costs. Adherence to all applicable code regulations, Federal, State, County, City, etc., is the responsibility of the Proposer. • Section 12 - Posting of the RFP's Recommendation and Intent To Award: The recommendation and intent to award for this RFP will be posted on the COUNTY's Website (www.seminolecountyfl.qov/purchasinq) prior to submission to the Seminole County Board of County Commissioners for final approval of award. Failure to file a protest with the COUNTY's Purchasing & Contracts Manager within the time prescribed in the COUNTY's Purchasing Code, Policies and Procedures shall constitute a waiver of proceedings. Section 13 - Public Records: Upon recommendation and intent to award for this RFP as posted to the COUNTY's website or within thirty (30) calendar days after closing, proposals are considered "public records" and shall be subject to the public disclosure regulations consistent with Chapter 119, Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the solicitation and must identify the data or other materials to be protected by separate envelope, and must state the reasons why such exclusion from public disclosure is necessary pursuant to the COUNTY's, "Compliance With Public Records Law" Form, which is required as part of the RFP documents. Ownership of all data, material, and documentation originated and prepared for the County pursuant to the RFP shall belong exclusively to the County and be subject to public inspection in accordance with the Public Records Law. Trade secrets or proprietary information submitted by a Proposer shall not be subject to public disclosure under the Public Records Law; however, the Proposer must invoke the protection of this section prior to or upon submission of the data or other materials, and must identify the data or other materials to be protected and state the reasons why protection is necessary. Section 14 - Prohibition Against Contingent Fees: It shall be unethical for any person to be retained, or to retain any company or person, other than a bonafide employee working solely for . the Proposer to solicit or secure the Award Agreement for this RFP, and that it has not paid or Page 191 of 427 Agenda Item #10. • agreed to pay any person, company, corporation, individual or firm, other than a bonafide employee working solely for the Proposer, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this Award Agreement. For the breach or violation of this provision, the COUNTY shall have the right to terminate the Award Agreement at its sole discretion, without liability and to deduct from the Award Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. Section 15 - Acceptance/Rejection/Disqualification: The COUNTY reserves the right to accept and make award to those Proposers, who in the opinion of the COUNTY, will be in the best interest of and/or the most advantageous to the COUNTY. The COUNTY reserves the right to reject any or all proposals. The COUNTY reserves the right to reject the proposal of any Proposer who has previously failed in the proper performance of an award or to deliver on time agreements of a similar nature or who, in the COUNTY's opinion, is not in a position to perform properly under this award. The COUNTY reserves the right to inspect all facilities of Proposers in order to make a determination as to the available resources to perform properly under this award. The COUNTY reserves the right to waive any irregularities, informalities, and technicalities and may, at its discretion, issue a re-procurement. More than one (1) proposal from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. Reasonable grounds for believing that a Proposer is involved in more than one proposal submittal will be cause for rejection of all proposals in which such Proposers are believed to be involved. Any or all proposals will be rejected if there is reason to believe that collusion exists between Proposers. Proposals in which • the prices obviously are unbalanced will be subject to rejection. Section 16 - Purchasing Code: The COUNTY's Code of Ordinances Chapter 220 (Purchasing Code), Administrative Code Section 3.55 (Purchasing Policy), and the County Manager's Policies & Procedures apply to this RFP in their entirety with respect to this RFP. Section 17 - Affirmation: By submission of a proposal, the Proposer affirms that their proposal is made without prior understanding, agreement or connection with any corporation, firm, or person submitting a proposal for the same materials, supplies, equipment or services, and in all respects fair and without collusion or fraud. The Proposer agrees to abide by all conditions of this RFP and the resulting Award Agreement. Section 18 - Governmental Restrictions: In the event that any governmental restrictions are imposed which would necessitate alteration of the material quality, workmanship or performance of the items offered on this proposal prior to their delivery, it shall be the responsibility of the Proposer to notify the Purchasing and Contracts Division at once, indicating in his/her letter the specific regulation which required an alteration, including any price adjustments occasioned thereby. The County reserves the right to accept such alteration or to cancel the contract or purchase order at no further expense to the County. Section 19 — Advertising: In submitting a proposal, Proposer agrees not to use the results therefrom as a part of any commercial advertising, without the express written approval by the County Manager's Office. Section 20 — Patents and Royalties: Unless otherwise provided, the Proposer shall be solely • responsible for obtaining the right to use any patented or copyrighted materials in the performance of the contract resulting from this RFP. The Proposer, without exception, shall Page 192 of 427 Agenda Item #10. • indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by the Proposer. In the event of any claim against the County of copyright or patent infringement, the County shall promptly provide written notification to the Proposer. If such a claim is made, the Proposer shall use its best efforts to promptly purchase for the County any infringing products or services or procure a license, at no cost to the County, which will allow continued use of the service or product. If none of the alternatives are reasonably available, the County agrees to return the article on request to the Proposer and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. Section 21 - Drug-Free Workplace Compliance: Proposer shall comply with Florida Statute 287.087 and failure to comply shall result in rejection/disqualification of the proposal and all agreements as a result of this solicitation. Section 22 - Public Entity Crime: Any Person or affiliate, as defined in Section 287.133 of the Florida Statutes, shall not be allowed to contract with the COUNTY, nor be allowed to enter into a subcontract for Work on this Project, if such a person or affiliate has been convicted of a public entity crime within three (3) years from the date of this Project was advertised for Proposal, or if such person or affiliate was listed on the State's convicted vendor list, within three (3) years of the date of this Project was advertised, whichever time period is greater. A public entity crime means a violation of any state or federal law with respect to and directly related to the transaction of business with any public entity or agency (federal, state or local), including but not limited to, any contract for the construction or repair of a public building or • public work involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, forgery, falsification of records, receiving stolen property or material misrepresentation. Any Agreement with the COUNTY obtained in violation of this Section shall be subject to termination for cause. A sub-Contractor who obtains a subcontract in violation of this Section shall be removed from the Project and promptly replaced by a sub-Contractor acceptable to the COUNTY. Section 23 - Uniform Commercial Code: The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the Proposer and the County for any terms and conditions not specifically stated in this solicitation. Section 24 - Proprietary/Restrictive Specifications: Proposers who feel the specifications contained herein are proprietary or restrictive in nature, thus potentially resulting in reduced competition, must notify the Purchasing and Contracts Division of their rejection upon receipt of this Request for Proposals and prior to the due date. Section 25 - Payment Terms/Discounts: The County's payment terms are in accordance with Florida Statute 218, Florida Prompt Payment Act. Cash discounts for prompt payment shall not be considered in determining the lowest net cost for evaluation purposes. Section 26 — Additional Terms and Conditions: Unless expressly accepted by the County, only the terms and conditions in this document and Award Agreement shall apply. Any and all such additional terms and conditions shall have no force and effect, and are inapplicable to this proposal if submitted either purposely through intent or design, or inadvertently appearing separately in transmittal letters, specifications, literature, price lists or warranties. It is understood and agreed that the general and/or special conditions in these Proposal Documents • are the only conditions applicable to this proposal and the Proposer's authorized signature on the Proposal Response Form attests to this. Page 193 of 427 Agenda Item #10. • Part 3 INSTRUCTIONS FOR PREPARING PROPOSALS Proposers are advised to carefully follow the instructions listed below in order to be considered fully responsive to this Request for Proposals (RFP). The Proposer warrants its response to this RFP to be correct. The firm must submit a written proposal complying with this RFP, and the information, documents and material submitted in the written proposal must be complete and accurate in all material aspects. All proposals must contain direct responses to the following questions or requests for information, and be organized so that specific questions being responded to are readily identifiable and in the same sequence as outlined below. Proposers are advised to carefully follow the instructions listed below in order to be considered fully responsive to this RFP. Proposers are further advised that lengthy or overly verbose or redundant submissions are not necessary. Compliance with all requirements will be solely the responsibility of the Proposer. Failure to provide requested information may result in rejection of the Proposer's submitted proposal and a determination as "Non-Responsive". Proposals must be submitted on 8 1/2" x 11" paper, page numbered, one (1) inch borders, single-sided, typewritten (no less than 12pt font), with headings, sections, and sub-sections identified appropriately. Proposals are limited to a total of XXXXX (XX) single-sided pages for Submittal Sections 2-5. The proposal must be divided into five (5) sections, with references to parts of this RFP • provided on a section-number basis. These section dividers must remain blank, with the exception of the typed headings listed on each for the corresponding section, as they will not be considered in the total page count limit. The five (5) Submittal Sections should be in the following order and named: 1) Required Submittals (maximum 11 pages) 2) Ability to Perform (maximum 5 pages) 3) References and Contacts (maximum 4 pages) 4) Price Proposal Please note that the Proposers will determine the page counts for individual Submittal Sections 2-5, but that the total page count for the entire written proposal should not exceed XXXXX (XX) single-sided pages, as described above. Failure to comply with this requirement may result in rejection of the Proposer's submitted proposal and a determination as "Non-Responsive". • Page 194 of 427 Agenda Item #10. • Proposal Section 1 — Required Submittals: A. Formal Notice: Completed first page of this solicitation package will serve as the title page, and is not considered in the total page count limit for the Proposer's written proposal. 1. Type of Business: The Proposer should identify the type of business entity involved (e.g.; sole proprietorship, partnership, corporation, joint venture, etc.) by circling the appropriate designation. The Proposer should identify whether the business entity is incorporated in Florida, another state, or a foreign country. 2. Corporate Information: If a Proposer is a corporation, it must be certified with the Florida Secretary of State and have an active corporate status. In the case of an out-of-state corporation, the Proposer must present evidence of authority to do business in the State of Florida. 3. FEIN: The Proposer should provide their Federal Employer Identification Number. In the case of a sole proprietorship or partnership, Proposer should include the statement "Not Applicable" in the required field. Please do not include confidential personal information (i.e. Social Security Numbers), as the proposal will become a public document. 4. Principals: The Proposer should list the names of all persons or entities serving, or • intending to serve as principals in the Proposer's firm. B. Letter of Transmittal: This letter will summarize in a brief and concise manner, the Proposer's understanding of the scope of work and make a positive commitment to perform the work in a timely manner. The letter should name all of the persons authorized to make representations for the Proposer, including the titles, addresses and telephone numbers of such persons. An authorized agent of the Proposer must sign the Letter of Transmittal indicating the agent's title or authority. This letter should also serve as acknowledgement by the Proposer that the contents of the submittal are true and accurate, and that the requirements of this RFP can be met, including but not limited to, insurance, bonding and licensing requirements. Further, the Proposer acknowledges their intent to execute an Award Agreement with the COUNTY. (1 single- sided page maximum) C. Summary of Litigation/ License Sanctions: Provide a list of any regulatory or license agency sanctions, and any litigation filed by or against the Proposer within the past five (5) years, which are related to the services as requested under this RFP. Information on litigation should include case names, case numbers, and court locations in which any action(s) may have been filed, including any monetary judgment amounts. At its sole discretion, the COUNTY may request additional information should the COUNTY deem it necessary. If no regulatory or license agency sanctions, please state "No regulatory or license agency sanctions". If no litigation, please state, "No Litigation". (1 single-sided page maximum) • Page 195 of 427 Agenda Item #10. • D. Conflict of Interest Statement (Rev. 10/19/11): Refer to Attachment "A" E. Compliance with the Public Records Law (Rev. 8/23/12): Refer to Attachment "B" F. Worker's Compensation Compliance Certification (Rev. 3/22/12): Refer to Attachment "C„ G. Taxpayer Identification Number and Certification W-9 Form (Rev. 12-2011): Refer to Attachment "D" H. Drug Free Work Place (Rev. 2/13/06): Refer to Attachment "E" I. Americans with Disabilities Act Affidavit (Rev. 6/15/01) as required by the COUNTY: Refer to Attachment "F" Proposal Section 2 —Ability to Perform (50 points): A. Qualifications of the firm, proposed personnel 1. Briefly describe the qualifications of the Proposer's firm as they relate to the development and management of programs related to the proposed work requirements of this RFP. A minimum of three (3) satisfactory years in business is required. 2. Describe the nature of the firm's business with respect to the scope of work and/or • services. 3. Provide the qualifications for the Proposer's staff, such as licenses and/or certifications, specific to the identified project team and/or all staff associated with meeting the work requirements of this RFP. Please do not include personal information (i.e. Social Security Numbers) in the resumes, as the proposal will become a public document. 4. Provide the length of time that the Proposer (and its staff) has been engaged in performing this type of service. 5. Discuss any previous involvement and experience firm members have with the proposed work requirement. B. Qualifications of sub-Contractors, if any : 1. Provide qualifications of any sub-Contractors, relevant to this project. With organization chart including sub-Contractors and the name and location of each team entity. Proposal Section 3 — Past Performance/References (20 points): A. The Proposer must submit a minimum of five (5) similar types of projects that have occurred within the past three (3) years, prior to RFP Closing. Project references must include at a minimum the client's contact name, address, phone number, fax number, email address, project name/title, a brief project description, the contract start and completion dates, and • awarded dollar value of the project. Page 196 of 427 Agenda Item #10. • B. Under Submittal Section 3, the Proposer must list these same projects and provide a more in-depth description for each project, in order to demonstrate their ability to deliver projects of similar complexity, nature and size as this project. This in-depth description must include a description of the role of the firm's members for each project, and any special features, services, conditions, or constraints of the project. Proposal Section 4— Price (30 points): Pursuant to and in compliance with this RFP, the Proposer hereby agrees to furnish all labor and materials to complete the Scope of Services in strict accordance with the Contract Documents and all Addenda issued, based on their proposed labor hours. Proposer shall provide a 'Price Proposal' using the form provided under Part 5 of this RFP solicitation, to include all loaded hourly rates for the various labor categories, in order to complete the Scope of Services. These loaded rates are to be inclusive of all direct and indirect cost including reimbursable expenses. • • Page 197 of 427 Agenda Item #10. • Part 4 EVALUATION OF PROPOSALS The Evaluation Committee will evaluate all proposals received by the COUNTY in response to this RFP in relation to the criteria below. A determination of the best qualified firm will be made by the Evaluation Committee based on the stated criteria. In order to assist in determining the best qualified firm, the Evaluation Committee reserves the right to request additional information and/or clarification of any information submitted by any Proposer. The COUNTY shall be the sole judge of its own best interests, the proposals, and the resulting agreement. The COUNTY's decisions shall be final. METHOD: The following criteria and weights shall be utilized in the evaluation of the proposals: MAXIMUM CRITERIA NUMBER OF POINTS ABILITY TO PERFORM 50 • Qualifications of Proposer's Firm, Staff and Sub-Contractors PAST PERFORMANCE/REFERENCES 20 • Five (5) similar types of projects 11111 • References PRICE • Price Proposal 30 OTHER ASSESSMENTS The COUNTY reserves the right to evaluate, prior to making an award: • Proposer's current financial statements and data; • Proposer's ability to comply with required schedule; • Proposer's past performance. The submittals will be evaluated on: Strengths: Those areas in which the proposal exceeds the COUNTY's requirements. Weaknesses: Those areas where the proposal lack soundness or effectiveness which could prevent fully successful performance of the agreement. Deficiencies: Those areas where the proposal fails to meet the COUNTY's requirements. • Page 198 of 427 Agenda Item #10. • Part 5 PRICE PROPOSAL ITEM ITEM DESCRPTION UNIT EST. UNIT TOTAL ANNUAL COST 1 a Replacement of 3/4" meter & backflow device with LOT 9000 Testing lb Replacement of 1" meter & backflow device with LOT 500 Testing c Replacement of 1 P/2" meter & backflow device with LOT 25 Testing ld Replacement of 2" meter & backflow device with LOT 50 Testing 2a Replacement of 3/4"meter EACH 250 2b Replacement of 1"meter EACH 100 2c Replacement of 111/3'meter EACH 250 2d Replacement of 2"meter EACH 500 3a Replacement of 3/4"backflow device EACH 250 3b Replacement of 1"backflow device EACH 100 3 c Replacement of 1'/2"backflow device EACH 10 3d Replacement of 2"backflow device EACH 10 4a Replacement of meter box for 3/4" or 1" meters EACH 1500 (includes double boxes) 4b Replacement of meter box for 11/2"or 2"meters EACH 100 5a Replacement of 3A"curbstop(single) EACH 250 • Sb Replacement of 3/4"curbstop(double) EACH 250 5c Replacement of 1"curbstop(single) EACH 25 Sd Replacement of 1"curbstop(double) EACII 25 5e Replacement of 1 1/2'curbstop(single) EACH 10 5f Replacement of 2"curbstop(single) EACH 10 6a Post Exchange Old 3/4"Meter Testing EACH 9000 6b Post Exchange Old 1"Meter Testing EACH 500 6c Post Exchange Old 1'A"Meter Testing EACH 250 6d Post Exchange Old 2"Meter Testing EACH 500 7a Replacement of 4"thick concrete sidewalk SF 1000 7b Replacement of 6"thick concrete driveway SF 250 7c Replacement of sod if required(like kind) SF 1000 8a Meter Testing Only(in place) EACH 150 Grand Total • Page 199 of 427 Agenda Item #10. ',iii � 4!;' �, ` ._ � f ,�"• • CONTRACTOR SERVICES AGREEMENT REPLACEMENT OF SMALL WATER METERS (RFP-1210-17/RTB) THIS AGREEMENT is dated as of the day of 20 , by and between , duly authorized to conduct business in the State of Florida, whose address is hereinafter referred to as "CONTRACTOR", and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter referred to as "COUNTY". WIT NESSETH: WHEREAS,COUNTY desires to retain the services of a competent and qualified contractor . to provide replacement of small water meters to Seminole County; and WHEREAS, COUNTY has requested and received expressions of interest for the retention of services of contractors; and WHEREAS, CONTRACTOR is competent, qualified, and desires to provide those services according to the terms and conditions stated herein, NOW,THEREFORE,in consideration of the mutual understandings and covenants set forth herein, COUNTY and CONTRACTOR agree as follows: Section 1. Services. (a) COUNTY does hereby retain CONTRACTOR to furnish professional services and perform those tasks as further described in the Scope of Services, attached hereto as Exhibit A and made a part hereof. Required services shall be specifically enumerated, described, and depicted in the Work Orders authorizing performance of the specific project, task, or study. CON TRACTOR Replacement of Small Water Meters (RFP-1210-17/RTB) Page 1 of 23 Page 200 of 427 Agenda Item #10. r.I shall also be bound by all requirements as contained in the solicitation package and all addenda thereto. This Agreement standing alone does not authorize the performance of any work nor require COUNTY to place any orders for work. (b) CONTRACTOR may utilize labor categories that are not included in the fee proposal for each Work Order, but that have been approved in the Master Agreement. If a substitution is necessary, the work shall be completed within the approved Time Basis (Not-To-Exceed or Limitation of Funds)Work Order amount. In no event shall the Work Order amount be modified as a result of any changes in labor categories. CONTRACTOR shall submit a written request to the COUNTY's Project Manager for approval of any substitution prior to the utilization of any labor category for service, COUNTY's Project Manager's approval of any substitution must take place prior to submission of the invoice. Any approved labor category substitution shall be based on the prevailing labor categories and their associated hourly rates established in the Master Agreement that • are in effect on the date of COUNTY's approval for any substitution. Section 2. Term. This Agreement shall take effect on the date of its execution by COUNTY and shall run for a period of three(3) years and, at the sole option of COUNTY, may be renewed for two(2)successive periods not to exceed one(1) year each. Expiration of the term of this Agreement shall have no effect upon Work Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized by the Work Order. Section 3. Authorization for Services. Authorization for performance of professional services by CONTRACTOR under this Agreement shall be in the form of written Work Orders issued and executed by COUNTY and signed by CONTRACTOR. A sample Work Order is attached hereto as Exhibit B. Each Work Order shall describe the services required,state the dates for commencement • and completion of work,and establish the amount and method of payment. The Work Orders will be Replacement of Small Water Meters (RFP-1210-17/RTB) Page 2 of 23 Page 201 of 427 Agenda Item #10. • issued under and shall incorporate the terms of this Agreement. COUNTY makes no covenant or promise as to the number of available projects nor that CONTRACTOR will perform any project for COUNTY during the life of this Agreement. COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so. Section 4. Time for Completion. The services to be rendered by CONTRACTOR shall be commenced as specified in such Work Orders as may be issued hereunder and shall be completed within the time specified therein. Section 5. Compensation. COUNTY agrees to compensate CONTRACTOR for the professional services provided for under this Agreement on either a "Fixed Fee" basis or on a "Time Basis Method". CONTRACTOR shall be compensated in accordance with the Rate Schedule attached as Exhibit C. CONTRACTOR shall also be required to execute the Truth in Negotiations • Certificate attached hereto as Exhibit D. Section 6. Reimbursable Expenses. (a) If a Work Order is issued on a Fixed Fee or Time Basis Method, then reimbursable expenses are in addition to the hourly rates. Reimbursable expenses are subject to the applicable "Fixed Fee", "Not-to-Exceed", or "Limitation of Funds" amount set forth in the Work Order. Reimbursable expenses may include actual expenditures made by CONTRACTOR, its employees, or its professional associates in the interest of the Project for the expenses listed in the following paragraphs: (1) Travel expenses in connection with the Project based on Sections 112.061(7) and(8),Florida Statutes,or its successor,and subject to the limitation listed below;long distance calls and telegrams; and fees paid for securing approval of authorities having jurisdiction over the Project. 110 Replacement of Small Water Meters (RFP-1210-17/RTB) Page 3 of 23 Page 202 of 427 Agenda Item #10. 4111 Reimbursement for meals,travel,vehicle mileage,tolls and parking shall not apply to local employees of CONTRACTOR. A. Reimbursement for mileage shall be at the rate allowable by the Federal Internal Revenue Services. Reimbursement for local mileage, defined as within a fifty(50) mile radius of the job site,is not allowed. B. Car rental reimbursement is limited to compact cars for up to two (2) occupants and intermediate cars for more than two(2)occupants. C. Reimbursement for lodging shall be at $75.00 or the actual expenses for lodging at a "non-resort"-type hotel located in Seminole County,Florida. D. Meals shall not exceed: 1. Breakfast: $6.00 without receipts $10.00 with receipts; 2. Lunch: $11.00 without receipts $13.00 with receipts; 3. Dinner: $19.00 without receipts $27.00 with receipts. E. Reimbursement for airfare shall be based on coach rates. (2) Expense of reproduction, postage, and handling of drawings and specifications are authorized at actual cost only. (3) If authorized in writing in advance by COUNTY, the cost of other expenditures made by CONTRACTOR in the interest of the Project. (b) Any reimbursable expenses under this Agreement shall be supported by a source document such as a receipt or invoice with the employee's name,Project name, and brief explanation of the expense. All reimbursable expenses shall be itemized on the invoices. Replacement of Small Water Meters (RFP-121 0-17/RTB) Page 4 of 23 Page 203 of 427 Agenda Item #10. • (c) All reimbursable expenses must be allowable, allocable to the contract, and reasonable, as solely determined by COUNTY. Section 7. Payment and Billing. (a) If the Scope of Services required to be performed by a Work Order is clearly defined, the Work Order shall be issued on a Fixed Fee basis. CONTRACTOR shall perform all work required by the Work Order, but in no event shall CONTRACTOR be paid more than the negotiated Fixed Fee amount stated therein. (b) If the Scope of Services is not clearly defined, the Work Order may be issued on a Time Basis Method and contain a Not-to-Exceed amount. If a Not-to-Exceed amount is provided, CONTRACTOR shall perform all work required by the Work Order, but in no event shall CONTRACTOR be paid more than the Not-to-Exceed amount specified in the applicable Work Order. • (c) If the Scope of Services is not clearly defined, the Work Order may be issued on a Time Basis Method and contain a Limitation of Funds amount. CONTRACTOR is not authorized to exceed that amount without the prior written approval of COUNTY. Said approval, if given by COUNTY, shall indicate a new Limitation of Funds amount. CONTRACTOR shall advise COUNTY whenever CONTRACTOR has incurred expenses on any Work Order that equals or exceeds eighty percent (80%)of the Limitation of Funds amount. (d) For Work Orders issued on a Fixed Fee Basis, CONTRACTOR may invoice the amount due based on the percentage of total Work Order services actually performed and completed, but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. COUNTY shall pay CONTRACTOR ninety percent(90%)of the approved amount on Work Orders One Hundred Thousand and No/100 Dollars 411 ($100,000.00) and over in value and one hundred percent (100%) of the approved amount on Work Replacement of Small Water Meters (RFP-1210-17/RTB) Page 5 of 23 Page 204 of 427 Agenda Item #10. • Orders under One Hundred Thousand and No/100 Dollars ($100,000.00) in value issued on a Fixed Fee basis. (e) For Work Orders issued on a Time Basis Method with a Not-to-Exceed amount, CONTRACTOR may invoice the amount due for actual work hours performed, but in no event shall the invoice amount exceed a percentage of the Not-to-Exceed amount equal to a percentage of the total services actually completed. COUNTY shall pay CONTRACTOR ninety percent(90%)of the approved amount on Work Orders One Hundred Thousand and No/100 Dollars ($100,000.00) and over in value issued on a Time Basis Method with a Not-to-Exceed amount and one hundred percent (100%)of the approved amount on Work Orders under One Hundred Thousand and No/100 Dollars ($100,000.00). (f) Each Work Order One Hundred Thousand and No/100 Dollars ($100,000.00) and over in value issued on a Fixed Fee basis or Time Basis Method with a Not-to-Exceed amount shall 110 be treated separately for retainage purposes. If COUNTY determines that work is substantially complete and the amount retained is considered to be in excess, COUNTY may, at its sole and absolute discretion,release the retainage or any portion thereof. (g) For Work Orders issued on a Time Basis Method with a Limitation of Funds amount, CONTRACTOR may invoice the amount due for services actually performed and completed. COUNTY shall pay CONTRACTOR one hundred percent(100%)of the approved amount on Work Orders issued on a Time Basis Method with a Limitation of Funds amount. The original invoice shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 • Replacement of Small Water Meters (RFP-1210-17/RTB) Page 6 of 23 Page 205 of 427 Agenda Item #10. • A copy of the invoice shall be sent to: Environmental Services Utilities Operations Division 3300 Dike Road Winter Park, Florida 32792 (h) Upon review and approval of CONTRACTOR's invoice, COUNTY shall, in accordance with the terms as set forth in Chapter 218,Part VII,Florida Statutes,pay CONTRACTOR the approved amount. Section 8. General Terms of Payment and Billing. (a) Upon satisfactory completion of work required hereunder, and upon acceptance of the work by COUNTY, CONTRACTOR may invoice COUNTY for the full amount of compensation provided for under the terms of this Agreement and less any amount already paid by COUNTY. COUNTY shall pay CONTRACTOR within thirty(30) days of receipt of proper invoice. (b) COUNTY may perform or have performed an audit of the records of CONTRACTOR at any time during the term of this Agreement and after final payment to support final payment hereunder. Audits may be performed at a time mutually agreeable to CONTRACTOR and COUNTY. Total compensation to 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 CONTRACTOR. Conduct of this audit shall not delay final payment as provided by this Section. (c) In addition to the above, if Federal funds are used for any work under this Agreement, the Department of Housing and Urban Development, the Comptroller General of the United States or any of their duly authorized representatives shall have access to any books, documents, papers, and records of CONTRACTOR which are directly pertinent to work performed under this Agreement for purposes of making audit,examination, excerpts, and transcriptions. • Replacement of Small Water Meters (RFP-1210-17/RTB) Page 7 of 23 Page 206 of 427 Agenda Item #10. • (d) CONTRACTOR agrees to maintain all books,documents,papers,accounting records, and other evidence pertaining to work performed under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at CONTRACTOR's office at all reasonable times during this Agreement's period and for five(5)years from the date of final payment under this Agreement for audit or inspection as provided for in subsections (b) and(c)of this Section. (e) In the event any audit or inspection conducted after final payment, but within the period provided in paragraph (d) of this Section, reveals any overpayment by COUNTY under the terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within thirty (30)days of notice by COUNTY. Section 9. Responsibilities of CONTRACTOR. (a) CONTRACTOR shall be responsible for the professional quality, technical accuracy, 4110 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 CONTRACTOR under this Agreement. CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his plans, analysis, data, reports, designs, drawings, specifications,and any and all other services of whatever type or nature. (b) Neither COUNTY's review, approval, nor acceptance of, nor payment for any of the 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. CONTRACTOR shall be and always remain liable to COUNTY, in accordance with applicable law, for any and all damages to COUNTY caused by CONTRACTOR's negligent or wrongful performance of any of the services furnished under this Agreement. Replacement of Small Water Meters (RFP-1210-17/RTB) Page 8 of 23 Page 207 of 427 Agenda Item #10. • Section 10. Ownership of Documents. All deliverable analysis,reference data,survey data, plans, and reports, or any other form of written instrument or document that may result from CONTRACTOR's services,or have been created during the course of CONTRACTOR's performance under this Agreement, shall become the property of COUNTY after final payment is made to CONTRACTOR. Section 11. Termination. (a) COUNTY may, by written notice to CONTRACTOR, terminate this Agreement or any Work Order issued hereunder,in whole or in part,at any time,either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its Agreement obligations. Upon receipt of such notice, CONTRACTOR shall: (1) immediately discontinue all services affected unless the notice directs otherwise; and • (2) deliver to COUNTY all data, drawings, specifications, reports, estimates, summaries, and any and all such other information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of COUNTY, CONTRACTOR shall be paid compensation for services performed to the date of termination. If this Agreement calls for the payment based on a Fixed Fee basis, CONTRACTOR shall be paid no more than a percentage of the Fixed Fee amount equivalent to the percentage of the completion of work contemplated by this Agreement as determined solely and conclusively by COUNTY. (c) If the termination is due to the failure of CONTRACTOR to fulfill its Agreement obligations, COUNTY may take over the work and prosecute the same to completion by other • agreements or otherwise. In such case, CONTRACTOR shall be liable to COUNTY for all Replacement of Small Water Meters (RFP-1210-17/RTB) Page 9 of 23 Page 208 of 427 Agenda Item #10. • reasonable additional costs occasioned to COUNTY thereby. CONTRACTOR shall not be liable for such additional costs if the failure to perform the services required by this Agreement arises without any fault or negligence of CONTRACTOR; provided, however, that CONTRACTOR shall be responsible and liable for the actions of its subcontractors, agents, employees,persons,and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but, in every case, the failure to perform must be beyond the control and without any fault or negligence of CONTRACTOR. (d) If after notice of termination for failure to fulfill its Agreement obligations it is determined that CONTRACTOR had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price shall be made as provided in subsection(b)of this Section. • (e) The rights and remedies of COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. Section 12. Agreement and Work Order In Conflict. Whenever the terms of this Agreement conflict with any Work Order issued pursuant to it, this Agreement shall prevail. Section 13. Equal Opportunity Employment. CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin and will take steps to ensure that applicants are employed, and employees are treated during employment, without regard to race, color,religion, sex, age, disability, or national origin. This provision shall include, but not be limited to, the following: employment; upgrading, demotion or transfer; recruitment advertising; layoff or termination;rates of pay or other forms of compensation;and selection for training,including appren- • ticeship. Replacement of Small Water Meters (RFP-121 0-17/RTB) Page 10 of 23 Page 209 of 427 Agenda Item #10. Section 14. No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for CONTRACTOR, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY shall have the right to tei inmate this Agreement, at its sole discretion and without liability, and to deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission,percentage, gift, or consideration. Section 15. Conflict of Interest. (a) CONTRACTOR agrees that it will not contract for or accept employment for the performance of any work or service with any individual, business, corporation, or government unit 111, that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY. (b) CONTRACTOR agrees that it will neither take any action nor engage in any conduct that would cause any COUNTY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. (c) In the event that CON I'RACTOR causes or in any way promotes or encourages a COUNTY officer, employee, or agent to violate Chapter 112, Florida Statutes, COUNTY shall have the right to terminate this Agreement. Section 16. Assignment. This Agreement nor any interest herein shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by the parties hereto without prior written consent of the other party and in such cases only by a document of equal dignity herewith. 411) Replacement of Small Water Meters (RFP-1210-17/RTB) Page 11 of 23 Page 210 of 427 Agenda Item #10. • Section 17. Subcontractors. In the event that CONTRACTOR during the course of the work under this Agreement requires the services of any subcontractors or other professional associates in connection with services covered by this Agreement, CONTRACTOR must first secure the prior express written approval of COUNTY. If subcontractors or other professional associates are required in connection with the services covered by this Agreement, CONTRACTOR shall remain fully responsible for the services of subcontractors or other professional associates. Section 18. Indemnification of COUNTY. CONTRACTOR agrees to hold harmless, replace, and indemnify COUNTY, its commissioners, officers, employees, and agents against any and all claim, losses, damages, or lawsuits for damages, arising from the negligent, reckless, or intentionally wrongful provision of services hereunder by CONTRACTOR, whether caused by CONTRACTOR or otherwise. Section 19. Insurance. (a) General. CONTRACTOR shall, at its own cost, procure insurance required under this Section. (1) CONTRACTOR shall furnish COUNTY with a Certificate of Insurance on a current ACORD Form signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer's Liability, Commercial General Liability, and Business Auto). COUNTY, its officials,officers and employees shall be named additional insured under the Commercial General Liability policy. if the policy provides for a blanket additional insured coverage, please provide a copy of the section of the policy along with the Certificate of Insurance. If the coverage does not exist, the policy must be endorsed to include the additional insured verbiage. The Certificate of Insurance shall provide that COUNTY shall be given, by policy endorsement,not less than thirty(30)days written 1111 notice prior to the cancellation or non-renewal or by a method acceptable to COUNTY. Until such Replacement of Small Water Meters (RFP-1210-17/RTB) Page 12 of 23 Page 211 of 427 Agenda Item #10. � �.. ' 1 time as the insurance is no longer required to be maintained by CONTRACTOR, CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous Cep tificate has been provided. (2) The Certificate shall contain a statement that it is being provided in accordance with this Agreement and that the insurance is in full compliance with the insurance requirements of this Agreement. The Certificate shall have this Agreement number clearly marked on its face. In lieu of the statement on the Certificate of Insurance,CONTRACTOR shall have the option to submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate of Insurance is being provided in accordance with this Agreement and that the insurance is in full compliance with the requirements of this Section. (3) In addition to providing the Certificate of Insurance on a current ACORD Foust, upon request as required by COUNTY, CONTRACTOR shall, within thirty(30) days after • receipt of the request provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. Certified copies of policies may only be provided by the insurer, not the agent/broker. (4) Neither approval by COUNTY nor failure to disapprove the insurance furnished by CONTRACTOR shall relieve CONTRACTOR of its full responsibility for perfoitnance of any obligation including CONTRACTOR's indemnification of COUNTY under this Agreement. (b) Insurance Company Requirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies (other than Workers' Compensation) must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates • of Authority issued to the companies by the Florida Office of Insurance Regulation. Replacement of Small Water Meters (RFP-1210-17/RTB) Page 13 of 23 Page 212 of 427 Agenda Item #10. • (2) In addition,such companies shall have and maintain,at a minimum, a Best's Rating of"A-"and a minimum Financial Size Category of"VII"according to A.M. Best Company, (3) If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (i) lose its Certificate of Authority; or (ii) fail to maintain the requisite Best's Rating and Financial Size Category, CONTRACTOR shall, as soon as it has knowledge of any such circumstance, immediately notify COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY, CONTRACTOR shall be deemed to be in default of this Agreement. (c) Specifications. Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall, at its sole expense, procure, maintain and keep in force • amounts and types of insurance confoi►uing to the minimum requirements set forth in this subsection. Except as otherwise specified in this Agreement, the insurance shall become effective upon execution of this Agreement by CONTRACTOR and shall be maintained in force until the expiration of this Agreement's term and/or the expiration of all Work Orders issued under this Agreement, whichever comes first. Failure by CONTRACTOR to maintain insurance coverage within the stated period and in compliance with insurance requirements of COUNTY shall constitute a material breach of this Agreement, for which this Agreement may be immediately terminated by COUNTY. The amounts and types of insurance shall conform to the following minimum requirements: (1) Workers' Compensation/Employer's Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for • liability which would be covered by the latest edition of the standard Workers' Compensation Replacement of Small Water Meters (RFP-1210-17/RTB) Page 14 of 23 Page 213 of 427 Agenda Item #10. • policy as filed for use in Florida by the National Council on Compensation Insurance without restrictive endorsements. CONTRACTOR will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both CONTRACTOR and its subcontractors are outlined in subsection (C)below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employees' Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation policy shall be: $500,000.00 (Each Accident) $500,000.00 (Disease-Policy Limit) $500,000.00 (Disease-Each Employee) (2) Commercial General Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida by the Insurance Services Office without the attachment of any endorsement(s) excluding or limiting coverage for Products/Completed Operations, independent contractors, property of COUNTY in CONTRACTOR's care, custody or control, or property of COUNTY on which contracted Replacement of Small Water Meters (RFP-1210-17/RTB) Page 15 of 23 Page 214 of 427 Agenda Item #10. • operations are being performed, explosion, collapse, or underground hazards (XCU Coverge), Contractual Liability, or Separation of Insureds. (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess Policy) shall be as follows: General Aggregate Two Times (2x) the Each Occurrence Limit Personal & Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional Insurance Liability insurance with limits of not less than One Million and No/100 Dollars ($1,000,000.00). (4) Business Auto Policy. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those • sources of liability which would be covered by Part IV of the latest edition of the standard Business Auto Policy(ISO Form CA 00 01) as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements. Coverage shall include owned, non- owned and hired autos or any autos. (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be per-accident combined single limit for bodily injury liability and property damage liability. If the coverage is subject to an aggregate, CONTRACTOR shall maintain separate aggregate limits of coverage applicable to claims arising out of or in connection with the work under this Agreement. The separate aggregate limits to be maintained by CONTRACTOR shall be a minimum of three times (3x) the per-accident limit required and shall apply separately to each policy year or part thereof. 4111 Replacement of Small Water Meters (RFP-1210-17IRTB) Page 16 of 23 Page 215 of 427 Agenda Item #10. • (C) The minimum amount of coverage under the Business Auto Policy shall be; Each Occurrence Bodily $1,000,000.00 Injury and Property Damage Liability Combined (d) Coverage. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary and non-contributory basis to the General Liability, Business Auto, and any other policy for which additional insured status is available, and any other insurance or self- insurance maintained by COUNTY or COUNTY's officials, officers or employees shall he in excess of and not contributing to the insurance provided by or on behalf of CONTRACTOR. (e) Occurrence Basis. The Workers' Compensation policy, the Commercial General Liability and the Umbrella policy required by this Agreement shall be provided on an occurrence rather than a claims-made basis. The Professional. Liability insurance policy may be on an occurrence basis or claims-made basis. If a claims-made basis, the coverage must respond to all • claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) Obligations. Compliance with the foregoing insurance requirements shall not relieve CONTRACTOR, its employees or its agents of liability from any obligation under a Section or any other portion of this Agreement. Section 20. Dispute Resolution. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY dispute resolution procedures prior to filing suit or otherwise pursuing legal remedies. COUNTY dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures", Seminole County Administrative Code. Contract claims include all controversies, except disputes addressed Replacement of Small Water Meters (RFP-1210-17/RTB) Page 17 of 23 Page 216 of 427 Agenda Item #10. • by the "Prompt Payment Procedures", arising under this Agreement within the dispute resolution procedures set forth in Section 3.5540, "Contract Claims", Seminole County Administrative Code. (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in COUNTY dispute resolution procedures set forth in subsection(a)above of which CONTRACTOR had knowledge and failed to present during COUNTY dispute resolution procedures. (c) In the event that COUNTY dispute resolution procedures are exhausted and a suit is filed or legal remedies are otherwise pursued,the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. Section 21. Representatives of COUNTY and CONTRACTOR. (a) It is recognized that questions in the day to day conduct of performance pursuant to this Agreement will arise. COUNTY, upon request by CONTRACTOR, shall designate in writing and shall advise CONTRACTOR in writing of one or more COUNTY employees to whom all communications pertaining to the day to day conduct of this Agreement shall be addressed. The designated representative shall have the authority to transmit instructions, receive infounation, and interpret and define COUNTY's policy and decisions pertinent to the work covered by this Agreement. (b) CONTRACTOR shall at all times during the normal work week designate or appoint one or more representatives of CONTRACTOR who are authorized to act on behalf of CONTRACTOR and bind CONTRACTOR regarding all matters involving the conduct of the perfonnance pursuant to this Agreement, and shall keep COUNTY continually advised of such • designation. Replacement of Small Water Meters (RFP-1210-17/RTB) Page 18 of 23 Page 217 of 427 Agenda Item #10. • Section 22. All Prior Agreements Superseded. This document incorporates and includes all prior negotiations,correspondence,conversations,agreements,or understandings applicable to the matters contained herein and the parties agree that there are not commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly,it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. Section 23. Modifications, Amendments, or Alterations. No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. Section 24. Independent Contractor. It is agreed that nothing herein contained is intended or should be construed as, in any manner, creating or establishing a relationship of co-partners between the parties or as constituting CONTRACTOR, including its officers,employees,and agents, as an agent, representative, or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is to be and shall remain an independent contractor with respect to all services performed under this Agreement. Section 25. Employee Status. Persons employed by CONTRACTOR in the perfoiniance of 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 COUNTY's officers and employees either by operation of law or by COUNTY. Section 26. Services Not Provided For. No claim for services furnished by CONTRACTOR not specifically provided for herein shall be honored by COUNTY. Section 27. Public Records Law. (a) CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section 24, Florida Constitution and Chapter 119,Florida Statues, to release public records to members of • Replacement of Small Water Meters (RFP-1 21 0-1 7iRTB) Page 19 of 23 Page 218 of 427 Agenda Item #10. the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. Upon COUNTY's request, CONTRACTOR shall provide COUNTY with all requested public records in CONTRACTOR's possession, or shall allow COUNTY to inspect or copy the requested records within a reasonable time and at a cost that does not exceed costs as provided under Chapter 119, Florida Statutes. (b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119.071, Florida Statutes, with regard to public records and shall: (1) keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement; • (2) provide the public with access to public records on the same terms and conditions that COUNTY 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; (3) ensure public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law; and (4) Upon termination of this Agreement, CONTRACTOR shall transfer, at no cost to COUNTY,all public records in possession of CONTRACTOR,or keep and maintain public records required by COUN l'Y under this Agreement. If CONTRACTOR transfers all public records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains the public records upon completion of this Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. • Replacement of Small Water Meters (RFP-1210-17/RTB) Page 20 of 23 Page 219 of 427 Agenda Item #10. ; . • All records stored electronically must be provided to COUNTY, upon request of COUNTY. in a format that is compatible with the information technology systems of COUNTY. (c) Failure to comply with this Section shall be deemed a material breach of this Agreement for which COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR. CONTRACTOR may also be subject to statutory penalties as set forth in Section 119,10, Florida Statutes. (d) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR's DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR MAY CONTACT THE CUSTODIAN OF PUBLIC RECORDS, THE SEMINOLE COUNTY II/ PURCHASING AND CONTRACTS MANAGER, AT 407-665-7116, RHOOPER/dSEMINOLE COUNTY FL GOV, PURCHASING AND CONTRACTS DIVISION, 1301 EAST SECOND STREET, SANFORD, FL 32771. Section 28. Compliance with Laws and Regulations. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provisions of such services,including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules, or regulations shall constitute a material breach of this Agreement and shall entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. 1111 Replacement of Small Water Meters (RFP-1210-17/RTB) Page 21 of 23 Page 220 of 427 Agenda Item #10. • Section 29. Patents and Royalties. Unless otherwise provided, CONTRACTOR shall be solely responsible for obtaining the right to use any patented or copyrighted materials in the performance of this Agreement. CONTRACTOR, without exception, shall indemnify and save harmless COUNTY and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of copyright or patent infringement, COUNTY shall promptly provide written notification to CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly purchase for COUNTY any infringing products or services, or procure a license at no cost to COUNTY which will allow continued use of the service or product. If none of the alternatives are reasonably available, COUNTY agrees to return the article on request to CONTRACTOR and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. • Section 30. Notices. Whenever either party desires to give notice unto the other, it must be given by written notice sent by certified United States mail, return receipt requested,addressed to the party for whom it is intended at the place last specified and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to wit: For COUNTY: Environmental Services Utility Operations Division 3300 Dike Road Winter Park, Florida 32792 For CONTRACTOR: • Replacement of Small Water Meters (RFP-1210-17/RTB) Page 22 of 23 Page 221 of 427 Agenda Item #10. • Section 31. Rights At Law Retained- The rights and remedies of COUNTY provided for under this Agreement are in addition and supplemental to any other rights and remedies provided by law. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date below written for execution by COUNTY. ATTEST: By: , Secretary , President (CORPORATE SEAL) Date: SEMENOLE COUNTY, FLORIDA By: Witness RAY HOOPER, Purchasing and II/ Print Name Contracts Manager Date: Witness Print Name For the use and reliance As authorized for execution by the of Seminole County only. Board of County Commissioners at its 20 Approved as to fonn and regular meeting. legal sufficiency. County Attorney PGdpk 114/17 P:11Jsers\Legal Secretary CSBTurchasing ail 7 aFN-121 0.docx Attachments: Exhibit A - Scope of Services Exhibit B - Sample Work Order Exhibit C - Rate Schedule Exhibit D -Truth in Negotiations Certificate Replacement of Small Water Meters (RFP-1210-17/RTB) Page 23 of 23 Page 222 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters 0 1. General Description: a. The Seminole County Environmental Services Department (SCES) requires the services of an experienced, licensed contractor to provide water meter replacement and installation services within the SCES utility's distribution systems. SCES will furnish the successful contractor with the most recent copy of the water meter atlas and reading routes in an electronic format. b. The Contractor will be responsible for furnishing all supervision, labor, customer notification, tools, equipment, parts and materials to complete the requested work as specified in the Scope of Service section. The Contractor will also be responsible for furnishing all required ancillary services to which includes but is not limited to, mobilization, excavations, maintenance of traffic, and site restorations necessary to complete the requested work as specified in the Scope of Service. 2. Standards: a. SCES Utility Engineering Specifications for Water Distribution 0 Construction. b. Seminole County Standards for applicable public right-of-way use under County jurisdiction. c. Manual on Uniform Traffic Control Devices for Streets and Highways (most recent version) for all traffic control and maintenance of traffic. d. AWWA Standards for Water Meters — Selection, Installation, Testing and Maintenance, Most Recent Edition (M-6). e. OSHA Standards as applicable to associated work. 3. SPECIAL CONDITIONS a. Certifications: A. Contractor shall be a certified Underground Utilities Contractor or certified General Contractor, who has been in business no less than 3 years. B. Bidding contractors shall provide references and contacts in their bid package of at least three (3) similar projects within the last five (5) calendar years. • Page I 1 November 1, 2016 Page 1 of 13 Page 223 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • b. Performance: A. All work shall be self-performed, under this contract all work shall be completed by the selected contractor's employees. The use of sub- contractors or contract labor is not permitted. B. Contractor shall be adequately staffed and equipped to install 1000 meters per month. C. Contractor shall have adequately staffed and equipped customer service desk with after-hours support, capable of receiving warranty repair calls 24 hours / 7 days a week. This customer service desk shall be capable of dispatching repair technicians without any coordination from the County within a (4) four hour time frame to include weekends and holidays. D. Seminole County will supply only the following materials: A. Water Meter Bodies %" through 2", meter bodies are serialized and each installation shall be documented. B. Water Meter Encoders 3/" through 2, meter encoder are serialized and each installation shall be documented. • C. Mobile RF link endpoints, endpoints are serialized and each installation shall be documented. D. Water Meter tailpieces and make-up flanges. E. Backflow Devices %" and 1". Please note 11/2" and 2" Backflow Devices are customer owned the Contractor shall document any and all discrepancies so that the County can properly address all issues. F. Meter Boxes and Lids as needed. E. The Contractor shall provide all the necessary piping, fittings, gaskets and appurtenances required to complete work. F. The Contractor must not impact existing trees or landscaping/hardscaping during construction. Every alternative should be considered to avoid impacts. G. Perform and complete the work in the manner best suited to promote rapid construction consistent with the safety of life and property. H. Perform all work in the manner necessary to hold customer • inconvenience to a minimum. Page 12 November 1, 2016 Page 2 of 13 Page 224 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • I. Bulk material or material storage will not be permitted at the work site. Only the materials to be used on a specific day and the following day may be kept on the work site. Bulk material shall be stored at a mutually agreed to location by the Contractor and County. J. Keep the worksite and the adjacent premises as free from material, debris and rubbish as is practical and shall remove the same from any portion of the site if, in the opinion of the Owner, such material, debris, or rubbish constitutes a nuisance or is objectionable. The work site shall be cleaned at the end of each workday. This includes sweeping of sidewalks and roadways if necessary. K. Contractor is required to use the "Sunshine One Call" system to have existing utilities located prior to work in an area. Locate tickets shall be updated as required by relevant laws. 4. PUBLIC NOTIFICATION AND INVOLVEMENT: a. Contractor and County shall coordinate on the public involvement programs. b. The Contractor shall be responsible for notifying all affected residents and businesses, in writing, at least one week prior to the 110 start of construction. Notification will include the work description, expected duration, work hours and an emergency contact name and number. Every effort will be made to meet this goal and keep service interruption to a minimum. c. The Contractor will be responsible for supplying the door hangers for the above notification. A sample door hanger will be provided by the Contractor for the County to review and approve. The Contractor will be responsible for filling in the relevant information and canvassing the area to hang them. At NO TIME will tape or any type of adhesive be used to attach the door hanger at a residence or business. 4. Contractor's Personnel: a. The Contractor must employ and assign a Project Manager who will oversee the described work and who has a minimum of five (5) years continuous field and supervisory experience in all aspects of the described work. The Project Manager shall serve as the single point of contact for all work, be responsible for coordinating and scheduling all work (including restoration) and be available (by phone, if not in person) while contractor's crews work within SCES distribution systems. • Page 3 November 1, 2016 Page 3 of 13 Page 225 of 427 Agenda Item #10. EXHIBIT Replacement of Small Water Meters . b. The Contractor shall employ and designate a qualified Quality Control Manager who shall be responsible for inspection of all field work and data collection. The Quality Control Manager shall also be responsible of random sampling of not less than 10% of the total monthly completed meter exchanges. This will provide quality assurance of all physical aspects of the service and validation of all data attributes collected. c. The Contractor's Project Manager and Quality Control Manager can be one in the same person upon approval of the County. The awarded contractor is required to have physically presence, in Seminole County, while any assigned personnel are working. d. For each job or task assigned under this contract, the Contractor's Project Manager shall only supply qualified and responsible Service Technicians to complete requested work. Only workers who are technically competent and are of acceptable character shall be hired. e. The Contractor will only utilize employees who have successfully passed a background investigation under the auspices of the Jessica Lunsford Act; Section 1012.465/467 and 468 of the Florida Statutes. The Contractor will submit to the county, an affirmation that ALL employees working on this project have met these • requirements f. At any time the Contractor's personnel is working within the SCES distribution systems, notification is required to the SCES SCADA Operations Center at 407-665-2767. Notification will include subdivision name, area and or streets; being as specific as possible. g. The contractor will be responsible to divide the different work areas into phases. The contractor will need to investigate the areas; subdivision or rural. Work will be completed and signed off by the County project manager in one area or phase prior to moving into another phase. h. The Contractor's field personnel shall wear similar uniforms with the company logo and shall have on their person, displayed in a conspicuous manner, a picture identification badge. The picture ID shall have the Contractor's name, employee name, title and signature, employee's picture and employee ID number. Employees without proper uniforms and identification will not be permitted to work. i. All Service Technicians shall arrive at, and travel through Seminole County's Utility systems in a presentable service vehicle decaled with the Contractor's name, logo, telephone number and contractor's license number. • Page 14 November 1, 2016 Page 4 of 13 Page 226 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • 5. Contractor's Equipment: a. The Contractor shall utilize and maintain all equipment in a safe and responsible manner. It is the responsibility of the Contractor to maintain all equipment so as to avoid any leaking fuel, oil, and/or hydraulic fluid. If such leakage occurs, it shall be the responsibility of the Contractor to protect the environment and the surrounding surfaces from contamination and/or damage. If said leakage is excessive or cannot be adequately contained, said equipment must cease operation and be removed from the job site. It shall be the responsibility of the Contractor to clean up all contaminated and/or damaged surfaces and properly dispose of all contaminated materials. A chain of custody document shall be submitted to the County showing proper disposal of all contaminated materials. b. All Contractor service vehicles shall be maintained in a presentable manner and shall be decaled with the Contractor's name, logo, telephone number and contractor's license number. 6. SCOPE OF SERVICES a. Replacement of Existing Small Meters & Backflow %" to 2" (Items 1 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing meter and backflow device. If site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. Seminole County will provide water meter. Contractor shall provide all necessary pipe, fittings and appurtenances required for replacement of the water meter. The replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies water meter, radio unit, meter tail piece and backflow device) b. Replacement of Existing Small Meters %" to 2" (Items 2 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing meter only. Meter box and backflow device replacement if required shall be performed under a separate items. If site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. Seminole County will provide water meter. Page 15 November 1, 2016 Page 5 of 13 Page 227 of 427 Agenda Item #10. EXHIBIT Replacement of Small Water Meters SContractor shall provide all necessary pipe, fittings and appurtenances required for replacement of the water meter. The replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies water meter, radio unit, and meter tail piece) c. Replacement of Existing Small Backflow Device %" to 2" (Items 3 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace the existing backflow device only. Meter and meter box replacement if required shall be performed under a separate items. If site disturbance is required, the site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. Seminole County will provide backflow devices %" and 1", contractor to supply 11/2" and 2" backflow devices. Contractor shall provide all necessary pipe, fittings and appurtenances required for replacement of the water meter. The replaced backflow shall be returned to Seminole County at 3300 Dike Road. The contractor is 110 responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. (County supplies meter tail piece and backflow device) d. Replacement of meter box for %" to 2" meters (Items 4 a & b) This work includes mobilization, all labor and equipment necessary to replace and the meter box only...Replacement of a meter box if required by the County shall be performed in conjunction with replacement of a meter. County shall provide meter boxes to be used, however they may not be identical to existing units. The site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. (County supplies water meter box) e. Curbstop replacement during water meter installation (Item 5 a through f) This work includes mobilization, all labor and equipment necessary to replace and the curbstop only. Replacement of a curbstop if required, shall be performed in conjunction with replacement of a meter. Contractor shall provide curbstops to be used. The unit price bid for this item shall include the additional cost for installation of meter coupling during meter replacement. Meter coupling will be provided by Seminole County. All Page 16 November 1, 2016 Page 6 of 13 Page 228 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • other materials and equipment required to make the connection shall be at contractor's expense. It is the contractor's responsibility to properly control water flow without damaging the supply service line. The replaced curbstop shall be returned to Seminole County at 3300 Dike Road. The site shall be returned to its' original condition with placement of sod as required. The contractor shall remove excess soil and debris from the site. (County supplies water meter tail piece) f. Post Exchange Old Meter Testing 3/4" to 2" (Items 6 a through d) This work includes mobilization, all labor, parts and equipment necessary to Post Exchange test the existing meters only. All meters shall be tested per AWWA M6 Water Meters—Selection, Installation, Testing and Maintenance, most recent edition guidelines. The tested replaced meter shall be returned to Seminole County at 3300 Dike Road. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the County. • g. Post Exchange Concrete and Sod replacement (Items 7 a through d) This work includes mobilization, all labor, parts and equipment necessary to replace all concrete and sod require to restore work site to original condition The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the county. h. Testing Existing Meters in-place (Items 8 a) This work includes mobilization, all labor, parts and equipment necessary to test meters while in-place. The contractor is responsible for all leaks for a period of 180 calendar days after completion of the work. The contractor will repair leaks and related damage at no additional cost to the county. 11111 Page 17 Page 7 of 13 Novlo 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • 7.Technical Requirements: a. Prior to commencing with any field work at any customer's residence, the selected Contractor shall arrange a scheduled appointment convenient to the customer to complete the exchange. b. Prior to commencing each meter replacement at a customer's premises, the Contractor shall inspect existing water meter settings, service piping and shut off valves. If the Contractor determines that existing conditions are such that damage to the existing service piping or the resident's property would result, the County will be so notified and the Contractor shall await the County's decision on how to proceed and then proceed in accordance with that decision. The contractor will notify customer that the meter exchange will have to be rescheduled. c. Prior to commencing with any and all work at the location, the contractor's technician shall knock on the customers' door(s) and notifies them that the water will be off for the scheduled work. d. Prior to commencing with any and all work at the location, the site shall be digitally photographed. At a minimum of two site shots must be taken, a pre-installation shot showing the condition of the meter box and • surrounding area prior to any work and a post-installation shot showing the condition of the meter box and surrounding area after all work is completed. e. Prior to removing any meters the contractor shall remove all water, dirt, debris etc. from the meter box, so as to safely extract the existing meter. In every case, the curb stop and brass meter couplings must be exposed, clearly visible and accessible for the application of tools/equipment. This work shall be accomplished by the use a large volume contained vacuum system. All debris and water collected shall be disposed of in a manner which will cause no health hazard, flooding or nuisance to the surrounding areas and in a manner so as not to degrade the water quality of surrounding water or violate any environmental ordinances or requirements, in accordance to Federal, State, and/or Local regulations. • Page 18 November 1, 2016 Page 8 of 13 Page 230 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters 411 f. Successful Proposer shall isolate the customer's meter by closing the curb-stop valve, however if the curb-stop valve at the meter is inoperable these details must be documented on a work order. The Proposer shall immediately contact the County's representative for approval of curb-stop valve replacement. The contractor shall use a non-Freon type freezing tool to stop the flow of water, the use of a crimping tool is not allowed. The freezing device will employ CO2 or other environmentally safe refrigerant. Upon completion of the installation, the installer will verify proper thawing of the line and the return of full water flow to the customer. The cost of the curb stop and freezing service lines shall be included in the curb-stop replacement bid price and the County shall not accept any claims for extra payment. g. The contractor's technician shall remove the existing meter and backflow device. If meter has old style backflow device (fig.1), both meter and backflow device shall be replaced. If meter has new style backflow device (fig.2), only the meter shall be replaced. Technician re-installs meter and backflow assembly, taking care for proper placement of radio unit. The contractor's technician restores water and checks for leaks and verifies that all connections are water tight. h. After reattachment of the meter and backflow device to the customer's service line, the Contractor shall flush the service at line at a hose bibb at the residence or business until the water comes out of the hose bibb without air pockets and water is clean. During this operation, the contractor shall also insure that the meter dial registers flow through the meter. i. Upon completion the technician shall install meter box lid, remove excess soil and debris from the site, restore site to pre-installation condition and take post- installation digital photos. This post-installation shot showing the condition of the meter box and surrounding area. j. After replacement meter installation, the contractor shall digitally photograph the meter. This photograph shall clearly document the meter's beginning reading, placement in the meter box and that there are no leaks. • Page ( 9 November 1, 2016 Page 9 of 13 Page 231 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • 8.Documentation 1 Documentation data will be collected on each water meter in agreed upon format, with the following information at a minimum: A. Location data a. Customer name b. Address c. Photos B. Old Meter Physical data — a. Identification number of both meter body and register b. Meter Brand c. Meter size d. Encoder type e. Final read f. Post Exchange meter test information. C. New Meter Physical data — a. Identification number of both meter body and Encoder / RF sending unit b. Meter Brand • c. Meter size d. Encoder type e. Beginning read D. Discrepancies — Document all discrepancies so that a County work order can be concisely created. E. Scheduling - The County maintains the right to put an area "off limits" for work temporarily due to the monthly meter reading cycles. The contractor will be provided with specific areas and off limit dates once the project is awarded. 9. Work in Utility Easement/Right of Way (ROW) and Existing Utilities/ROW Improvements: a. The Contractor shall be responsible for obtaining all Utility Locates through, and in accordance with "Sunshine State One Call of Florida (SSOCOF) Excavation Guide (latest edition). The Contractor shall take all possible precautions and be responsible for protecting all underground utilities and other improvements within the utility easement and/or ROW. The Contractor shall be responsible for obtaining and adhering to all applicable Maintenance of Traffic (MOT) and/or Right of Way permits as required by Seminole County, State of • Page 110 November 1, 2016 Page 10 of 13 Page 232 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters . 10. Job Site Management: a. The Contractor shall set up, manage and restore each job site in a responsible manner that includes but is not limited to Maintenance of Traffic (MOT), pedestrian safety, and property protection. At no time during the active progress of work shall the Contractor leave the job site unattended. Each job site (regardless of duration of work) must be maintained at all times in a safe and responsible manner that does not unduly impact the surrounding areas and allows for adequate ingress/egress from properties affected. Any and all road and/or ingress/egress closures must be approved by the SCES in advance of the work. It shall be the ultimate responsibility of the Contractor to restore all work sites to pre-work condition. All restoration activities including irrigation system repairs shall be the responsibility of the contractor. 11. Warranty: a. The contractor shall guarantee all workmanship and materials for all described work for a period of 180 days from the date of the installation. The contractor shall be responsible for all leaks within a 5 foot radius of the • exchanged meters for 180 days from the date of the installation. During this 180 day period, the contractor's crew shall respond 24 hours a day, 7 days a week, within four (4) hours of a customer call and repair leaks at no additional costs to the County. All project workmanship will be to the satisfaction of the Utility/County as stipulated by this contract and may be inspected by a Utility/County representative before approval of invoice. • Page 111 November 1, 2016 Page 11 of 13 Page 233 of 427 Agenda Item #10. EXHIBIT A Replacement of Small Water Meters • • I siu Figure #1 Figure #2 • • Page 112 November 1, 2016 Page 12 of 13 Page 234 of 427 Agenda Ilene #10. Exhibit B Board of County Commissioners WORK ORDER • SEMINOLE COUNTY FLORIDA Work Order Number: Master Agreement No.: Dated: Master Agreement Title: Project Title: Consultant: Address: ATTACHMENTS TO THIS WORK ORDER: METHOD OF COMPENSATION: [ ] drawings/plans/specifications [ ] fixed fee basis [ ] scope of services [ ] time basis-not-to-exceed [ ] special conditions [ ] time basis-limitation of funds [ ] [ ] retainage shall be withheld TIME FOR COMPLETION: The services to be provided by the CONSULTANT shall commence upon execution of this Work Order by the parties, and shall be completed within calendar days from the effective date of this Work Order. Failure to meet the completion time shall be grounds for Termination of both the Work Order and • the Master Agreement for Default. WORK ORDER AMOUNT: DOLLARS ($ ) IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on this day of. , 20 , for the purposes stated herein. JEIIS SECTOR! 0 BE COMPLETED BY THE COUIYIT ATTEST/WITNESS: Consultant By: , Secretary , President (CORPORATE SEAL) Date: BOARD OF COUNTY COMMISSIONERS SEMINOLE COUNTY, FLORIDA WITNESSES: By: (Procurement Analyst) Diane R. Reed, Procurement Administrator Date: • (Procurement Analyst) As authorized by Section 3.554 Seminole County Administrative Code. OC # ON # Work Order-Contracts,Rev 4/07/14 Page 1 of 3 Page 235 of/12' Agenda Iltin #10. Exhibit B WORK ORDER . TERMS AND CONDITIONS a) Execution of this Work Order by the COUNTY shall serve as authorization for the CONSULTANT to provide, for the stated project, professional services as set out in the Scope of Services attached as Exhibit"A"to the Master Agreement cited on the face of this Work Order and as further delineated in the attachments listed on this Work Order. b) Term: This Work Order shall take effect on the date of its execution by the COUNTY and expires upon final delivery, inspection, acceptance, and release of the final payments and encumbrances of the last approved amount of this Work Order, unless terminated earlier in accordance with the termination provisions herein. c) The CONSULTANT shall provide said services pursuant to this Work Order, its Attachments, and the cited Master Agreement (as amended, if applicable) which is incorporated herein by reference as if it had been set out in its entirety. d) Whenever the Work Order conflicts with the cited Master Agreement, the Master Agreement shall prevail. e) METHOD OF COMPENSATION - If the compensation is based on a: (i) FIXED FEE BASIS, then the Work Order Amount becomes the Fixed Fee Amount and the CONSULTANT shall perform all work required by this Work Order for the Fixed Fee Amount. The Fixed Fee is an all-inclusive Firm Fixed Price binding the CONSULTANT to complete the work for the Fixed Fee Amount regardless of the costs of performance. The work to be performed by the CONSULTANT shall be based on the Labor Hour Rates established in the Master Agreement that are in effect on the date of the CONSULTANT'S price proposal for • this project. In no event shall the CONSULTANT be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT-TO-EXCEED AMOUNT, then the Work Order Amount becomes the Not-to-Exceed Amount and the CONSULTANT shall perform all the work required by this Work Order for a sum not exceeding the Not-to-Exceed Amount. In no event is the CONSULTANT authorized to incur expenses exceeding the not-to-exceed amount without the express written consent of the COUNTY. Such consent will normally be in the form of an Amendment to this Work Order. The CONSULTANT's compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement that are in effect on the date of the CONSULTANT'S price proposal for this project. (iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT, then the Work Order Amount becomes the Limitation of Funds amount and the CONSULTANT is not authorized to exceed the Limitation of Funds amount without prior written approval of the COUNTY. Such approval, if given by the COUNTY, shall indicate a new Limitation of Funds amount. The CONSULTANT shall advise the COUNTY whenever the CONSULTANT has incurred expenses on this Work Order that equals or exceeds eighty percent(80%) of the Limitation of Funds amount. The CONSULTANT's compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iv) The CONSULTANT may utilize labor categories that are not included in the attached fee proposal, but that have been approved in the Master Agreement. If a substitution is necessary, the work shall be completed within the approved Time Basis (Not-To-Exceed or Limitation of Funds) Work Order Amount, and in no event shall the Work Order Amount be modified as a result of any changes in labor categories. The CONSULTANT shall submit a • written request to the County's Project Manager for approval of any substitution prior to the utilization of any labor category for service, and the County Project Manager's approval of any substitution must take place prior to submission of the invoice. Any approved labor category substitution shall be based on the prevailing labor categories and their associated Work Order—Contracts,Rev 4/07/14 Page 2 of 3 Page 236 of 127 Agenda Item #10. Exhibit B hourly rates established in the Master Agreement that are in effect on the date of the • County's approval for any substitution. f) Payment to the CONSULTANT shall be made by the COUNTY in strict accordance with the payment terms of the referenced Master Agreement. g) It is expressly understood by the CONSULTANT that this Work Order, until executed by the COUNTY, does not authorize the performance of any services by the CONSULTANT and that the COUNTY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT to perform the services called for under this Work Order; if it is determined that to do so is in the best interest of the COUNTY. h) The CONSULTANT shall sign the Work Order first and the COUNTY second. This Work Order becomes effective and binding upon execution by the COUNTY and not until then. A copy of this Work Order will be forwarded to the CONSULTANT upon execution by the COUNTY. i) FLORIDA PUBLIC RECORDS ACT. (i) Consultant must allow public access to all documents, papers, letters or other material, whether made or received in conjunction with this Work Order which are subject to the public records act, Chapter 119, Florida Statutes and as stated in the Master Services Agreement. • • Work Order- Contracts,Rev 4/07/14 Page 3 of 3 Page 237 of/127 Agenda Item #10. EXHIBIT C Replacement of Small Water Meters • ITEM ITEM DESCRPTION UNIT EST. UNIT TOTAL ANNUAL COST la Replacement of 3/" meter& backflow device with LOT 9000 Testing lb Replacement of 1" meter & backflow device with LOT 500 Testing lc Replacement of 11/2" meter & backflow device LOT 25 with Testing 1d Replacement of 2" meter & backflow device with LOT 50 Testing 2a Replacement of%" meter only EACH 250 2b Replacement of 1" meter only EACH 100 2c Replacement of 11/2" meter only EACH 250 2d Replacement of 2" meter only EACH 500 3a Replacement of 3/4" backflow device only EACH 250 3b Replacement of 1" backflow device only EACH 100 3c Replacement of 11/2" backflow device only EACH 10 3d Replacement of 2" backflow device only EACH 10 4a Replacement of meter box for 3/" or 1" meters EACH 1500 (includes double boxes) 4b Replacement of meter box for 11/2" or 2" meters EACH 100 5a Replacement of 3/" curbstop (single) EACH 250 5b Replacement of 3/" curbstop (double) EACH 250 5c Replacement of 1" curbstop (single) EACH 25 5d Replacement of 1" curbstop (double) EACH 25 5e Replacement of 1%" curbstop (single) EACH 10 5f Replacement of 2" curbstop (single) EACH 10 6a Post Exchange Old 3/" Meter Testing EACH 9000 6b Post Exchange Old 1" Meter Testing EACH 500 6c Post Exchange Old 11/2" Meter Testing EACH 250 6d Post Exchange Old 2" Meter Testing EACH 500 7a Replacement of 4" thick concrete sidewalk SF 1000 7b Replacement of 6"thick concrete driveway SF 250 7c Replacement of sod if required (like kind) SF 1000 8a Meter Testing Only (in place) EACH 150 Grand Total • Page 113 November 1, 2016 Page 1 of 1 Page 238 of 427 Agenda Item #10. efts 411 RESOURCE MANAGEMENT DEPARTMENT SEMINOLE CO vn'FLORIDA'S NATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION January 26, 2017 To: PROSPECTIVE PROPOSERS AND ALL OTHERS CONCERNED From: Robert T Bradley, Sr. Procurement Analyst Subject: Due Date: Wednesday, February 15, 2017 at 2:00 PM EST ADDENDUM #1 Total pages: 4 The information included in this Addendum revises, clarifies, or supplements the specifications and other provisions of the contract documents and is considered • part and parcel to the Package. New Information: • The Pre-Proposal Meeting Agenda is included as a part of this Addendum. • This statement is purposed to clarify that this Agreement will be awarded to only one (1) contractor. Questions: 1. Please confirm the type of business/contractor that can perform the scope of services Response: Contractor shall be a licensed Plumber, certified Underground Utilities Contractor or certified General Contractor, who has been in business no less than 3 years 2. Will the County provide the meters and meter boxes, etc.? Response: All meters or boxes required will be supplied by Seminole County 3. Will the meters be picked up and where will the old meters be delivered to after removal? Response: Yes, 3300 Dike Road Winter Park 32792 • 4. How will the work to each area be assigned? Response: Budgetary constraints, then meter reading cycles. Page 239 of 427 Agenda Item #10. elfte RESOURCE MANAGEMENT DEPARTMENT SEMINOLL COUNTY FLORIDAS NATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION 5. The scope speaks of contractor responsibility to notify homeowners/neighborhoods. What method is preferred by the County of notification? Response: Door hangers 5 to 7 days advance, with direct contact at time of change out. 6. Is the contractor to determine the work phase? If not, what will work phase be determined by? Response: Yes, with Seminole County final approval 7. Are they're both residential and commercial in the cycle routes to be serviced? Response: Yes 8. Where will the meters be delivered after testing? Response: 3300 Dike Road Winter Park 32792 9. Will installation scheduling with individuals be necessary? • Response: Yes, both residential and commercial 10.Must the required Field Supervisory be a constant on-site presence? Response: The Contractor's Project Manager is required to have physically presence, in Seminole County, while any assigned personnel are working. 11 .What is the name of the meter brand being installed? Response: Badger Failure to acknowledge receipt of this addendum on the submittal shall result in a determination of"Non-Responsive". Signature on File Sr. Procurement Analyst • Page 240 of 427 Agenda Item #10. erilLo SEMINOLE COU 7Y • RESOURCE MANAGEMENT DEPARTMENT FLORIDA'S NATURAL CHOICE" PURCHASING AND CONTRACTS DIVISION SEMINOLE COUNTY, FLORIDA PRE-PROPOSAL MEETING RFP-1210-17/RTB REPLACEMENT OF SMALL WATER AND REUSE WATER METERS January 20, 2017 @ 10:00 AM EST AGENDA Only interpretation or correction so given by the Purchasing and Contracts Division, in writing, shall be binding and prospective Bidders are advised that no other source is authorized to give information concerning, or to explain or interpret the Bidding Documents. 1. Project: RFP-1210-17/RTB Replacement of Small Water and Reuse Water Meters 2. Sign-In Sheet: (Distributed for signatures) 3. Introductions: (Provide for round-table introductions) • 4. Due Date and Time: February 15, 2017 at 2:00 P.M. Seminole County Purchasing and Contracts Division 1301 East Second Street Sanford, Florida 32771 5. Seminole County Representatives: Environmental Services/Utility Operations: Bob Green, Project Mgr Purchasing: Robert T. Bradley, Senior Procurement Analyst 6. Contract Documents: Contract documents can be obtained directly from the COUNTY. This package can be downloaded free from the County's website www.seminolecountyfl.gov/purchasing (Select Current Procurement), or by calling 407- 665-7113. Packages can also be obtained at the Seminole County Purchasing and Contracts Division, 1301 East Second Street, Sanford, FL 32771 7. Project Description: Seminole County Environmental Services Department (SCES) is requesting written proposals from qualified firms to assist the COUNTY in providing water meter replacement and installation services within the SCES distribution system. SCES will furnish the successful Contractor with the most recent copy of the water meter atlas and reading rounds in an electronic format. The Contractor will be responsible for furnishing all supervision, labor, customer notification, tools, equipment, parts and materials to complete the requested work as specified in the • Scope of Service section. The Contractor will also be responsible for furnishing all required ancillary services to which includes but is not limited to, mobilization, excavations, maintenance of traffic, and site restorations necessary to complete the requested work as specified in the Scope of Service. Page 241 of 427 Agenda Item #10. eft. . RESOURCE MANAGEMENT DEPARTMENT SEMINOLE COUNTYFLORIDASN.ATURALCHOICE' PURCHASING AND CONTRACTS DIVISION 8. Estimated Usage: The estimated annual usage amount for this agreement is $1,500,000 9. Draft Agreement: The resulting contract will be for a base period of three (3) years with two (2) one-year renewal options. A) It is imperative for all prospective proposers to carefully review the Draft Agreement, and Insurance Coverage Requirement within the solicitation package to ensure that all questions that arise will be answered prior to the closing of this solicitation B) Work underneath this agreement will be authorized through the issuance of Work Orders in accordance with the County Manager's Policies and Procedures http://www.seminolecountvfl._qov/fs/purchasin_q/pdf/cm- policv-procedures.pdf 9. Request for Interpretation of Contract Documents: Following the conclusion of this pre-proposal conference, any requests for information on this project must be made through the assigned Procurement Analyst. Any requests for technical information must be presented in writing to the Procurement Analyst. Responses to these requests will be • posted on the County website in addenda form. Contact information provided as follows: Robert Bradley, Senior Procurement Analyst via facsimile at (407) 665-7956 or via email at rbradley02(a�seminolecountyfl.gov Oral and other interpretations or clarifications will be without legal effect. Questions will not be accepted during the last ten (10) days prior to proposal due date unless otherwise specified by the Seminole County Purchasing and Contracts Division. Last Day for questions February 5, 2017 at 5:00 PM EST 10. Contact: All prospective Proposers are hereby instructed not to contact the Project Manager, other department staff or any member of the Seminole County Board of County Commissioners, County Manager, or Seminole County Staff members other than the noted procurement analyst regarding this PS or their proposal at any time prior to the posting on the Web Site of the final Board approved ranking. Any such contact shall be cause for rejection of your proposal. 11. Project Overview: to be provided by Environmental Services Staff. THANK YOU FOR YOUR INTEREST IN DOING BUSINESS WITH SEMINOLE COUNTY • Page 242 of 427 Agenda Item #10. • RESOURCE MANAGEMENT DEPARTMENT SEMINOLE COQFLORIDA'SNATuRALCHOICE' PURCHASING AND CONTRACTS DIVISION February 2, 2017 To: PROSPECTIVE PROPOSERS AND ALL OTHERS CONCERNED From: Robert T Bradley, Sr. Procurement Analyst Subject: RFP-1210-17/RTB — Replacement of Small Water and Reuse Water Meters Due Date: Wednesday, February 15, 2017 at 2:00 PM EST ADDENDUM #2 Total pages: 14 The information included in this Addendum revises, clarifies, or supplements the specifications and other provisions of the contract documents and is considered part and parcel to the Package. New Information: • • All forms as referenced in the solicitation package are included as a part of this Addendum Questions: 1. Figure 2 of the RFP shows an In-line, cartridge-style dual check BF, which has no test-cocks or isolation valves to allow testing of BF; however, the line items on the RFP quote sheet (items 1a though 1d) requests the quote to include testing for said BF items? Can you clarify what this testing entails? Response: There will be no Backflow device testing under this contract. If backflow is figure#1 it will be changed to figure#2 type. 2. No samples of 1.5" & 2" backflows are shown on the RFP; what types of 1.5" & 2" BF's can we expect to quote (i.e., double check, RP; testable, non-testable)? Response: Backflow devices 1.5" And 2' are customer owned and no work is anticipated under this contract. 3. Will Seminole County require a particular manufacturer of 1.5" or 2" backflow? Response: Backflow devices 1.5" And 2' are customer owned and no work is anticipated under this contract 4. What percentage of backflows are contained within the same meter box as the meter? Response: 99% 5. What percentage of backflows are enclosed in an underground box separate from the water meter box? Page 243 of 427 Agenda Item #10. (AL S RESOURCE MANAGEMENT DEPARTMENT SEMINOLE COUNTY FLORIDA'S NATURAL CHOICE PURCHASING AND CONTRACTS DIVISION Response: 0% 6. What percentage of backflows are in above-ground setting? Response: 1% 7. Does the County have any requirements regarding the manufacturer, model or material type for the following materials that are to be provided by the contractor? a. Curbstops b. 3/4" — 1" washers/gaskets c. 1.5" — 2" flange kits/gaskets d. Pipe Response: Must meet AWWA standards and be NSF/ANSI 61 certified 8. Will the Orion radio device be installed through the lid, under the lid, inside the meter box - on a rod, or left on the bottom of the box? Response: nside the meter box - on a rod 9. Will the Orion radio require any programming or activation at the time of installation? If so, who is responsible for providing the necessary software, II/ hardware or equipment to be used by the field installation technicians? Response: Yes, the contractor is responsible for providing the necessary software, hardware or equipment to be used by the field installation technicians. 10.Are the County's 1.5" & 2" meters flanged or straight-piped? Response: Flanged 11. Is the County able to provide a location for the contractor to dispose of the vacuum truck slurry each day? Response: Yes 12.Will the location provided by the County at 3300 Dike Road include any of the following: a. Lockable office space for use by contractor's PM NO b. Restroom facilities for contractor personnel NO c. Parking for contractor vehicles NO d. Space for the contractor to securely store the Contractor-supplied materials Response: A location will be given to contractor to allow locating a shipping container for storage. Seminole County provides no security for any of the contractor's materials. 13.Please clarify the quantity and formats of proposal copies to be submitted. In addition to 1 original hard copy, are we also to provide 5 additional hard copies, • as well as a CD ROM copy? Response: Yes, there should be a total six(6) hard copies (1 original and 5 copies of the proposal. Through the issuance of this addendum, the CD ROM copy will not be required. Page 244 of 427 Agenda Item #10. 4310 • RESOURCE MANAGEMENT DEPARTMENT SEMINOLE COUNTYFLORIDA'S NATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION 14.Can the County provide a file to bidders for review prior to the due date, containing the meter location information for all County meters? If available, please include the complete street address with zip code, any GIS or lat/long coordinates for each site, and the respective meter reading cycle, route and read sequence for each site. Response: Not currently available 15.Is the contractor required to supply and/or deliver any of the following: a. Initial postcard or mailer to customers in advance of the work b. Door hangers for completed work orders c. Door hangers for unable to complete work orders Response: Yes 16.Section 7 (a) under the Scope of Services states that "Prior to commencing any field work at a customer's residence, the selected Contractor shall arrange a scheduled appointment convenient to the customer to complete the exchange." Please clarify - is the intent of this requirement for the contractor to complete this project on a 100% appointment-based schedule with a specific day and time for each work order, or will it be acceptable to complete the work on a house to house basis without pre-scheduled appointment times provided that we door knock prior to beginning the work? Response: The intent of this section is to minimize customer inconvenience, after receiving mailer, if customer calls to schedule a specific day and time. 17. For Bid Items 6a through d, is this charge just for meter testing to AWWA standards only without any other additional work? The description mentions repairing leaks but it appears the bid item is for meter testing only. Can these meters be sent to a 3rd party testing lab for testing and then returned to Seminole County after testing? Response: Yes, this is the cost of post exchange testing, they can be tested off site and then returned to us. But the work cannot be sub-contracted to third party. All work must be self-performed by winning vendor. 18. Are the remotes through the lid mount or staked on PVC? Response: Inside the meter box - on a rod 19. If the remotes are through the lid mount; are the mounting brackets provided by the City? Response: NA • Failure to acknowledge receipt of this addendum on the submittal shall result in a determination of "Non-Responsive". Signature on File Sr. Procurement Analyst Page 245 of 427 Agenda Item #10. ATTACHMENTA IPCONFLICT OF INTEREST STATEMENT STATE OF FLORIDA ) ss COUNTY OF ) Before me, the undersigned authority, personally appeared , who was duly sworn, deposes, and states: 1. I am the of with a local office in and principal office in . 2. The above named entity is submitting an Expression of Interest for the Seminole County project described as 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his/her own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting proposals for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor anyone associated with them have any potential conflict of interest • 8. due to any other clients, contracts, or property interests for this project. I certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of Seminole County. 9. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with Seminole County. 10. I certify that no member of the entity's ownership or management is currently serving as a member of any Seminole County advisory board(s) or committee(s), or alternatively state that (insert the individual's name) , who is a member of the above-named entity's ownership or management, is currently serving as a member of the following Seminole County advisory board(s) or committee(s): . 11. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify Seminole County in writing. DATED this day of ,20 . Typed Name of Affiant Title Sworn to and subscribed before me this day of ,20 . Personally known OR Produced identification Notary Public-State of My commission expires (Type of identification) • (Printed typed or stamped commissioned name of notary public) THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL Page 246 of 427 Agenda Item #10. ATTACHMENT B • COMPLIANCE WITH THE PUBLIC RECORDS LAW Seminole County shall comply with the Public Records Law as provided by Chapter 119, Florida Statutes, and all applicable amendments. Proposers must invoke the exemptions to disclosure provided by law in the response to the solicitation and must identify the data or other materials to be protected by separate envelope, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a response authorizes release of your firm's credit data to Seminole County. If the company submits information exempt from public disclosure, the company must identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the County in a separate envelope marked "EXEMPT FROM PUBLIC RECORDS LAW". Failure to identify protected material via a separate marked envelope will cause the County to release this information in accordance with the Public Records Law despite any markings on individual pages of your proposal/bid. By submitting a response to this solicitation, the company agrees to defend the County in the event we are forced to litigate the public records status of the company's documents. • Company Name: Authorized representative (printed): Authorized representative (signature): Date: Project Number: RFP-1210-17/RTB THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL Rev. 8/23/12 Page 1 of 1 Page 247 of 427 Agenda Item #10. ATTACHMENT C tWORKERS' COMPENSATION COMPLIANCE CERTIFICATION Chapter 440 of the Florida Statutes establishes a workers' compensation system designed to assure the quick and efficient delivery of disability and medical benefits to an injured worker and to facilitate the worker' s return to gainful employment at a reasonable cost to the employer. It is the policy of Seminole County to do business only with those entities which are fully compliant with Chapter 440, including all reporting and premium payment requirements. To meet this compliance requirement, the undersigned hereby certifies that (name of business entity) has fully complied with all the requirements of Chapter 440, Florida Statutes, including provisions regarding reporting and premium payments; or Cis exempt from the provisions of Chapter 440, Florida Statutes, for the following reason: 4111 By: Title: STATE OF FLORIDA COUNTY OF SEMINOLE I HEREBY CERTIFY that, on this day of , 20 before me, an officer duly authorized in the State and County aforesaid to take acknowledgments, personally appeared , as , of , a corporation duly authorized to conduct business in the State of Florida, who is L personally known to me or : . who has produced as identification. He/she acknowledged before me that the foregoing instrument was executed by such officer in the name and on behalf of the corporation, and that the official seal of the corporation has been affixed hereto. 4111 [NOTARY SEAL] Notary Public in and for the County and State Aforementioned Page 248 of 427 P:\Users\Legal Secretary CSB\Forms-Purchasing\workers' comp certification2.docx Agenda Item #10. ATTACHMENT D W-9 Request for Taxpayer Give Form to the Form requester.Do not December Identification Number and Certification,ev. partment of the Treasury send to the IRS. emal Revenue Service Name(as shown on your income tax return) N Business name/disregarded entity name,if different from above a, m as °- Check appropriate box for federal tax classification: c ° ❑ Individual/sole proprietor ❑ C Corporation ❑ S Corporation ❑ Partnership ❑Trust/estate W o. c v El Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)O. ❑Exempt payee ,_ o 2 " m c a c ❑ Other(see instructions)II). iE Address(number,street,and apt.or suite no.) Requester's name and address(optional) v o o. N City,state,and ZIP code m a) List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on the"Name"line Social security number to avoid backup withholding.For individuals,this is your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other — — entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN on page 3. Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose Employer identification number number to enter. Certification nder penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. I am a U.S.citizen or other U.S.person(defined below). Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 4. Sign Signature of Here U.S.person► Date► General Instructions Note.If a requester gives you a form other than Form W-9 to request your TIN,you must use the requester's form if it is substantially similar Section references are to the Internal Revenue Code unless otherwise to this Form W-9. noted. Definition of a U.S.person.For federal tax purposes,you are Purpose of Form considered a U.S.person if you are: A person who is required to file an information return with the IRS must •An individual who is a U.S.citizen or U.S.resident alien, obtain your correct taxpayer identification number(TIN)to report,for •A partnership,corporation,company,or association created or example,income paid to you,real estate transactions,mortgage interest organized in the United States or under the laws of the United States, you paid,acquisition or abandonment of secured property,cancellation •An estate(other than a foreign estate),or of debt,or contributions you made to an IRA. •A domestic trust(as defined in Regulations section 301.7701-7). Use Form W-9 only if you are a U.S.person(including a resident alien),to provide your correct TIN to the person requesting it(the Special rules for partnerships.Partnerships that conduct a trade or requester)and,when applicable,to: business in the United States are generally required to pay a withholding tax on any foreign partners'share of income from such business. 1.Certify that the TIN you are giving is correct(or you are waiting for a Further,in certain cases where a Form W-9 has not been received,a number to be issued), partnership is required to presume that a partner is a foreign person, 2.Certify that you are not subject to backup withholding,or and pay the withholding tax.Therefore,if you are a U.S.person that is a 3.Claim exemption from backup withholding if you are a U.S.exempt .payee.If applicable,you are also certifying that as a U.S.person,your partner in a partnership conducting a trade or business in the United States,provide Form W-9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S.trade or business status and avoid withholding on your share of partnership income. is not subject to the withholding tax on foreign partners'share of effectively connected income. Cat.No.10231X Form W-9(Rev.12-2011) Page 249 of 427 Agenda Item #10. ATTACHMENT D Form W-9(Rev.12-2011) Page 2 eThe person who gives Form W-9 to the partnership for purposes of Certain payees and payments are exempt from backup withholding. stablishing its U.S.status and avoiding withholding on its allocable See the instructions below and the separate Instructions for the share of net income from the partnership conducting a trade or business Requester of Form W-9. in the United States is in the following cases: Also see Special rules for partnerships on page 1. •The U.S.owner of a disregarded entity and not the entity, •The U.S.grantor or other owner of a grantor trust and not the trust, Updating Your Information and You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee •The U.S.trust(other than a grantor trust)and not the beneficiaries of and anticipate receiving reportable payments in the future from this the trust. person.For example,you may need to provide updated information if Foreign person.If you are a foreign person,do not use Form W-9. you are a C corporation that elects to be an S corporation,or if you no Instead,use the appropriate Form W-8(see Publication 515, longer are tax exempt.In addition,you must furnish a new Form W-9 if Withholding of Tax on Nonresident Aliens and Foreign Entities). the name or TIN changes for the account,for example,if the grantor of a Nonresident alien who becomes a resident alien.Generally,only a grantor trust dies. nonresident alien individual may use the terms of a tax treaty to reduce Penalties or eliminate U.S.tax on certain types of income.However,most tax treaties contain a provision known as a"saving clause."Exceptions Failure to furnish TIN.If you fail to furnish your correct TIN to a specified in the saving clause may permit an exemption from tax to requester,you are subject to a penalty of$50 for each such failure continue for certain types of income even after the payee has otherwise unless your failure is due to reasonable cause and not to willful neglect. become a U.S.resident alien for tax purposes. Civil penalty for false information with respect to withholding.If you If you are a U.S.resident alien who is relying on an exception make a false statement with no reasonable basis that results in no contained in the saving clause of a tax treaty to claim an exemption backup withholding,you are subject to a$500 penalty. from U.S.tax on certain types of income,you must attach a statement Criminal penalty for falsifying information.Willfully falsifying to Form W-9 that specifies the following five items: certifications or affirmations may subject you to criminal penalties 1.The treaty country.Generally,this must be the same treaty under including fines and/or imprisonment. which you claimed exemption from tax as a nonresident alien. Misuse of TINs.If the requester discloses or uses TINs in violation of 2.The treaty article addressing the income. federal law,the requester may be subject to civil and criminal penalties. 3.The article number(or location)in the tax treaty that contains the saving clause and its exceptions. Specific Instructions 4.The type and amount of income that qualifies for the exemption Name from tax. 5.Sufficient facts to justify the exemption from tax under the terms of If you are an individual,you must generally enter the name shown on the treaty article. your income tax return.However,if you have changed your last name, • for instance,due to marriage without informing the Social Security Example.Article 20 of the U.S.-China income tax treaty allows an Administration of the name change,enter your first name,the last name exemption from tax for scholarship income received by a Chinese shown on your social security card,and your new last name. student temporarily present in the United States.Under U.S.law,this student will become a resident alien for tax purposes if his or her stay in If the account is in joint names,list first,and then circle,the name of the United States exceeds 5 calendar years.However,paragraph 2 of the person or entity whose number you entered in Part I of the form. the first Protocol to the U.S.-China treaty(dated April 30, 1984)allows Sole proprietor.Enter your individual name as shown on your income the provisions of Article 20 to continue to apply even after the Chinese tax return on the"Name"line.You may enter your business,trade,or student becomes a resident alien of the United States.A Chinese "doing business as(DBA)"name on the"Business name/disregarded student who qualifies for this exception(under paragraph 2 of the first entity name"line. protocol)and is relying on this exception to claim an exemption from tax Partnership,C Corporation,or S Corporation.Enter the entity's name on his or her scholarship or fellowship income would attach to Form on the"Name"line and any business,trade,or"doing business as W-9 a statement that includes the information described above to (DBA)name"on the"Business name/disregarded entity name"line. support that exemption. Disregarded entity.Enter the owner's name on the"Name"line.The If you are a nonresident alien or a foreign entity not subject to backup name of the entity entered on the"Name"line should never be a withholding,give the requester the appropriate completed Form W-8. disregarded entity.The name on the"Name"line must be the name What is backup withholding?Persons making certain payments to you shown on the income tax return on which the income will be reported. must under certain conditions withhold and pay to the IRS a percentage For example,if a foreign LLC that is treated as a disregarded entity for of such payments.This is called"backup withholding." Payments that U.S.federal tax purposes has a domestic owner,the domestic owner's may be subject to backup withholding include interest,tax-exempt name is required to be provided on the"Name"line.If the direct owner interest,dividends,broker and barter exchange transactions,rents, of the entity is also a disregarded entity,enter the first owner that is not royalties,nonemployee pay,and certain payments from fishing boat disregarded for federal tax purposes.Enter the disregarded entity's operators.Real estate transactions are not subject to backup name on the"Business name/disregarded entity name"line.If the owner withholding. of the disregarded entity is a foreign person,you must complete an You will not be subject to backup withholding on payments you appropriate Form W-8. receive if you give the requester your correct TIN,make the proper Note.Check the appropriate box for the federal tax classification of the certifications,and report all your taxable interest and dividends on your person whose name is entered on the"Name"line(Individual/sole tax return. proprietor,Partnership,C Corporation,S Corporation,Trust/estate). Payments you receive will be subject to backup Limited Liability Company(LLC).If the person identified on the withholding if: "Name"line is an LLC,check the"Limited liability company"box only 1.You do not furnish your TIN to the requester, and enter the appropriate code for the tax classification in the space provided.If you are an LLC that is treated as a partnership for federal 2.You do not certify your TIN when required(see the Part II tax purposes,enter"P"for partnership.If you are an LLC that has filed a instructions on page 3 for details), Form 8832 or a Form 2553 to be taxed as a corporation,enter"C"for 0 3.The IRS tells the requester that you furnished an incorrect TIN, C corporation or"S"for S corporation.If you are an LLC that is 4.The IRS tells you that you are subject to backup withholding disregarded as an entity separate from its owner under Regulation because you did not report all your interest and dividends on your tax section 301.7701-3(except for employment and excise tax),do not return(for didn reportable rieport t and intdivierest s only),or check the LLC box unless the owner of the LLC(required to be identified on the"Name"line)is another LLC that is not disregarded for 5.You do not certify to the requester that you are not subject to federal tax purposes.If the LLC is disregarded as an entity separate backup withholding under 4 above(for reportable interest and dividend from its owner,enter the appropriate tax classification of the owner accounts opened after 1983 only). identified on the"Name"line. Page 250 of 427 Agenda Item #10. ATTACHMENT D Form W-9(Rev.12-2011) Page 3 entities.Enter your business name as shown on required federal Part I.Taxpayer Identification Number(TIN) lirther x documents on the"Name"line.This name should match the name shown on the charter or other legal document creating the entity.You Enter your TIN in the appropriate box.If you are a resident alien and may enter any business,trade,or DBA name on the"Business name/ you do not have and are not eligible to get an SSN,your TIN is your IRS disregarded entity name"line. individual taxpayer identification number(ITIN).Enter it in the social security number box.If you do not have an ITIN,see How to get a TIN Exempt Payee below. If you are exempt from backup withholding,enter your name as If you are a sole proprietor and you have an EIN,you may enter either described above and check the appropriate box for your status,then your SSN or EIN.However,the IRS prefers that you use your SSN. check the"Exempt payee"box in the line following the"Business name/ If you are a single-member LLC that is disregarded as an entity disregarded entity name,"sign and date the form. separate from its owner(see Limited Liability Company(LLC)on page 2), Generally,individuals(including sole proprietors)are not exempt from enter the owner's SSN(or EIN,if the owner has one).Do not enter the backup withholding.Corporations are exempt from backup withholding disregarded entity's EIN.If the LLC is classified as a corporation or for certain payments,such as interest and dividends. partnership,enter the entity's EIN. Note.If you are exempt from backup withholding,you should still Note.See the chart on page 4 for further clarification of name and TIN complete this form to avoid possible erroneous backup withholding. combinations. The following payees are exempt from backup withholding: How to get a TIN.If you do not have a TIN,apply for one immediately. 1.An organization exempt from tax under section 501(a),any IRA,or a To apply for an SSN,get Form SS-5,Application for a Social Security Card,from your local Social Security Administration office or get this custodial account under section 403(b)(7)if the account satisfies the form online at www.ssa.gov.You may also get this form by calling requirements of section 401(f)(2), 1-800-772-1213.Use Form W-7,Application for IRS Individual Taxpayer 2.The United States or any of its agencies or instrumentalities, Identification Number,to apply for an ITIN,or Form SS-4,Application for 3.A state,the District of Columbia,a possession of the United States, Employer Identification Number,to apply for an EIN.You can apply for or any of their political subdivisions or instrumentalities, an EIN online by accessing the IRS website at www.irs.gov/businesses and clicking on Employer Identification Number(EIN)under Starting a 4.A foreign government or any of its political subdivisions,agencies, Business.You can get Forms W-7 and SS-4 from the IRS by visiting or instrumentalities,or IRS.gov or by calling 1-800-TAX-FORM(1-800-829-3676). 5.An international organization or any of its agencies or If you are asked to complete Form W-9 but do not have a TIN,write instrumentalities. "Applied For"in the space for the TIN,sign and date the form,and give Other payees that may be exempt from backup withholding include: it to the requester.For interest and dividend payments,and certain 6.A corporation, payments made with respect to readily tradable instruments,generally 7.A foreign central bank of issue, you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments.The 60-day rule does 8.A dealer in securities or commodities required to register in the not apply to other types of payments.You will be subject to backup .United States,the District of Columbia,or a possession of the United withholding on all such payments until you provide your TIN to the tates, requester. 9.A futures commission merchant registered with the Commodity Note.Entering"Applied For"means that you have already applied for a Futures Trading Commission, TIN or that you intend to apply for one soon. 10.A real estate investment trust, Caution:A disregarded domestic entity that has a foreign owner must 11.An entity registered at all times during the tax year under the use the appropriate Form W-8. Investment Company Act of 1940, Part II. Certification 12.A common trust fund operated by a bank under section 584(a), To establish to the withholding agent that you are a U.S.person,or 13.A financial institution, resident alien,sign Form W-9.You may be requested to sign by the 14.A middleman known in the investment community as a nominee or withholding agent even if item 1,below,and items 4 and 5 on page 4 custodian,or indicate otherwise. 15.A trust exempt from tax under section 664 or described in section For a joint account,only the person whose TIN is shown in Part I 4947. should sign(when required). In the case of a disregarded entity,the The following chart shows types of payments that may be exempt person identified on the"Name"line must sign.Exempt payees,see from backup withholding.The chart applies to the exempt payees listed Exempt Payee on page 3. above, 1 through 15. Signature requirements.Complete the certification as indicated in items 1 through 3,below,and items 4 and 5 on page 4. IF the payment is for... THEN the payment is exempt 1.Interest,dividend,and barter exchange accounts opened for... before 1984 and broker accounts considered active during 1983. Interest and dividend payments All exempt payees except You must give your correct TIN,but you do not have to sign the certification. for 9 2.Interest,dividend,broker,and barter exchange accounts Broker transactions Exempt payees 1 through 5 and 7 opened after 1983 and broker accounts considered inactive during through 13.Also,C corporations. 1983.You must sign the certification or backup withholding will apply.If Barter exchange transactions and Exempt payees 1 through 5 you are subject to backup withholding and you are merely providing patronage dividends your correct TIN to the requester,you must cross out item 2 in the certification before signing the form. Payments over$600 required to be Generally,exempt payees 3.Real estate transactions.You must sign the certification.You may reported and direct sales over 1 through 7 2 cross out item 2 of the certification. $5,000' 'See Form 1099-MISC,Miscellaneous Income,and its instructions. 0 2 However,the following payments made to a corporation and reportable on Form 1099-MISC are not exempt from backup withholding:medical and health care payments,attorneys'fees,gross proceeds paid to an attorney,and payments for services paid by a federal executive agency. Page 251 of 427 Agenda Item #10. ATTACHMENT D Form W-9(Rev.12-2011) Page 4 4.Other payments.You must give your correct TIN,but you do not Note.If no name is circled when more than one name is listed,the 4110ave to sign the certification unless you have been notified that you number will be considered to be that of the first name listed. ave previously given an incorrect TIN."Other payments"include payments made in the course of the requester's trade or business for Secure Your Tax Records from Identity Theft rents,royalties,goods(other than bills for merchandise),medical and Identity theft occurs when someone uses your personal information health care services(including payments to corporations),payments to such as your name,social security number(SSN),or other identifying a nonemployee for services,payments to certain fishing boat crew information,without your permission,to commit fraud or other crimes. members and fishermen,and gross proceeds paid to attorneys An identity thief may use your SSN to get a job or may file a tax return (including payments to corporations). using your SSN to receive a refund. 5.Mortgage interest paid by you,acquisition or abandonment of To reduce your risk: secured property,cancellation of debt,qualified tuition program .protect your SSN, payments(under section 529),IRA,Coverdell ESA,Archer MSA or HSA contributions or distributions,and pension distributions.You •Ensure your employer is protecting your SSN,and must give your correct TIN,but you do not have to sign the certification. •Be careful when choosing a tax preparer. If your tax records are affected by identity theft and you receive a What Name and Number To Give the Requester notice from the IRS,respond right away to the name and phone number For this type of account: Give name and SSN of printed on the IRS notice or letter. If your tax records are not currently affected by identity theft but you 1.Individual The individual think you are at risk due to a lost or stolen purse or wallet,questionable 2.Two or more individuals(joint The actual owner of the account or, credit card activity or credit report,contact the IRS Identity Theft Hotline account) if combined funds,the first at 1-800-908-4490 or submit Form 14039. individual on the account' 3.Custodian account of a minor For more information,see Publication 4535,Identity Theft Prevention The minor (Uniform Gift to Minors Act) and Victim Assistance. 4.a.The usual revocable savings The grantor-trustee' Victims of identity theft who are experiencing economic harm or a trust(grantor is also trustee) system problem,or are seeking help in resolving tax problems that have b.So-called trust account that is The actual owner' not been resolved through normal channels,may be eligible for not a legal or valid trust under Taxpayer Advocate Service(TAS)assistance.You can reach TAS by state law calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 5.Sole proprietorship or disregarded The owner' 1-800-829-4059. entity owned by an individual Protect yourself from suspicious emails or phishing schemes. 6.Grantor trust filing under Optional The grantor* Phishing is the creation and use of email and websites designed to Form egu 1099 Filing n ethod1.671 1(see mimic legitimate business emails and websites.The most common act Regulation section 1.671-4(b)(2)(i)(A)) For this type of account Give name and EIN of is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering • 7.Disregarded entity not owned by an The owner private information that will be used for identity theft. individual 8.A valid trust,estate,or pension trust Legal entity" The IRS does not initiate contacts with taxpayers via emails.Also,the IRS does not request personal detailed information through email or ask 9.Corporation or LLC electing The corporation taxpayers for the PIN numbers,passwords,or similar secret access corporate status on Form 8832 or Form 2553 information for their credit card,bank,or other financial accounts. 10.Association,club,religious, The organization If you receive an unsolicited email claiming to be from the IRS, charitable,educational,or other forward this message to phishing@irs.gov.You may also report misuse tax-exempt organization of the IRS name,logo,or other IRS property to the Treasury Inspector 11.Partnership or multi-member LLC The partnership General for Tax Administration at 1-800-366-4484.You can forward 12.A broker or registered nominee The broker or nominee suspicious emails to the Federal Trade Commission at:spam@uce.gov 13.Account with the Department of The public entity or contact them at www.ftc.gov/idtheft or 1-877-IDTHEFT Agriculture in the name of a public (1-877-438-4338). entity(such as a state or local Visit IRS.gov to learn more about identity theft and how to reduce government,school district,or your risk. prison)that receives agricultural program payments 14.Grantor trust filing under the Form The trust 1041 Filing Method or the Optional Form 1099 Filing Method 2(see Regulation section 1.671-4(b)(2)(i)(B)) 'List first and circle the name of the person whose number you furnish.If only one person on a joint account has an SSN,that person's number must be furnished. 2 Circle the minor's name and furnish the minor's SSN. 'You must show your individual name and you may also enter your business or"DBA"name on the"Business name/disregarded entity"name line.You may use either your SSN or EIN(if you have one),but the IRS encourages you to use your SSN. "List first and circle the name of the trust,estate,or pension trust.(Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.)Also see Special rules for partnerships on page 1. *Note.Grantor also must provide a Form W-9 to trustee of trust. Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons(including federal agencies)who are required to file information returns with the IRS to report interest,dividends,or certain other income paid to you;mortgage interest you paid;the acquisition or abandonment of secured property;the cancellation of debt;or contributions you made to an IRA,Archer MSA,or HSA.The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information.Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities,states,the District of Columbia,and U.S.possessions for use in administering their laws.The information also may be disclosed to other countries under a treaty,to federal and state agencies to enforce civil and criminal laws,or to federal law enforcement and intelligence agencies to combat terrorism.You must provide your TIN whether or not you are required to file a tax return.Under section 3406,payers must generally withhold a percentage of taxable interest,dividend,and certain other payments to a payee who does not give a TIN to the payer.Certain penalties may also apply for providing false or fraudulent information. Page 252 of 427 Agenda Item #10. ATTACHMENT E IIIDRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida statute 287.087 hereby certifies that does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will propose by the terms of the statement and will notify • the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Proposer's Signature Firm Date • Page 253 of 427 Agenda Item #10. ATTACHMENT F • AMERICANS WITH DISABILITIES ACT AFFIDAVIT The undersigned CONTRACTOR swears that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding COUNTY. The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the COUNTY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the COUNTY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. CONTRACTOR: Signature: Printed Name: • Title: Date: Affix Corporate Seal STATE OF ss COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by of firm), on behalf of the firm. He/She is personally known to me or has produced identification. Print Name Notary Public in and for the County and State Aforementioned My commission expires: • Page 254 of 427 Agenda Item #10. ATTACHMENT G SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a) .• FLORIDA STATINS ON PUBLIC ENTITY CRIMES RM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AITTHORIZED TO ADMINISTER OATHS. 111, 1. This sworn statement is submitted to SEMJNOLE COUNTY BOARD OF COUNTY COMMISSIONERS by: (print individual's name and title) for (print name of entity submitting sworn statement) whose business address is and(if applicable)its Federal Employer Identification Number(FEIN)is (If the entity has no FEIN,include the Social Security Number of the individual signing this sworn statement: .) 2. I understand that a"public entity crime"as defined in Paragraph 287.133(I)(g),Florida Statutes,means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States,including,but not Iimited to,any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust,fraud,theft,bribery, collusion,racketeering,conspiracy,or material misrepresentation. 3. I understand that"convicted"or"conviction"as defined in Paragraph 287.133(1)(6),Florida Statutes,means a finding of guilt or a conviction of a public entity crime,with or without an adjudication of guilt,in any federal or state trial court of record relating to charges brought by indictment or information after July I,1989,as a result of a jury verdict,nonjury trial,or entry of a plea of guilty or nolo contendere. 4. I understand that an"affiliate"as defined in Paragraph 287.133(1)(a),Florida Statutes,means: I. A predecessor or successor of a person convicted of a public entity crime;or • 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term"affiliate"includes those officers,directors,executives,partners,shareholders, employees,members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person,or a pooling of equipment or income among persons when not for fair market value under an ann's length agreement,shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. S. I understand that a"person"as defined in Paragraph 287.133(1He),Florida Statutes,means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity,or which otherwise transacts or applies to transact business with a public entity. The term"person"includes those officers,directors,executives,partners,shareholders,employees,members,and agents who are active in management of an entity. 6Based on information and belief,the statement which I have marked below is true in relation to the entity submitting this sworn statement. (indicate which statement applies.) 0 Neither the entity submitting this sworn statement,nor any of its officers,directors,executives,partners,shareholders,employees,members,or agents who are active In the management of the entity,nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1,1989. The entity submitting this sworn statement,or one or more of its officers,directors,executives,partners,shareholders,employees,members,or agents who are active in the — management of the entity,or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1,1989. The entity submitting this sworn statement,or one or more of its officers,directors,executives,partners,shareholders,employees,members,or agents who are active in the management of the entity,or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However,there has been a subsequent proceeding before a Hearing Officer of the State of Florida,Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1(ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this day of , (Signature) Personally known to me OR Produced identification (Type of Identification) Notary Public-State of My commission expires (Notary Public Signature) Form PUR 7068(Rev.6/18/92) (Printed typed or stamped commissioned name of Notary Public) ' III Page 255 of 427 Agenda Item #10. ATTACHMENT H • INSURANCE CONFIRMATION On behalf of our client, , and by acknowledging with signature below, we have read and understand the insurance requirements for this Solicitation and Agreement. We can and will provide a Certificate of Insurance (COI) that is compliant with the insurance requirements stated in this Solicitation and Agreement should our client be awarded the project. Signature of Agent Print Name & Title . Agency Address Project # & Title Date 1111 Page 256 of 427 Agenda Item #10. eft. RESOURCE MANAGEMENT DEPARTMENT SEMINOLE COUNTY NATURAL CHOICE PURCHASING AND CONTRACTS DIVISION February 8, 2017 To: PROSPECTIVE PROPOSERS AND ALL OTHERS CONCERNED From: Robert T Bradley, Sr. Procurement Analyst Subject: RFP-1210-17/RTB — Replacement of Small Water and Reuse Water Meters Due Date: Wednesday, February 15, 2017 at 2:00 PM EST ADDENDUM #3 Total pages: 6 The information included in this Addendum revises, clarifies, or supplements the specifications and other provisions of the contract documents and is considered part and parcel to the Package. New Information: • The Bid Form for this solicitation has been replaced and the new Bid Form has • been provided as a part of this Addendum. Questions: 1. Does Seminole County want a salvage credit for the old meters? Response: No, meters are being returned to Seminole County. 2. There is not a line item for this but is there a Mobilization Allowance? Response: There is no allowance given for Mobilization 3. Per addendum #2 questions 2 &3, it is understood that 1.5" & 2" backflow devices are customer owned and that no work is anticipated under this contract on those specific devices. However on Exhibit A and Part 1 General Scope of Services lines 6A & 6C, it is stated that 1.5" & 2" backflow devices to be replaced shall be supplied by the contractor. Please specify what manufacturer and model of 1.5" & 2" backflow devices are to be used so that line items 1c, 1d, 3c, and 3d of the price list can be properly quoted, or please clarify how to edit the price sheet to exclude these scenarios involving 1.5" & 2" backflow devices. 4. Exhibit A line 3B asks for references and contacts of at least (3) similar projects within the past (5) years. Part 3 Instruction for Preparing Proposals Section 3A II) states that the proposer must submit (5) similar projects within the past (3) years. Please clarify which of these is correct. — Response: Five (5) similar projects in the last 3 years including all necessary points of contact for verification of reference. Page 257 of 427 Agenda Item #10. rftio SEMINOLE COUNTY ioRESOURCE MANAGEMENT DEPARTMENT FLORIDA'S NATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION 5. Exhibit C, Line Item la: 3/" Meter & Backflow Replacement with Testing a. What type of Backflow Device is to be replaced? (Above Ground RPZ, Double Check, or in ground/meter box Dual Check) i. If the device is above ground, (RPZ, Double Check) what are the specifications for piping materials and supports if any? ii. If in ground/meter box Dual Check, what is the specification for testing as there are no test cocks? Response: Seminole County will supply backflow Devices 3/4" and 1". Please note 1'/2" and 2" Backflow Devices are customer owned the Contractor shall document any and all discrepancies so that the County can properly address all issues. Post exchange meter testing only 6. Exhibit C, Line Item 1 b: 1" Meter & Backflow Replacement with Testing a. What type of Backflow Device is to be replaced? (Above Ground RPZ, Double Check, or in ground/meter box Dual Check) i. If the device is above ground, (RPZ, Double Check) what are the specifications for piping materials and supports if any? ii. If in ground/meter box Dual Check, what is the specification for • testing as there are no test cocks? Response: Seminole County will supply backflow Devices 3/" and 1". Please note 11/2" and 2" Backflow Devices are customer owned the Contractor shall document any and all discrepancies so that the County can properly address all issues. Post exchange meter testing only 7. Exhibit C, Line Item 1 c: 1 1/2" Meter & Backflow Replacement with Testing a. What type of Backflow Device is to be replaced? (Above Ground RPZ, Double Check, We do not know of any in ground/meter box Dual Check for 1 1/2" meters) i. If the device is above ground, (RPZ, Double Check) what are the specifications for piping materials and supports if any? Response: Seminole County will supply; Water Meter Bodies 3/" through 2", meter bodies are serialized and each installation shall be documented. Water Meter Encoders 3/4" through 2, meter encoder are serialized and each installation shall be documented. Orion Mobile RF link endpoints, endpoints are serialized and each installation shall be documented. Water Meter tailpieces and make-up flanges. Please note 1W and 2" Backflow Devices are customer owned the Contractor • shall document any and all discrepancies so that the County can properly address all issues. 8. Exhibit C, Line Item 1d: 2" Meter & Backflow Replacement with Testing Page 258 of 427 Agenda Item #10. SEMINOLE COUNTY • RESOURCE MANAGEMENT DEPARTMENT FLORIDASNATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION a. What type of Backflow Device is to be replaced? (Above Ground RPZ, Double Check, We do not know of any in ground/meter box Dual Check for 1 �/2" meters) i. If the device is above ground, (RPZ, Double Check) what are the specifications for piping materials and supports if any? Response: Please note 1'/2" and 2" Backflow Devices are customer owned the Contractor shall document any and all discrepancies so that the County can properly address all issues. 9. Exhibit C, Line Item 3a: Replacement of 3/4" Backflow Device Only a. What type of Backflow Device is to be replaced? (Above Ground RPZ, Double Check, or in ground/meter box Dual Check) i. If the device is above ground, (RPZ, Double Check) what are the specifications for piping materials and supports if any? ii. If in ground/meter box Dual Check, what is the specification for testing as there are no test cocks? Response: Seminole County will supply Backflow Devices %" and 1". b. Is Testing of the Replaced Device Required? Response: Post exchange meter testing only • 10.Exhibit C, Line Item 3a: Replacement of 1" Backflow Device Only a. What type of Backflow Device is to be replaced? (Above Ground RPZ, Double Check, or in ground/meter box Dual Check) i. If the device is above ground, (RPZ, Double Check) what are the specifications for piping materials and supports if any? ii. If in ground/meter box Dual Check, what is the specification for testing as there are no test cocks? Response: Seminole County will supply Backflow Devices 3/4" and 1". 11.Exhibit C, Line Item 3c: 1 1/2" Meter & Backflow Replacement with Testing a. What type of Backflow Device is to be replaced? (Above Ground RPZ, Double Check, We do not know of any in ground/meter box Dual Check for 1 1/2" meters) i. If the device is above ground, (RPZ, Double Check) what are the specifications for piping materials and supports if any? Response: Seminole County will supply; Water Meter Bodies %" through 2", meter bodies are serialized and each installation shall be documented. Water Meter Encoders %" through 2, meter encoder are serialized and each installation shall be documented. Orion Mobile RF link endpoints, endpoints are serialized and each installation . shall be documented. Water Meter tailpieces and make-up flanges. Page 259 of 427 Agenda Item #10. rftio • RESOURCE MANAGEMENT DEPARTMENT SEMIIVOLE COUNTY FLORIDA'S NATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION Please note 11/2" and 2" Backflow Devices are customer owned the Contractor shall document any and all discrepancies so that the County can properly address all issues. b. Is Testing of the Replaced Device Required? Response: Post exchange meter testing only 12.Exhibit C, Line Item 3d: 2" Meter & Backflow Replacement with Testing a. What type of Backflow Device is to be replaced? (Above Ground RPZ, Double Check, We do not know of any in ground/meter box Dual Check for 1 1/2" meters) i. If the device is above ground, (RPZ, Double Check) what are the specifications for piping materials and supports if any? Response: Seminole County will supply; Water Meter Bodies 3/4" through 2", meter bodies are serialized and each installation shall be documented. Water Meter Encoders 3/4" through 2, meter encoder are serialized and each installation shall be documented. • Orion Mobile RF link endpoints, endpoints are serialized and each installation shall be documented. Water Meter tailpieces and make-up flanges. Please note 11/2" and 2" Backflow Devices are customer owned the Contractor shall document any and all discrepancies so that the County can properly address all issues. a. Is Testing of the Replaced Device Required? b. Is Testing of the Replaced Device Required? Response: Post exchange meter testing only 13.It states in bid docs that contractor has to arrange for a scheduled appointment with resident. At pre-bid it was stated this was not required but that contractor was just to do door hangers and knock on door to inform the resident you are changing meter. Response: The only time an appointment is scheduled, is if a customer or business calls to make one due to hardship 14.Per section 3 in bid documents it states RFP is to be divided into 5 sections and there are only 4 sections listed Response: There are only four(4) submittal sections for this solicitation. • 15.In proposal section 1 it refers to Attachments A through F which are not included in bid package? Response: Please see Addendum #2 Page 260 of 427 Agenda Item #10. el.As • SEMINOLE COUNTY RESOURCE MANAGEMENT DEPARTMENT FLORIDAS NATURAL CHOICE" PURCHASING AND CONTRACTS DIVISION 16.What is Contractors responsibility on watering sod if replaced? Response: None 17.For project staffing projections, what is an estimate of the number of meters to be changed out per month? Response: Special Conditions, Performance Section a. All work shall be self-performed, under this contract all work shall be completed by the selected contractor's employees. The used of sub- contractors or contract labor is not allowed. b. Contractor shall be adequately staffed and equipped to install 1000 meters per month. • Failure to acknowledge receipt of this addendum on the submittal shall result in a determination of "Non-Responsive". Signature on File Sr. Procurement Analyst • Page 261 of 427 Agenda Item #10. EXHIBIT C • ITEM ITEM DESCRPTION EST. UNIT UNIT TOTAL ANNUAL COST 1a Replacement of 3%" meter & backflow device LOT 9000 with Testing lb Replacement of 1" meter & backflow device LOT 500 with Testing 2a Replacement of%" meter only with testing EACH 250 2b Replacement of 1" meter only with testing EACH 100 2c Replacement of 1%" meter only with Testing LOT 250 2d Replacement of 2" meter only with Testing LOT 500 3a Replacement of%" backflow device EACH 250 3b Replacement of 1" backflow device EACH 100 4a Replacement of meter box for%"or 1" meters EACH 1500 (includes double boxes) 4b Replacement of meter box for 1%" or 2" EACH 100 meters 5a Replacement of%" curbstop (single) EACH 250 5b Replacement of 3/" curbstop (double) EACH 250 5c Replacement of 1" curbstop (single) EACH 25 5d Replacement of 1" curbstop (double) EACH 25 • 5e Replacement of 1 %2" curbstop (single) EACH 10 5f Replacement of 2" curbstop (single) EACH 10 6a Post Exchange Old 3/" Meter Testing EACH 9000 6b Post Exchange Old 1" Meter Testing EACH 500 6c Post Exchange Old 1W' Meter Testing EACH 250 6d Post Exchange Old 2" Meter Testing EACH 500 7a Replacement of 4" thick concrete sidewalk SF 1000 7b Replacement of 6" thick concrete driveway SF 250 7c Replacement of sod if required (like kind) SF 1000 8a Meter Testing Only (in place) EACH 150 Grand Total • Page 1 of 1 Page 262 of 427 Agenda Item #10. rfie • RESOURCE MANAGEMENT DEPARTMENT SEMINOLE COUNTY FLORIDA'S NATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION February 13, 2017 To: PROSPECTIVE PROPOSERS AND ALL OTHERS CONCERNED From: Robert T Bradley, Sr. Procurement Analyst Subject: RFP-1210-17/RTB — Replacement of Small Water and Reuse Water Meters Revised Due Date: Wednesday, February 22, 2017 at 2:00 PM EST ADDENDUM #4 Total pages: 1 The information included in this Addendum revises, clarifies, or supplements the specifications and other provisions of the contract documents and is considered part and parcel to the Package. New Information: 1111 - The Bid Due Date for this solicitation has been extended. The new revised Bid Due Dates is: Wednesday, February 22, 2017 at 2:00PM EST. The date for questions to be received for this solicitation has passed and no further questions related to this solicitation will be accepted. Failure to acknowledge receipt of this addendum on the submittal shall result in a determination of "Non-Responsive". Signature on File Sr. Procurement Analyst • Page 263 of 427 Agenda Item #10. (AL • RESOURCE MANAGEMENT DEPARTMENT 5EM11VOLE COUNTY NATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION February 14, 2017 To: PROSPECTIVE PROPOSERS AND ALL OTHERS CONCERNED From: Robert T Bradley, Sr. Procurement Analyst Subject: RFP-1210-17/RTB — Replacement of Small Water and Reuse Water Meters Revised Due Date: Wednesda Februar 22 2017 at 2:00 PM EST FINAL ADDENDUM #5 Total pages: 2 The information included in this Addendum revises, clarifies, or supplements the specifications and other provisions of the contract documents and is considered part and parcel to the Package. New Information: - The deadline for questions to be received for this solicitation has passed and no further questions related to this solicitation will be accepted. Questions: • 1. Emergency repairs aside, what will the standard hours of operation be? Response: 08:00 — 17:00 (8AM-5PM) 2. Are the locations where the Dual Check backflow devices are needed as part of meter change-out known, or are they to be determined at time of a new meter installation? Response: They to be determined at time of a new meter installation 3. In part 7.e. It reads that the "work shall be accomplished by use [of] a large volume contained vacuum system". This equipment is not always practical for small jobs. Is this an absolute requirement, or will the county consider other methods of removing excess dirt and debris from and around meter boxes so long as the job is clean, effective, and respectful of surrounding landscaping? Response: This an absolute requirement, seeing that no other solution is being purposed. 4. In addendum #2, question # 11, it is said that the county will provide a location to dispose of excess slurry. Where is/are these location(s)? Response: 3300 Dike Rd. Winter Park 32792 5. How long will the winning contractor be given to set-up personnel, equipment, and data sharing processes before starting the work? Response: The Contractor should be ready to start the work at time of contract execution. 6. On exhibit C, line 1a thru 1d, replacement of meter & backflow device with testing. Does • "testing" refer to testing that the meter registers (Water flow causes dial to spin)? Does it include a test to ensure that the encoder and radio read endpoint is broadcasting properly? Response: "Testing" refers to the post-exchange testing of the meters that were replaced. The accuracy of the old meters must be documented, using AWWA Standards Page 264 of 427 Agenda Item #10. rfte • RESOURCE MANAGEMENT DEPARTMENT SEMINOLE COUN YFLORIDAS NATURAL CHOICE' PURCHASING AND CONTRACTS DIVISION for Water Meters — Selection, Installation, Testing and Maintenance, Most Recent Edition (M-6). 7. On addendum #1, question # 5, the response is that the preferred method of notice is a door hanger. Please clarify if a mailed notice is also an acceptable means to notify the water customers of upcoming activities. Response: Mailed notice is an acceptable means as long as the notice is sent to the occupant and not the servicing agent. 8. For "in place meter testing", will connecting the testing equipment to an available hose bib be sufficient or will the county require that the testing equipment be connected directly to the meter? Response: The testing equipment shall be connected directly to the meter. 9. Which Badger meter model are to be installed, which model encoder, and which model Endpoints, will be installed? (This question is asked because different models require different test procedures and have different type software requirements). Response: Recordall® Disc Series Meters, High Resolution Encoders (HR-E®) and ORION® Classic (CE) endpoints. 1111 10. Is the connection type between the encoder and the Endpoint, a direct wire, a pig-tail, or Nicor connector? Response: Direct Wire 11. Badger can supply their meters packaged different ways. Will the meters and endpoints come pre-assembled out of the box, with endpoint wiring pre-connected, or separate packaging with assembly required? Response: 3/" meters will be supplied pre-assembled, 1" and larger meters will require some assembly 12. Will the data for the county's ArcGIS system be accepted in .CSV, .XLS, .XLSX or .TXT Tab Delimited tabular format? If another file format is required can you specify all acceptable formats? Response: Yes, those formats will work. 13. In Addendum #2, question #4, the response is "99%'. The Ford Dual Check model HHCH31-323-NL is 6" long. Many meter boxes are only 16" long inside. Will it be acceptable to install the Dual Checks with the outlet outside of the meter box, so long as the cap is accessible from inside the box, or will the meter box need to be moved or replaced in that situation? Response: Repositioning or replacing the meter box may be required to insure proper meter and backflow device placement. Failure to acknowledge receipt of this addendum on the submittal shall result in a determination of "Non- . Responsive". Signature on File Sr. Procurement Analyst Page 265 of 427 Agenda Item #10. • National SERVICES , INC . 163 Schuyler Avenue P.O. Box 491 Kearny, New Jersey, 07032 1-888-448-0009 www.nmsnj.corn Response and Statement of Work Prepared for: Seminole County Environmental Services Proposal for Water Meter and Dual Check Valve • Installation Services Included in this document: ❖ Statement of Work— Meter Installation Services • Executive Summary • Company Overview • Managing the Project • Installation Procedures • Worker and Public Safety • Customer Service • Data Management • Meter Testing * Optional Service • Warranty • Certificates • Licenses • Experience Ili Paye 266 of 427 Agenda Item #10. • Some of the key features included in our proposal that we would like to bring to the attention of the committee: ➢ Florida Licensed Contractor–NMS is a State of Florida Underground Utility Contractor our license #is CUC1224998. ➢ OSHA 10 and Confined Space Certified–All Meter Installation Field Services staff are OSHA 10 and Confined Space Certified. ➢ Longevity–Founded in 1995,NMS is a specialty service contractor with over 20 years in the meter installation industry. The combined prior experience of both principles of NMS well exceeds 60 years. ➢ Community Involvement -NMS initially mans the project with its experienced Corporate based crews form our Daytona FL facility. Working with the County's Human Resources, local personnel are hired from the project area. The new employees go through installer training and will be assigned to the local project. ➢ Extensive experience–NMS has experience with all of the latest AMR/AMI technology available. All of our technicians are highly trained through a series of sessions including classroom, field and manufacturer certification. NMS has approximately 125 full time employees. ➢ Preferred Meter Installation Contractor– for meter manufacturers such as Neptune TG, Badger Meter, Sensus Technologies and their Agents/Distributors. • ➢ Preferred Meter Installation Contractor– For the Largest Privately owned Water Utilities in the United States–American Water,United Water, Aqua America and Middlesex Water ➢ Certified Exit Meter Testing— *Optional Premium Service* Exit testing of the meters being replaced is a practical solution in accounting for water loss due to under registration of the older meter system. National Metering Services, Inc. is certified by state governmental entities to test water meters. Utility staff will not be burdened with this task or additional expense of obtaining meter testing equipment. The exit test data will provide critical revenue recovery data. The data can also be used to address customer complaints about higher water bills after the new system is installed. All test data is compiled into an electronic database for easy reference. ➢ GPS– *Optional Premium Service* Global Positioning System Data for GIS National Metering Services, Inc. can provide Latitude and Longitude data with an accuracy of 1 meter or better. Consumer grade GPS equipment is accurate to within 5-10 feet. It has been our experience that a general area of the pit location is not sufficient to locate the pit due to overgrowth over the years. Because of this condition NMS utilizes Trimble Geo GPS surveying equipment which has a proven = _– track record of reliability and provides sub-meter accuracy as required by the proposal. • Page 2 Page 267 of 427 Agenda Item #10. Executive Summary National Metering Services, Inc. was incorporated in 1995. There are more than fifty years of meter installation and related services experience between Joseph Castrovinci and William Castle, the two principals of the company. Joseph and William started their careers early in the metering industry, when cutting edge metering technology was introduced in the 1980's. They gained valuable experience as meter installation technicians for other meter installation companies. They were both involved with manufacturer's agents for trials and pilot programs. Some of the most sophisticated meter systems of the early Automatic Meter Reading Systems (AMR) era, encoded remote (touch read) and telephone read technology(Hands Off Meter Reading), the forerunners of the present day AMR were piloted, trialed and installed by Joseph and William. Joseph and William both have managed several high profile and large turnkey projects before pooling their collective talents and incorporating National Metering Services, Inc. (referenced as NMS), a premier meter installation and service company. National Metering Services, Inc. has emerged in the AMR market as a preferred sub-contract and service company to some of the industry giants. NMS has worked exclusively for Northrop Grumman IT, Northrop Grumman(NGC), Badger Meter Inc., Amco Elster (ABB),Neptune Meter, HD Supply and Sensus Metering Systems as well as a direct contracting source for utility customers. NMS is a Preferred Installation Contractor for Neptune Technology Group, United Water and American Water. • Company Overview and AMI Experience National Metering Services, Inc. provides meter installation services for both municipal and private utilities throughout the United States. The projects we have provided services for are diverse in requirements and objectives. NMS has provided full turnkey packages, (supplying both product&services), labor only programs,provided customers with technical assistance in system selection and project planning, specification development with owners and engineers. While experienced in all utility meter types, water, gas and electric, our entrance into AMR market was in the water industry, in the Northeastern part of the US in the early 1980's. This area of the country proved to be the ideal training or proving grounds for installation crews and customer service staff of our firm. Due to the extreme weather conditions in the winter,90% of utility meters are located inside the customer's home to shelter the meter(s) from the effects of the cold. Because meters are located inside the homes, lock out conditions soon became realized when attempting to read meters by utilities. The results were, lost revenue due to limited actual reads and estimated bills. Employees of NMS are experienced with dealing directly with customers, scheduling appointments and providing a quality installation service. 411 Page 13 Page 268 of 427 Agenda Item #10. • Although NMS was established servicing the water industry,Gas meter replacement and retro-fit has become another strong area we have excelled in. Over the past 3-1/2 years NMS has replaced over 80,000 gas meters. National Metering Services, Inc. has partnered with large water utilities to provide services to municipalities as well as to their own water properties. Past and current partners include United Water NJ(Suez), Middlesex Water Company(MSEX),Aqua America NY and American Water Company. NMS has also partnered with meter manufacturers including Badger,Neptune, Sensus, Amco and H.D Supply. National Metering Services, Inc. partnered with Northrop Grumman as a sub contractor to supply&install 150,000+gas and water meters for the City of Corpus Christi TX. In addition to the NGC partnership,NMS' skills and resources were tapped by NGC's IT division to install and deploy the city's 147 square mile Wi-Fi system. National Metering Services, Inc. has been operating in City of Daytona Beach since November 2012 when we were contracted by the City of Daytona Beach to install or retrofit approximately 30,000 water meters and endpoints in the city's metered system. NMS became permanent residents in 2013 when we purchased the facility we were renting in Daytona Beach. NMS is currently installing Neptune TG E-Coder meters and equipment for the City Port Orange Fl. S NMS is also under a multi-year contract with Ormond Beach to upgrade its entire water meter system to Neptune R 900i and to install dual check valves on select properties. National Metering Services, Inc. maintains a staff 125 service professionals and support staff on several projects throughout the United States. Permanent offices are located in Kearny New Jersey, and Daytona Florida. Seeing demand for our AMR systems knowledge and meter installation and testing services,National Metering Services, Inc. recently opened an Office in Krakow,Poland. NMS Europe will supply, install and support Smart Metering Systems for Utilities in Poland and other Eastern European Countries. For questions or inquiries regarding this response,please address them to: William Castle, Vice President National Metering Services, Inc. 163 Schuyler Avenue Box 491 Kearny NJ 07032 Phone: 201-246-1115 Fax: 201-246-1831 Email: wcastle@nmsnj.com S Page 4 Page 269 of 427 Agenda Item #10. • The following Organizational Chart details proposed staff and description of duties. This chart does not represent the entire staff that would be assigned to the program. As meter quantities are increased and to accommodate project scheduling and material supplies, staffing is adjusted. NMS maintains a ratio of one (1)Field Foreman for every five(5) Installation Technicians. Proposed Organizational Chart General Manager Project Manager Office Manager Meter Testing Unit r6__ _ I • Meter Installation Meter Installation Crew Customer Service Crew(Residential) Unit Data Entry Unit (commercial& industrial) • Page 5 Page 270 of 427 Agenda Item #10. • General Manager—The responsibilities of the General Manager, is assigning tasks to office staff,monitoring customer service units interaction with customers, verifying work order information as entered by data processing unit, supervising work order preparation &customer notices, scheduling of mailings,tracking progress of project by area or route, scheduling follow up mailings,time record keeping,payroll certification, invoice preparation, execution of required AIA forms. All Project Managers report directly to the General Manager regarding the status of a program, inventory, customer service, field reports etc. Project Manager—The Project Manger is responsible for all interaction with the County, ordering, cataloging and distribution of inventory materials, assigning and recovering work to &from installers daily. Progress meetings, customer concerns or callbacks, distribution of appointments &schedules, forwarding completed work orders to the data processing center, logging accounts that could not be installed(locked gates & dogs), keeping daily time records of installers hours. The project Manager reports directly to the General Manager with daily reports and a weekly summary of installations, and project progress. Field Foreman—The field manager, is responsible for collection of old meters for testing,verifying exit readings of old meters, re-supply of equipment to installers in the field,provide assistance on difficult installations, survey large meter accounts, freeze service lines when shut down is not possible using existing valves,verify conditions when a unit cannot be installed as reported, locate and operate curb valves for shut down, cover appointments pending if an installer is delayed or has other issues. Meter Installation Technician—Our Installation Technicians have several years of experience, installing gas meters.NMS has a very low employee turnover rate. Many of our Installers have been with the company over 5 years. The responsibilities of our Meter Installation Technicians are: providing meter installation service by appointment and by solicitation, logging pertinent data on installation order, final reading of meter and serial number confirmation,tagging removed meter with an address verification tag,testing of meter installation with manufacturers test equipment, checking for leaks after installation is complete, verifying service has been restored,updating account records if an account is missing or indicating why the unit cannot be installed as per request. Data Entry Clerk/Customer Service Representative—Preparing customer notices & work orders from electronic data provided by The County,processing completed work orders, processing incomplete work orders by identifying the problem or violation and entering the data into the new customer database,processing meter certification test results and entering results into a comprehensive report, entering test results into the customer database. Customer service is responsible for scheduling appointments for customers,verifying appointments the day before the scheduled appointment by calling the customer, scheduling appointments through our interne service(E-Appointments),processing daily routes for installers by appointment,processing meter certification data,preparing customized project reports for The County relating to project status,un-metered accounts, • remaining accounts,violations, theft of service, leaks etc. Page 6 Page 271 of 427 Agenda Item #10. • Joseph Castrovinci 14 West 37th Street Bayonne,N.J 07002 PROFESSIONAL HIGHLIGHTS Mar 1995- National Metering Services, Inc. Kearny,NJ Current PrincipaUPresident-C.E.O. • Make presentations before City councils. • Seek alternative financing for AMR meter projects. • Trustee for N.M.S pension fund. • Delegate duties to subordinate executives Mar 1993- Heights Industries. Farmingdale,NJ Feb 1995 Project Manager • Large meter installation manager. • Assigned workloads to meter crews. • Liaison between City and company management • Attended monthly project meetings with City personnel Sep 1991- Automated Metering Services. Ramsey,NJ • Mar 1993 Project Manager • Large meter installation manager. • Assigned workloads to meter crews. • Liaison between City and company management • Attended monthly project meetings with City personnel Feb 1987- United States Army Washington,DC Aug 1991 Non-Commissioned Officer • Helicopter mechanic at Camp Zama Japan. • Assigned duties to subordinate soldiers. • Medically Retired. Jun 1981- Central Installation Co. Frasier,MI Feb 1987 Installer/Repairman • Installed remote water meters. • Repaired breakage due to meter replacement. • Assistant manager for Jersey City change-out. QUALIFICATIONS • Managed the installation of over 750,000 residential meters. • Managed the installation of over 10,000 commercial meters. • Licensed in multiple States • Specialist—Commercial Meters • Certified by Sensus, Hexagram and Tropos Networks r Page 17 Page 272 of 427 Agenda Item #10. lit William Castle 156 West Newell Ave Rutherford,New Jersey 07070 J PROFESSIONAL HIGHLIGHTS Jun 1997- National Metering Services, Inc. Kearny,NJ Current Principal/Vice President/Secretary • Responsible for Operations • Make presentations before City councils. • Responsible for Bid Responses. • Manage Larger projects. Jul 1989- Automated Metering Services, Inc. Ramsey,NJ Jun 1997 Vice President/General Manager • Project manager for Newark,NJ meter installation project 93-96. • Responsible for bidding projects and job preparation. • Liaison between City and company management • Attended monthly project meetings with City personnel May 1986- Castle Installation Co. Jersey CITY,NJ Jun 1989 Repair Technician/Manager • • Small meter installation manager. • Assigned workloads to meter crews. • Responsible for HOMER system for Hackensack Water Co.(Now United Water Resources) • Managed crews for installation of over 100,000 meters in the HOMER project. PROJECTS MANAGED (Partial List) Newark,NJ Alpha,NJ East Orange,NJ Elizabeth,NJ Jersey City,NJ Lyndhurst,NJ Harrington Park,NJ City of Vineland,NJ West Caldwell,NJ Verona,NJ Duncansville,PA Kissimmee,FL Celebration,FL METER&INSTALLATION QUALIFICATIONS • Managed the installation of over 250,000 residential water meters. • Managed the installation of over 5,000 commercial water meters. • Familiar with all aspects of plumbing. • Specialist—Residential Meters • Licensed Contractor for South Carolina • Certified by Itron and MARS Water i Page 8 Page 273 of 427 Agenda Item #10. • Peter H. Martin, P.E. 301 Horton Grove Rd., Fort Mill,SC 29715 SUMMARY: Twenty five years experience managing water,sewer,and gas construction. Two years in water utility distribution system management. Seven years plant maintenance experience. PROFESSIONAL EXPERIENCE: 2009 - Present National Metering Services,Inc.,Kearny,NJ Project Manager Crisfield MD Water Meter Upgrade and Large Diameter Meter Vault Installation Program.Managed and supervised crews installing residential water meters and commercials meters. Supervised and installed 14 large diameter meter vaults along the City/County line where interconnects were unmetered. Prior to Crisfield MD project—Project Manager for Asheville NC meter upgrade.25,000 units were installed and read with Hersey water meters and RF"HotRod"AMR. 2005-2009 REYNOLDS INLINER, LLC (f/k/a American Water Services), Ft. Lauderdale, FL. Business Unit Director. Started as Engineering Project Manager over capital improvement projects of water/sewer for Military Services Group,and then became Business Unit Director for Southeast Region managing sewer rehabilitation business. Responsible for engineering,estimating and regional management of cured-in- • place sewer lining operation for AL,GA,and TN. Transferred in 2008 to manage the South Florida region. 1999-2004 THE HALLEN CONSTRUCTION CO., INC., Island Park,NY Asst. VP of Engineering and Project Manager—Special Projects. Responsible for engineering,estimating,and project management for a contractor performing gas distribution system maintenance and gas pipeline installation. Projects include: installation of 18,0001f of 26"steel gas main in Long Island,NY; 10 million dollar natural gas metering and regulating station for a gas transmission pipeline connecting to Con Edison in the Bronx,NY. 1995-1999 MIDDLESEX WATER CO., Iselin,NJ Employed as Director of Distribution/Maintenance for an investor owned public water utility. Responsible for the supervision of the maintenance of the water distribution system serving over 57,000 customers with 600 miles of water mains. Staff included 28 people in distribution maintenance,5 in transportation maintenance and 3 office personnel. 1975-1980 TEXACO, INC.,Westville,NJ Plant Support Engineer for the Petrochemical Department. Responsible for design and cost estimating for non-routine maintenance and process unit shutdown projects. EDUCATION AND LICENSES: Lehigh University, 1975, B.S. Civil Engineering, Licensed Professional Engineer in New Jersey-active and Alabama-inactive. Certified Underground Utility and Excavation Contractor FL- • License Number CUC1224998 Page 19 Page 274 of 427 Agenda Item #10. Thomas Mitchell 24 Malibu Drive EatonCity,N.J 07724 J PROFESSIONAL HIGHLIGHTS Jul 2005 National Metering Services, Inc. Kearny,NJ Current Southern District Project Manager • Project Manager for the first full scale Sensus fixed network. • Lead tech Large meters in Corpus Christi TX. • Managed several large installation contracts in Florida. • Attended monthly project meetings with city personnel Mar 1986- TJM Builders. Lincroft,NJ Jul 2005 Owner • New construction builder. • Assigned workloads to sub contractors. • Installed pre-fabricated houses. • Managed a total of eight full time employees. Sep 1980- Jersey Central Power&Light. Oyster Creek • Mar 1986 Lead Technician • Responsible for creating dept.of five employees'. • Advisor to the NRC three Mile Island. • Calibration of Radiation detection equipment. • Attended monthly planning meetings with upper management Feb 1978- I.B.M Fishkill,N.Y Jun 1980 Electro-mechanical • Repaired Electronics,Hydraulics&Pneumatics. • Repaired Control Systems. • Attended school. EDUCATION 1974-1978 Christian Brothers Academy High School Lincroft,N.J Sep 1976- Devry Technical School. Woodbridge,N.J Jun 1978 Electronics • Electronics Degree 410 Page 110 Page 275 of 427 Agenda Item #10. Managing the Contract National Metering Services, Inc. has an unblemished record for conducting business in a timely, efficient and courteous manner. All personnel are proficient,motivated, well trained and highly experienced in their particular field,whether administrative or technical. This project will be staffed with a qualified manager of National Metering Services at all times to supervise this project. The manager will be available via cellular telephone at all times for emergencies as a result related to meter installation services. In order to complete this project in the time allotted,particular attention will be paid to the timing and distribution of notifications. NMS recommends that any and all notices produced by The County announcing the project should include National Metering Services, Inc.'s website-www.nmsnj.com. National Metering Services, Inc. provides our website on all customer correspondences, so customers can gain access to additional information about the project in their community and get product data or general information. A webpage dedicated to this project is created and provides customers with project information, samples of uniforms and a statement of work to be performed. Customer service hours are Monday through Friday 9:00 am to 5:00 pm. Installation hours are Monday through Friday 8:00 am to 5:00 pm. National Metering Services, Inc. will do the following immediately upon receipt of the Notice to Proceed: ✓ Acquire adequate office and storage space to meet contract requirements ✓ Install local telephone service and fax machine ✓ Install computer system ✓ Meet with the County's Human Resource Manager about local resource pool ✓ Conduct background investigation if any candidates are selected for support services ✓ Prepare customer notifications During our regular office hours, 8:00 a.m. to 5:00 p.m., office personnel will handle all customer telephone calls. If for some reason, customer service cannot handle a customer's request, the office manager will personally speak with the customer and resolve the situation. After regular office hours an emergency telephone number is provided through our answering service. Page 111 Page 276 of 427 Agenda Item #10. • National Metering Services, Inc.will use its main office located in Daytona Beach FL for additional support of a local project office. Meter Installation Procedure The following steps are required to successfully replace a water meter to AMR: 1. Installation technician arrives for meter replacement Account No. 2. Technician examines existing conditions of Name: meter setting and takes pre-installation digital Adaress. photo Old Meter No. New Meter No. 3. Technician clears debris (sand, dirt) from meter Out Read --.---Remoter box and/or de-waters meter pit as required— Remote Loc. Set Reading. takes photo of meter reading Meter Size M.t.U,t t. Remarks 4. Technician shuts main valve Install Date: Instiller IA. 5. Technician replaces existing meter with a new Meter Change Order 1.188.44A•ODug meter and radio unit takes photo of new meter Meter Chang Card Geodesy ut Na4mal Memeng se ul zs.Inc. install 6. Technician restores water and checks for leak and verifies that there is a watertight seal at the meter fittings. • 7. Technician mounts pit receptacle to meter pit lid 8. Technician programs MITI with Manufactures authorized equipment(supplied by NMS) and enters the data into the electronic format and paper work order 9. Technician cleans work area and takes the post installation digital photo showing mounted antennae and secure meter box lid 10. Technician completes meter change work order indicating the following: customer account number, read sequence, install date,meter size&type, new meter serial number,new MIU serial number, reading on old meter. Technician purges the water lines from the outside hose spigot(if available). 11. Technician informs the customer of the successful installation. In the event the customer was not home during the installation a Flush the Water line notice will be left at the property. *Note* All of the aforementioned processes are now captured"Live"by installation technicians in the field and posted direct to the web portal. Data and photos are recorded and uploaded as meters go in by the technicians via our field service tool. The County staff can monitor the project moment by moment, or use it to address a customer inquiry. A hardcopy back up of meter data is maintained on a separate work order. The work order is utilized as a confirmation tool. Data is confirmed within 24 hours of the initial installation however the raw data is accessible immediately. • Page 112 Page 277 of 427 Agenda Item #10. Quality Assurance and Data Integration National Metering Services, Inc.has a standing procedure in place where all installations are documented with digital photography. A pre-installation,meter reading,mounted unit and post-installation digital photo are taken to show site conditions before and after the meter was installed,that there are no leaks and the lid is set properly on top of the pit with the unit mounted. Photos are named by address for quick and easy reference. In the event of a customer complaint of damage or improper installation,photos can be reviewed to see what the conditions were before and after installation. All photos are reviewed by NMS corporate staff to insure quality of work performed. Field management and supervisors perform field inspections and audits of work completed by installation crews. For pits that have large amounts of waste material IE excess sand, dirt etc. that could contaminate the customer's water _ lines with unsanitary material, or damage I ' the meter mechanism itself,NMS will utilize our Vactron Vactruck to1 'it . r professionally remove the material and ,0•3- dispose of it at a pre-designated site. NMS Staff excavate a minimum 6" below the meter and connections to • ensure no particulate matter or material enters the customer piping system. Using this professional method of removal is a safe customer friendly practice. Prior to installing the new meters,the ends of the meters are sanitized as are the meter couplings in the pit prior to installation. New meter information coming in from the field is captured at the time of installation by the installer entering the data into the handheld paperless work order system. All pertinent data is captured at the time of installation electronically and also on a paper work order utilized for back up. The information is downloaded daily into our project database-Basic Accounting and Billing Utility(BABU) software which is a front-end application designed for quick,user-friendly data entry/report generation. All information is post processed for accuracy by reconciling the field work orders with the electronic capture. Exit reads are confirmed, as are serial numbers and meters sizes and types. In addition to standard spreadsheet and e-mail reporting, BABU utilizes a web interface for simplistic data entry. • Page 13 Page 278 of 427 Agenda Item #10. • Pre-approved Schedule The County will be provided with a schedule of work from NMS which will contain proposed site locations and timetables prior to the commencement of any work. To reduce the possibility of interfering with meter reading schedules, the schedule will be updated on a monthly basis and submitted to The County for discussion and approval. The schedule will be in a sequence approved by The County. In the event a meter being replaced during scheduled meter reading"Black-outs", The County staff can obtain the final read from the NMS customer portal where the data is updated live from the field and/or read the meter from the meter read photo also displayed on the portal for the affected account. Installation Scheduling will be done so as to minimize interference with ongoing meter reading and billing schedules. NMS will assist the County in developing a written notice to residents to be mailed in advance of the work commencing and explaining the purpose of the contact. NMS will create a webpage detailing the Meter Modernization Project. NMS will reciprocate web links with The County. All printed material provided by NMS to customers will be pre- approved by The County and will provide our web address and toll free numbers. Customers may obtain additional program information by calling us or visiting the web. • Below is an example of the mailer. The following three pages are examples of additional project advertisement material and appointment scheduling tools offered in our proposal. ***Sample Mailer*** National Metering Services, Inc. Contractors for Seminole County Environmental Service Please be advised that in order to improve the quality and reliability of service to our customers, The County has contracted National Metering Services, Inc. to install new water meters. The new meters are being installed at no cost to you. The water meter is located outside of your home. Access to your home is not required. All meters will be upgraded or replaced without exception. Technicians from National Metering Services will be installing meters in your area during the next three weeks. All installers are required to have I.D. displayed at all times and to be in uniform. Installers from National Metering Services, Inc. will be installing meters house to house replacing or upgrading meters. If you are not home when the installer arrives, you will be left a notice that your meter was replaced and instruction to flush your water lines. Thank you for your cooperation. 1110 Page 114 Page 279 of 427 Agenda Item #10. 4110 National Metering Services, Inc.,provides a navigation friendly web page, for The County customers to access. Samples of the Home Page,Project Page and E- appointments Page are detailed on the subsequent pages. National Metering Services, Inc. also utilizes our web page as a customer service tool. We strive to make the meter exchange or upgrade a cooperative and an accomadating experience for the customer. National Metering SERVICES, INC. - W main �� e-appts. • r I /_ your town • '-?1 employment services Corporate Off ces and Certif ed Meter Testing Facility 163 Schuyler Avenue Box 491.Keamy.New Jersey 07032 Toll Free:1-888448-0009 Phone:201-246-1116 Fax.201-246-1831 The Project Page NMS creates for this program includes: 1) Contact information 2) A FAQ's page 3) Samples of vehicles and uniforms 4) Reciprocal Links to The County and AMR Manufacturers 5) Internet Based Appointment Scheduling(E-Appointments) 6) Toll Free numbers to NMS' Customer Service Unit This is included in our Proposal and available at www.nmsnj.com or www.nationalmeteringservices.com • Page 15 Page 280 of 427 Agenda Item #10. • Sample Project Web Page natmeter@aol.com The Seminole County Environmental National Metering Services Department SERVICES , INC. The Seminole County Environmental Services Department has contracted,National Metering Services,to upgrade its meter system to the latest state of the art AMR meter reading system manufactured by Badger Meter Company -,11o,,m0(111 ,),'I1 Uill your tow back. 111 111 ifs._ . .i I= .`le --01its www.badgermeter.com Press Releases: Badger Meter (information about the meters) main services e-appts. e rr ployrrient Seminole County Enviormental Services Corporate Offices and Certified Meter Testing Facility Local Press 163 Schuyler Avenue Box 491, Kearny, New Jersey f7fl 7 Toll Free: 1-888-448-0009 Phone: 201-246-1115 4111 Fax: 201-246-1831 Page 116 Page 281 of 427 Agenda Item #10. • Sample: E- Appointment Request Form @ www.nmsnj.com National Metering SERVICES, INC. rilinE•Appointment Request `item*: - - 'Street r 'TimmIMIIIIIIIIIIIIII.III .111.11.1, ;I _,+.' •Zip Cods: i. ,, •���,. Plsq IncttrdIlrviaoder 1. . Enesii Addras�• ....�,fPlsow give us 3 deur when it would be beet to be of send a to you: RequkrdFlu ds RR(E.x myl.44"tt1 4+) St'rfYY-ciS :4i 1 9 i,J AM 1 00 Ph4 PM 12 00 PM d)3 PM Pisano chow mInImum 2 how window lot aR requests. - , Yt) town • Page 17 Page 282 of 427 Agenda Item #10. • Customer Service Unit National Metering Services, Inc. provides a full time, fully staffed, customer service unit. We maintain sufficient phone lines to handle large volumes of calls during peak periods. The phone system that is employed utilizes a hunt or r; "rolling"system where customer calls are routed to the next open or available phone line. This prevents customers from receiving a busy signal or message to please call later. All efforts are made to keep wait t or holding times to less than one minute. Should a customer be placed on hold for any reason our automatic customer service messaging system advises customers of services available, internet appointment scheduling, and information required to assist us in scheduling their appointment. Appointments are scheduled to be within a two hour window and special appointment times are provided to customers requesting a specific or exact time. Special needs appointments will be treated on a case by case basis. Customers who schedule appointments are called 24 hours prior to the scheduled appointment for confirmation and as a courtesy reminder. • - Customer Service staff are in direct radio or cell phone contact with Field Services and can direct technicians to customers requiring immediate attention or for any urgent call. = Photos of final reads are immediately accessable to Customer Service after upload, via our internet based digital photo recovery system. This tool serves as an important means of verifying an exit reading prior to a meter retrofit or replacement. All customers will be direct mailed notices of the meter upgrade. Approximate dates crews will be working in their respective neighborhoods will be provided with additional project information, contact information and our internet address with instructions on obtaining additional information about the upgrade program,NMS, and the equipment being used. • Page 18 Page 283 of 42i Agenda Item #10. • Data Preparation, Data Entry and Information Technology (IT) With the customer account information provided by The County,National Metering Services, Inc. will create a new customer database, and generate workorders. Customer data is cleansed and processed into our custom SQL Based Data Management Program— Basic Accounting Billing utility(BABU). Once integrated into BABU,NMS IT staff create workorders,mailing list, customer notices and the meter installation database.NMS also utilizes the power of the BABU System to track inventory by size, type, application,new meter test data and stock 4 M` r quantities. This data is sent to us by the meter manufacturer once meters are shipped from the factory. — NMS creates a format where the information is printed in both analog characters and in barcode on the work order. The barcode customer information speeds data entry and processing while reducing critical errors in the new and old data being uploaded into The County's customer database. All new meter information is scanned into the database for the appropriate account. Data is posted"live"as entered into the Customer Portal. Once in the Customer Portal it can be reviewed individually as needed by Utility Staff or downloaded in batches into the Utility's billing program software. *Note your billing company may charge to interface with the Customer Portal Download • feature. Utilizing the Customer Portal Download feature will prevent Utility staff having to re-enter all of the meter replacement data manually, and will reduce labor costs and data entry errors. NMS Field Services records all new meter information at the installation location, out meter data and final meter reading. Field Services also confirms current The County customer data, such as meter size,type and serial number while at the service address. Any descrepencies in the data such as mismatching meter numbers are logged on the work order and confirmed before being entered into the database. Items as identified are logged into a report and a copy forwarded to The County clarification or confirmation as required. All completed meter information data is processed and entered into our central database at our local processing facility in Daytona Florida. Regular electronic updates will be available directly to The County on a daily basis through the Customer Portal. The Portal is accessable for self service file dumps or downloads of new meter installation data. • Page 119 Page 284 of 427 Agenda Item #10. II i O O iJ H co _ O CO - - Ct o .. 1 CA 4`, c1 = - = U N• ; , , 1 . . , .. .,.. , .. ' ___ __ _, ,,,,,-o : s ,,,, .: I 4-a p 5. 6. O x � G. "' ISI E Ct V) • Page 20 Page 285 of 427 Agenda Item #10. Sample Field Service Tool Data Entry Screen Kd�wt71'.l�h'rq balm Edit Workorder I CARD Customer Ref 4:100 Active: Yes Name:BARRER ,ALBA ELVL4 Addr:305 ABETO CIR 1* CSZ:EAGLE PASS,TX 73352 Route:04 Book:27 j Acct 27-4700-00 Install Repair Date 2*= I Tech ID 776 Tech2 ID_ Time In: j I Time Out: Inf Card: IParts: r No file chosen Pic[�0 Card Choose File Proceed to Review 1) Customer information block—Water service customerjWSC] information (source data provided by utility) 2) Install block(CARD)—Additional supporting installation information, contains fields necessary for documenting repairs,technician company ID's,installation start/end time,infrastructure support with parts used detail and a support picture of the paper workorder filled out by the technician. i Page 21 Page 286 of 427 Agenda Item #10. • Sample Field Service Tool Data Entry Screen Updated Complete 45%_ 15:01 mobile.nmsnj.com;`workorder'mobi r p fiftgiferig babu3 Mobile Workorder Customer Ref#:100iL Active:Yes Name: BARRERA,ALBA ELVIA Addr: 805 ABETO CIR City,State Zip: EAGLE PASS,TX 78852 Route:04 I Book:27 Acct#:27-4700-00 Meter#:8666 Meter ID: I Parcel: Class:Status:Active 8666 Meter Size:5/8 Mk:SENSUS Prev_MXU:TBL: 00001.000 Prey Read:2922 Read Date: Walk:4700 Fire: Sery Pt:W Set Date:2002-09- $ery Pt:W Location: 19 Checklist-history Result:DONE Install Date:2015-02-04 Old Meter#: InstallNew Meter#: Out Read(HI): New Register#: Out Read(L0): MTU ID: Old Meter Size: Meter Location: New Meter Size: Set Read: Remarks: Pic Before: Pic Reading: Pic After: Pic Module: Pic Ho79use: 44 § I 01 2014:02:04 2014:02:04 2014:02:04 2014:02:04 2014:02:04 • • • • . 13:39:52 13:40:07 13:31:23 Repair Date:0000-00-00 Tech ID:776 Tech2 ID: Time In: Time Out: Inf Card: Parts: babu3 • Page 122 Page 287 of 427 Agenda Item #10. • .__ ____ __ _ a r —__ 1V) P 11 76 �' 01 k - , 3 W.o00 0 Q Vio �,� F . Ic _— 1 — cAI _ of 5— - FI �;-F,-,' r -�� - " 8 - - II � II 1 � � ram 'Es t co 2 ii 7 7 N 1.-4 gIe >•• u X 8 81818 8 C Q _ i" r 9.12:,1,2,,,.-..- o., 06 au+ p N r • -__. s._ C• i 5 G73 am) m 0 `r a aEi a > V ro L y a a O k ac r ,y 4 2. a i _ 1.i.(i p .O V a Ci z . -'I« I, - g ' 0' 71I 1 c a C a a Q EE a ti t c u r ^1^ II - O •– !4 J+ 0 si, ' ( 1 r E Z o .... 1^1 � L V) c ›- 0 1� !� W 1 c -. -a 0 11 I . 40 h Eo U 44, OC V N Q L • O • 0 ++ o_ VI I o a c v I Ia) o_ 3 rti a _ ` I` u Q °) z c L U Q o ..... a -a m ^) c 1-1 o ,a i i ro `-'1,1to �{v. sc s AlL-.. 1 I In N L y c ;w �/� ,. 1 u a O E E -0 Ct rioH al a 4-, N V1 �� _ 3 c m w F.1-11 ' o Haa' .i3,2ai m v v c 2 � of m x s a)"� a Via.: E •� o w w -I 5 u o c c o o to N ' w U -,-� c i C7 v u a WF..; ° ' a g S 1 o m a Q1:1. cu. TD a :+ u u1at 1 s. - 1 III 11 Page 123 Page 288 of 427 Agenda Item #10. • w i 1 g ^' I o 111 c ONCV O. cu ec �C '� � _ c o yOKo lu no W IYYcI9 O N u �� L v s��N i — IIE 0 —a Li n 0 Hq W F �pryy� D1 Q1� O (i i 2--'-"---=--s-' E o ^1 a Z 4 . P7 �~I `i W O G il :i4 ra n i . `4. L ,--, ' c , i'iril , ' , I _ - li f-1,,€ i 'Al rD til u ii 4 4 T CA i A 3 'D "O C '6• '� ?CUN i �a c =; - p ; o v e4 Ts' ::. .. -- _.._l,--L— c Y . C y CID C 0 C !�� Lro _ • _ tn. Ct ,.�. t i' :1,1. .Q• CO N 3 O H d .Q a N S � N +-• C C tC N L a., co ' a.. 0 O 1 1cC e i v .a -03 O Ca, c a { g. A-1 4� " to C �i ; L QO 6_ O m Q) I - Ny v O L 4a I . Ymv p- ' l _ _ a' l'A EaC °u . cu E .� .) 0 u +' 0 3 .O v O N d y O - �,�, ,, ,o 1-' t E N `n +' o O. t w E Q N I N C >. E O N V 0: f.,:141,-,,,- • _L--_ m 0 U U C' I Z. _ v I v • CIO I I N 0 0 .0 0 v1 O �n v� O .' U vi a. N �- in a+ w O t N N ��RI _ a 2 ,2 E m �'I s = CC h - V on , rO ;LI'1 G .-, a m O D. 10O m u V1 ro .O - LLQ -., ,1 Y. IL;3 N 6 �O " •f G i d U Z 43 'EL oN E v 0 a) rC .0 u a m w a . U U• ,E_ 2yN N V I' N III Page 24 Page 289 of 427 Agenda Item #10. • 2 a i �, a '141 c II 1' Y I o 8. o 9 § o 6,1 I 8. 8,6 6 .a r'-',''S I 10 o ds . = r- oc 88,88 8 o 88 88 08 88 oe oo,a3 08 88, • Q 72',"' W y N v. {V{iI1 µ�nt11 v W . ' (0 I E to I - c i N 1 E 1X E s1 E c a a , E o `o —1 1"--= ----1 4- o en H 1 = 4-. a. .3 V1 Z. Vt 6— Is c) I V ?. 1 -. T„ , ,...-„c: , „ zi j� T 1 v) p �" 1 o _ o o -y ai L c •!—I o " o o 0 A Ea O E to 'C M - - 2 0i 1, g n.•J m - - Y c .- tt I� Fti �I I , LH LSf; Ix; r, I-......_ .,-. 11 a, -..; ,F.• 8 '' '8' 1 r.,-, 7, „Ams.,, t p_., , ,-1 .ii. .cu � Y ci) ,,.. wi :La , ,, ,, ,,t, ,..,, p. , „, :::. III . , C W S„. ,,,I y'' n,....i, .1, ..,,,! ,z) ,,,.,. 7, 1 n iI e a U 7C w ''r, 1 aco ) O O O x .jr)S 8 `� fl Z i o r.. ; 41 aa1 MCT tn y zI® b 7 i 74 • n s Ct GIcp i � 1-1 co— - ii _- E ' Iw w J � . _c 3 wI, d o "7 '1 te ?° A° �° ° ° w ;q - !-' 6 C6Y _ 1 [ _ ` ! I ' - 1� '-0 y- ., a x O > i A c c r`. a c3 ( A R A c3 c3 - �u ;� `• 2 2 1 2 2 ' 2 .�3 6Lu 0 a 2 I 'e 3 f - I y I CU .- 4.1 F.o L ..1 a, c 0 1 1L fL = ! 4 N QO a- Le,o.a : G q 4 4 , 4 II3-- "Y 41t 3 z Q • 4C1ir111 LqI ; �� JHH lIII :o : i [ 1 Page 125 Page 290 of 427 Agenda Item #10. • Field and Service Personnel 1111111 !S !!IU . NISITER,N!T! 1 ICES: METERING SERVI/'-a INC. x,888-4-1 0009' • I 1-888.448-00 I I 41 4 ' ,,.,s r --•••—-,--4 .._"=11-02_ is 111! i ,....„ ';. lil =__ — Oli 0.0 i. • ._III . . _ ,_ a.) All NMS personnel assigned to the project will be in company uniform, have a picture ID and wear a meter installer badge indicating The County's Meter Project. All installers will be registered with the local Police Department prior to commencement of the project. b.) NMS will provide a list of personnel assigned to the project including the chain of command and daytime telephone numbers. This list will be provided prior to commencement of any work. c.) NMS enforces strict discipline and good order among its employees. All employees always have a background check performed on them and a copy will be forwarded to The County Project. d.) In the event The County notifies NMS in writing of any person whose work is, in its opinion, careless, incompetent, disorderly or otherwise unsatisfactory, such person will be discharged from working on this contract and will not again be employed on this contract. e.) NMS employees are routinely tested for substance or alcohol abuse as allowed by law. NMS provides a safe and drug free work place and enforces a zero tolerance policy. NMS employees are screened for substance abuse at time of hire and then continually by lottery or complaint. • Page 126 Page 291 of 427 Agenda Item #10. • f.) All NMS Field Service Staff are OSHA 10 Certified and Confined Space Certified. New hires are required to complete the OSHA 10 courses at the time of employment. g.) NMS employees will not and are not permitted to solicit work from The County customers during the term of the contract, including a period of 1 year after substantial completion of the project. Vehicle Identification All NMS vehicles have company identification permanently displayed on their vehicles. All hired vehicles or privately owned vehicles used for the project will have appropriate signage identifying the vehicle as a NMS service vehicle with contact information clearly displayed including toll free number and website. All vehicles owned or hired will be registered with the local Police Department and a detail of the service vehicle will be provided to the County. The detail must be updated when vehicles enter or are removed from the project Working Hours a.) Work performed under this contract will be performed between 8:00 AM and 5:00 PM, Monday through Friday. Saturday schedules will be added as required by customer request. • b.) Customer Service Hours are Monday—Friday 8:00 AM to 5:00 PM. If installers are scheduled to work on a Saturday, customer service is staffed to support or assist the installers as needed. c.) Areas of work and scheduled appointments are forwarded to the County the day prior. This enables County staff and local authorities to have knowledge of areas of operation, appointment request volume, and where installers will be soliciting door to door. d.) Installations for industrial and commercial facilities will be scheduled at a time acceptable to the facility owner and, if applicable, tenant. Scheduling will be done so as not to interfere with their normal operations. Qualifications / Training a.) All installation work will be first class in all respects. Employees thoroughly experienced in meter work will perform the installation of the gas,water meter and electric meters. b.) A combination of class room and field training is incorporated into our training methodologies to ensure that our employees are capable of professional quality work. c.) Only employees of National Metering Services, Inc. will be utilized on this project; No subcontractor will be hired for meter installation services on this project. Page 127 Page 292 of 427 Agenda Item #10. • System Integration NMS will utilize our computerized tracking system that coordinates scheduling with actual production totals and the monthly payment requests. This system will be fully integrated with all phases of scheduling,production, customer contact documentation, inspection, and accounting. It will be capable of providing The County with a hard copy and an electronic copy of monthly production, status and problem accounts. This report will be made available to The County and submitted with pay requests. Project Office and Storage Facilities a.) Ample storage facilities for all company materials, equipment, tools and supplies required for operations will be provided by NMS. b.) Office space for staff and telephone to receive customer calls and process meter installation data will also be provided by NMS. Time Table It is anticipated that the majority(bulk) of this project will be completed within to be • determined months. Completion is within Twelve months for the SMW/C Service Area. This schedule is approximate and can be modified to meet The County's immediate needs. Installations will be conducted at a rate of TBD by County Project Schedule per week. Installation Warranties All installation work performed under this contract will be guaranteed for a period of one year from the date of installation for defects in workmanship and will be repaired at the expense of NMS. Leaks reported within thirty days from date of installation, five feet before or five feet after the meter will be repaired by the contractor at no additional expense to The County or its customers. Leaks reported after 30 days will not be assumed to be a result of workmanship or installation defects. Page 128 Page 293 of 427 Agenda Item #10. • Summary of National Metering Services Proposal Items included in the unit cost: ✓ Meter Installation Labor—Extended work hours, Saturday hours and evenings included, including door to door soliciting and handout notices ✓ All transportation, fuel and insurances, installer uniforms, tools and equipment required for installation and testing of meters ✓ customer notices by US mail ✓ Gaskets and ancillary items related to meter installation services—staples, tape, wire ties, clear caulking ✓ Installation Photos—Before, Reading(old meter), After(installation of New) and remote mount—appended to database installation records in the NMS Customer Portal—copies provided to the County. ✓ Warranty for leaks reported up to 30 days after installation ✓ Repair or replacement of plumbing damaged during the meter installation IE: any broken fittings, valves or piping that occurred during the meter replacement ✓ Responsible for any damage to meters or fittings due to cross threading, over tightening of couplings III V Appointment scheduling and customer service—toll free number- available if needed ✓ Printed materials and Postage- Customer Notices &Work order cards ✓ Data base creation and management of meter installation data. Data entry—All new meter information will be uploaded into our database for electronic transfer to the Utility. The Utility will be responsible for any interface charges from their proprietary billing company that may apply ✓ Call Center—for appointment scheduling and confirmation. Call center will also be able to assist customer with questions about the new system—IF Required ✓ Project Web Page detailing work being performed with samples of uniforms, vehicle markings, emergency numbers and reciprocal links to meter manufacturers for product details and to the Utility's home page ✓ E-Appointments—Internet appointment scheduling tool for resident to use IF Required ✓ Customer Portal—NMS will provide the Utility access to our database via the internet so actual installation records, including photo's, can be reviewed and accessed by staff as needed during the project. NMS will keep the portal active for a period of 6 months after final completion of the project. Should the Utility desire to continue to access hosted account data NMS would be able to provide same under a separate hosting agreement. . Page 129 Page 294 of 427 Agenda Item #10. • Quality Control and Testing Policies NMS will supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents. The sole responsibility for the means,methods, techniques, sequences and installation work will lie with NMS. NMS will be responsible to see that the finished work complies accurately with the Contract Documents. NMS will be responsible for meeting all applicable codes associated with all aspects of the installation. NMS will test each meter installation upon completion with factory certified equipment. After installation, the AMR device will be programmed or tested with handhelds authorized by the manufacturer for use with Neptune TG. NMS provide the handhelds required by the manufacturer for programming. All handhelds provided by NMS are and will remain the property of National Metering Services, Inc. Our Project Managers and Field Supervisors routinely check work performed in the field to verify quality installations. We have the knowledge and equipment to repair any damage incurred to service or customer piping, during the change-out process. • 110 Page 30 Page 295 of 427 Agenda Item #10. • Certified Exit Meter Testing Program (Optional) Certified Exit Meter Testing Program NMS can provide certified, exit-meter testing for all meters removed for accuracy during this project. NMS' testing facility is certified by local and governmental entities. All testing performed will be in accordance with AWWA standards. The purpose for testing the old meters is to show the actual water loss through under registration of the existing meter. The test results will be in a 12I KIATIoNkt. DR spreadsheet format(Excel) and include the following data. S/n 14733060 • Address, date, serial number, final reading, Hi flow, Med flow DIST 0041120 results of both old and new meters, notes, if any about the 5-14-o ID* condition of the meter(stuck, broken glass, etc.) The new meter '; 25 ' test data information is also entered into the customer database. This is where a comparison of performance of the new meter's 616 .,,3\ 3 accuracy can be compared to the old meter's accuracy. This 6 data can be used to identify losses of water and revenue and to calculate the revenue recovery generated by the new system's implementation. NMS' proposal can include provisions for exit testing of all replaced meters during this project. Certified meter test data will be provided to The County in an electronic format, and made readily available via the NMS customer portal. III _...„ ...4„ - .4w, ^tea, , ;' �_ ice` ,..: r:t 'im. t\.\\III Page 1 31 Page 296 of 427 Agenda Item #10. 4110 1 Meter Installation and Testing Equipment t , i � 1 ,. z, . , , , m , [, iiiikhNi G 1 1'74 SEAftEs.Du, MIN, oaoa 2 1 -Yat 1.S 3 —. r7 :�J -) 111,11 J�l bPn \ :.Vi� k � L y . . _ T f �. OF— vn iril 410 , , I 111116111141i16.- fp- 'iii; —low I I :=0, 0 41 - 61-....rilliiiiiillill 11111"."— .Y s .�. II Ir I 11I e r. Vii`-. III Page 132 Page 297 of 427 Agenda Item #10. • a l .ir,��-.1.. qu�..i ^t�u i/ ^►,t��;. r.L. 11.�. •' �..0 _ . .•t{p+.•:a i""'s•._ytyr...,.- ✓,:ry _•r ;_- J�►w.'N.,'..�y.i:1* r,-�`'%-'S�7�`4'l re.'.'ii'ap:c45:i'i:-:��r'1��:`t:yt�TjM_i' y �:r+'Y «�:'tr}7:i`�•'4'ySSw,.�'�j Vit.y 4.� .J,:.;,,xfri4Y.}.ho..l:!.'•r}Hrrn gps,'.SLiI'kAti I%t,! 't d yell.� e.1.! lottlR:rark!t 1 e1.11�r c.A. uioktt r41yff1iokl .1111711.... 111.. •l.1 t ���. =`' C:rrfifirafrIll of (Cotttyfirtiott 01:0 •` , �' ,.PRO'S :�'`• 6.Y.A ee ,y7�,�, �• ,1$ `,:-.iSii ti•hi3 'IfIE Vie 11 ) C- v4 william d castle : + }`'is Mfu r rt this cern i fr far \`.; OSHA-1 D Hour Construction Industry Outreach ill (tai,:' Credit Hours: 10 ... '' Completion Date:11/06/2011 16.16 GST Certificate Number: 2137974 'i- w. G Student Signature d /)_ j ; Michael Millsap,Trainer C 0034819 and G 0021414 ifIi:;:,,i,-, III titi -2;i:i:::::;1 :S:i0 3t0training.coma 13801 North tab pec.Suite 100•Austin.TX 78e'27.888-360•TRVG•1a .v 380hainir ccl -" •1::Yt:::wi.S.'il'i:^:i.nii,i'tri:::' ai'IY:;:::_I.all}5�'.:ti_;e:.1i 1;1;�2.'.:1!!':.:=�i.'.i_,31 C,`.R.. it iiini�5�+;h{1='?.'•.:+51:ti:,:ip..:4:0 ll; III Page 133 Page 298 of 427