Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 18_6/10/2021Agenda Item #18. Regular Council STAFF MEMO Meeting: Regular Council - Jun 10 2021 Staff Contact: Matthew Hammond, Utilities Department: Utilities Director 4W Authorize Piggyback Contract and Purchase Order with Professional Piping Services, Inc for Pipeline Maintenance & Repair Services - Poly Pig Cleaning SUMMARY: Utilities Department has a need to clean and remove years of iron deposits in the surficial well raw water mains. These deposits build up inside the pipes over time due to the high iron content in the local surficial aquifer and greatly restrict the flow of raw water to the Water Treatment Plant reducing the effective well capacity, increasing electrical costs and reducing the life of the well pumps. To clean the surficial well raw water mains a process call pipe pigging is used that runs soft polyurethane foam plugs ("pigs") through the pipes until the deposits have been removed. To ensure the lowest possible price, staff is recommending that the Village piggyback the current Pinellas County contract that was awarded to Professional Piping Services, Inc. This selection by Pinellas County was completed through a competitive selection process — Pipeline Maintenance & Repair Services — Poly Pig Cleaning [Bid # 156-0261-B(LN)]. Piggyback contracts are a form of intergovernmental cooperative purchasing in which an entity is extended the pricing and terms of a competitively awarded contract by another federal, state or municipal government. When used correctly, piggyback contracts can save Village time and resources and leverage spending through economies of scale. If approved, the Village would accept Professional Piping Service's pricing by piggybacking the Pinellas County Utilities' contract including all terms, conditions and pricing therein. The term of the contract is set to expire on 06/23/2023. Within the approved FY 2021 budget $50,000 was budgeted to surficial well raw water mains. Through the proposed piggyback agreement, the Utilities Department obtained a price of $34,273.42 for the work. As a result, a purchase requisition is requested in the amount of $39,273.42 with Professional Piping Services for Poly Pig Cleaning using the pricing in the proposed piggyback agreement which includes a $5,000 allowance for unforeseen conditions. This document and any attachments may be reproduced upon request in an alternative format by completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-0443. BUDGETED AMOUNT: AVAILABLE AMOUNT: EXPENDITURE AMOUNT: $50,000 $50,000 $39,273.42 Page 314 of 485 Agenda Item #18. Additional Budgetary Information: Funding Source(s): Water Enterprise Fund Authorize piggyback contract and associated purchase requisition with Professional Piping Services Inc for Poly Pig Cleaning. Pictures of Surficial Raw Water Main Proposed Agreement - Pipeline Repair & Maintenance - Professional Piping Services, Inc.ada Page 315 of 485 No Text jol IL z 4* -11 cl Ll 'for -ft 1w . wa Agenda Item #18. The following document is presented in a non- ADA compliant format. Please contact the Village Clerk's office if you would like to receive an ADA compliant version of this document. Page 318 of 485 Agenda Item #18. VILLAGE OF TEQUESTA AGREEMENT FOR PIPELINE MAINTENANCE & REPAIR SERVICES THIS AGREEMENT FOR PIPELINE MAINTENANCE & REPAIR SERVICES is entered into and effective this day of June, 2021, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469, organized and existing in accordance with the laws of the State of Florida, hereinafter "the Village"; and PROFESSIONAL PIPING SERVICES, INC., a Florida corporation, with offices located at 30043 State Road 54 W, Wesley Chapel, Florida, 33543 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 pipeline maintenance repair services, specifically enlisting a process known as "pipe pigging" to clean and remove accumulated iron deposits within the surficial well raw water mains. The Parties agree to enter into this Agreement and piggyback for the Contractor's provision of "pipe pigging" maintenance and repair services at the unit prices contained in Pinellas County's "Pipeline Maintenance & Repair Services — Poly Pig Cleaning" contract awarded through Bid No. 156-0261-B(LN) (the "Pinellas County Contract"). Said Contract, including its terms, conditions, specifications, and attached Exhibits, are hereby fully incorporated into this Agreement and attached hereto as Exhibit "A". The Contractor's Authorization to piggyback on the contract and amendments is hereby fully incorporated into this Agreement and 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". The Parties hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the Pinellas County Contract. In consideration for the above Scope of Services, and pursuant to Exhibit "C," the Village shall pay the Contractor a total amount not to exceed thirty-nine thousand, two hundred seventy-three dollars and forty-two cents ($39,273.42). Page 1 of 7 Page 319 of 485 Agenda Item #18. 3. TERM; TERMINATION; NOTICE: Pursuant to the Pinellas County Contract, and Exhibit "C" as applicable, the original contract term will expire on June 23, 2023. This Agreement may be terminated by either party upon thirty (30) days written notice to the other party. 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 Professional Piping Services, Inc. 345 Tequesta Drive 30043 State Road 54 W, Tequesta, FL 33469-0273 Wesley Chapel, Florida, 33543 Attn: Matt Hammond, Attn: Roger M. Cimbora, Jr. Utilities Director President 4. INSURANCE: 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. 5. INDEMNIFICATION: 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 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. Nothing contained in this provision shall be construed or interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28, Florida Statutes. 6. 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. 7. 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 Page 2 of 7 Page 320 of 485 Agenda Item #18. 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. 8. INSPECTOR GENERAL: Pursuant to Sections 2-4212-432 of the Palm Beach County Code of Ordinances, 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. 9. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in compliance with Section 448.095, Florida Statutes, as may be amended. No later than January 1, 2021, the Contractor shall: (1) register with and use the E-Verify System (E-Verify.gov) to electronically verify the employment eligibility of all newly hired workers; and (2) verify that all of the Contractor's subconsultants performing the duties and obligations of this Agreement are registered with and use the E-Verify System to electronically verify the employment eligibility of all newly hired workers. The Contractor shall obtain from each of its subconsultants an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined in Section 448.095(1)(k), Florida Statutes, as may be amended. The Contractor shall maintain a copy of any such affidavit from a subconsultant for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of this Agreement which requires a longer retention period. The Village shall terminate this Agreement if it has a good faith belief that the Contractor has knowingly violated Section 448.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the Contractor's subconsultant has knowingly violated Section 448.09(1), Florida Statutes, as may be amended, the Village shall notify the Contractor to terminate its contract with the subconsultant and the Contractor shall immediately terminate its contract with the subconsultant. In the event of such contract termination, the Contractor shall be liable for any additional costs incurred by the Village as a result of the termination. Page 3 of 7 Page 321 of 485 Agenda Item #18. 10. SCRUTINIZED COMPANIES: For Contracts under $1M, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, and that it is not engaged in a boycott of Israel. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over $1M, the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes. The Contractor further certifies that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes. 11. 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. 12. FORCE MAJEURE: The Contractor shall not be considered in default by reason of any failure in performance under this Agreement if such failure arises out of causes reasonably beyond the control of the Contractor or its subcontractors and without their fault or negligence. Such causes include, but are not limited to: acts of God; acts of war; natural or public health emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather conditions. 13. 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. 14. AMENDMENTS & ASSIGNMENTS: This Agreement, all Exhibits attached hereto, and required insurance certificates constitute the entire Agreement between both parties; Page 4 of 7 Page 322 of 485 Agenda Item #18. 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. 15. PUBLIC RECORDS: In accordance with Section 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 Scope of Services. 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 Section 119.0701, Florida Statutes, and other penalties under Section 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 Scope of Services 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 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 Page 5 of 7 Page 323 of 485 Agenda Item #18. 1mcwi11iams(a teguesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, I y e : 1 M91f, I'S� 16. HEADINGS: The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. 17. SEVERABILITY: The invalidity or unenforceability of any provision of this Agreement shall not affect the validity or enforceability or any other provision of this Agreement and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision is not contained herein. 18. WAIVER: No waiver by the Village of any provision of this Agreement shall be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the Contractor of the same, or any other provision or the enforcement hereof. The Village's consent to or approval of any act requiring the Village's consent or approval of any act by the Contractor shall not be deemed to render unnecessary the obtaining of the Village's consent to or approval of any subsequent consent or approval of, whether or not similar to the act so consented or approved. 19. ENTIRE AGREEMENT: This seven (7) page Agreement, including any Exhibits, constitutes the entire agreement between the parties; no modification shall be made to this Agreement unless such modification is in writing, agreed to by both parties and attached hereto as an addendum to this Agreement. [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] Page 6 of 7 Page 324 of 485 Agenda Item #18. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: ATTEST: Lori McWilliams, MMC Village Clerk PROFESSIONAL PIPING SERVICES, INC. By: Roger M. Cimbora, Jr., President (Corporate Seal) VILLAGE OF TEQUESTA By: Frank D'Ambra, Mayor (Seal) Page 7 of 7 Page 325 of 485 Agenda Item #18. EXHIBIT A Page 326 of 485 Aggqg I q�q #18. Page of 37 SU WIT TO: � PINELLAS COUNTY BOARD OF COUNTY 111 1 ,= � INVITATION T ID 400 S, FT- JHARRISDN AVENUE ANNEX BUILDING — BT" FLOOR PUMCHA5ING CLEARWATER, FL 33756 ISSUE DATE; April 19, 2016 BID SURM17TALS RECEIVED IVED AFTER SURMITTAL CONSIDERED TITLE: PIPELINE MAINTENANCE & REPAIR SERVICES - POLY PIG. sII CLEANING SUBh41TTAL DUE- MAY 12, 016 3:p0 P.M. AND MAY rwOTBE VWTHDRA WN FOR 60 DAYS FROA9 DATE LISTED ABOVE. DEADLINE FOR WRITTEN QUESTIONS- MAY 2016 BY 3:OO P M DATE & TIME WILL NOT BE 156-0261-B(LN) PRE -Bra DATE & LOCA' NOT APPLICABLE , SUBMIT QUESTIONS TO: LUCY NOWACKI AT Inewacki pInellascounty.vrg Phone, 727-464 3766 Fax: 727f464-3925 THE MISSION Q F PjNELLA COUNTY Pinellas County G❑vemrnent is committed to progressive public p❑ricy, superior pubJic service, courteous public contact, judicious exercise of authority and sound managemarrt of pubJic resources to meet the needs and concerns of our citizens today and tomorrow. NOTE. BIDS ARE TO BE SUBMITTED IN DUPLICATE BIDDER MUST COMPLETE THE FOLLOWING 10 uec-tor uIF Purchasiug� BIDDERS ARE CAUTIONED THAT THE POLICY OF THE BOARD OF COUNTY COMMISSIONERS. PINELLAS COUNTY, IS TO ACCEPT THE LOWEST RESPONSJBLE BID RECEIVED MEETING SPECIFICATIONS, NO CHANGES REQUESTED BY A BIDDER DUE TO AN ERROR IN PRICING WILL BE CONSIDERED AFTER THE BID OPENJNG DATE AS ADVERTISED- BY SIGNING THJS PROPOSAL FORM BIDDERS ARE ATTESTING TO THEIR AWARENESS OF THIS POLICY AND ARE AGREEING TO ALL OTHER BID TERMS AND CONDITIONS, JNCLUDING ALL INSURANCE REQUIRE MEN7S- PAYMENT TERMS' % DAYS. NET 46 (PER F.S. 216.73) BIDDER (COMPANY NAME): MAIUNG ADDRESS: PO COM PANY EMAIL ADDRESS: 'REMIT TO NAME: rrelr}k �'jOjklriP_YY,Y� I Y (As Shown On Company Invoice) FEIN# Proper Corporate Identity is needed when you submit your bid, especially how your firm is registered with the Florida Division of Corporations- Please visit tivw.sunbiz.org for this information. It is essential to return a copy of your W-9 with your bid- Thank you. 'eIp DEPOSIT, IF REQUIRED. IS ATTACHED IN THE AMOUNT OF ,�_ DIBIA CITY I STATE I ZIP Ie.I PHN' FAX. C1 DINO CONTACT DAME. PRINT NAME: I- EMAIL ADDRESS: � �4YlC i 'i10C� �• 1' �• Cot'l I HEREBY AGREE TO ABIDE BY A L TERMS AND CONDITIONS OF THIS BID, INCLUDfNG ALL PSURANCE 5AqUIREMENTS S FORMS CHECKLIST CERTIFY I AM AUTHORIZED T I IS I3 TH 81DPER, COPY OF COMPANY INVOICE VV AUTHORIZED SIGNATURE -g (TAXPAYER ID) PRINT NAMEITITLE; A clm6ra SIC cl n IVA3' - SEE PAGE 26 SECTION F FOR 810 PRICING SUMMARY THIS FORM MUST BE RETURNED WITH YOUR RESPONSE PINELLA$ COUNTY PURCHASING JTB - SERVICES REVISED; 04f2016 Page 327 of 485 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 2 of 31 PREPARATION OF BID: Bid will be prepared in accordance with the following: (a) Our enclosed Bid Summary is to be used in submitting your bid. (b) All information required by the Bid Summary shall be furnished. The bidder should print or type his name and manually sign the schedule and each continuation sheet on which an entry is made. (c) Unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. (d) Alternate bids will not be considered unless authorized by the Invitation to Bid. (e) Proposed delivery time must be shown and shall include Sundays and holidays. (f) The County is exempt from all state and federal sales, use, transportation and excise taxes. Taxes of any kind and character, payable on account of the work performed and materials furnished under the award, shall be paid by the bidder and deemed to have been included in the bid. The Laws of the State of Florida provide that sales and use taxes are payable by the bidder upon the tangible personal property incorporated in the work and such taxes shall be paid by the bidder and be deemed to have been included in the bid. (g) Bidders shall thoroughly examine the drawings, specifications, schedule, instructions and all other contract documents. (h) Bidders shall make all investigations necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the bid conditions. Plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will not be accepted as a basis for varying the requirements of the County or the compensation to the vendor. (i) Bidders are advised that all County Contracts are subject to all legal requirements provided for in the Purchasing Ordinance and/or State and Federal Statutes. 2. DESCRIPTION OF SUPPLIES: (a) Any manufacturer's names, trade names, brand name, or catalog numbers used in specifications are for the purpose of describing and establishing general quality levels. SUCH REFERENCES ARE NOT INTENDED TO BE RESTRICTIVE. Bids will be considered for all brands which meet the quality of the specifications listed for any items. (b) Bidders are required to state exactly what they intend to furnish, otherwise they shall be required to furnish the items as specified. (c) Bidders will submit, with their proposal, data necessary to evaluate and determine the quality of the item(s) they are bidding. 3. ALTERNATES: Unless otherwise provided in an Invitation to Bid or Request for Proposals, ALTERNATIVES may be included in the plans, specifications, and/or proposals. When included, the Bidder or Offerer shall indicate on the proposal the cost of said alternate and sum to be deducted or added to the Base Bid. Such alternates may or may not be accepted by the County. If approved, it is at the County's discretion to accept said alternate(s) in any sequence or combination therein. 4. SUBMISSION OF BID: (a) Bids or proposals shall be submitted utilizing recycled paper copied on both sides' wherever possible. Failure to comply could result in the bid or proposal being rejected. (b) Bid and changes thereto shall be enclosed in sealed envelopes addressed to the Purchasing Department, Pinellas County. The name and address of the bidder, the date and hour of the bid submittal and the material or service bid on shall be placed on the outside of the envelope. (c) Bid must be submitted on the forms furnished. Electronic/facsimile bids will not be considered. The County reserves the right to modify the Bid Proposal by electronic/facsimile notice 5. REJECTION OF BID: (a) The County may reject a bid if: 1. The bidder misstates or conceals any material fact in the bid. 2. The bid does not strictly conform to the law or requirements of bid, including insurance requirements. 3. The bid is conditional, except that the bidder may qualify his bid for acceptance by the County on an "all or none" basis, or a "low item" basis. An "all or none" basis bid must include all items upon which the bid was invited. (b) The respective constitutional officer, county administrator on behalf of the board of county commissioners or within his/her delegated financial approval authority, or director of purchasing, within his/her delegated financial approval authority shall have the authority when the public interest will be served thereby to reject all bids or parts of bids at any stage of the procurement process through the award of a contract. PINELLAS COUNTY PURCHASING ITB - SERVICES hkageOMM465 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 3 of 31 (c) The County reserves the right to waive minor informalities or irregularities in any bid. 6. WITHDRAWAL OF BID: (a) Bid may not be withdrawn after the time set for the bid submittal for a period of time as specified. (b) Bid may be withdrawn prior to the time set for the bid submittal. Such request must be in writing. 7. LATE BID OR MODIFICATIONS: (a) Bid and modifications received after the time set for the bid submittal will not be considered. In addition, late bids will not be accepted, will be rejected and will be returned for any reason. The time clock stamp located in Pinellas County Purchasing Department shall be the official time stamp. This upholds the integrity of the bidding process. (b) Modifications in writing received prior to the time set for the bid submittal will be accepted. 8. PUBLIC REVIEW AT BID OPENING: Bids will be opened immediately after the bid submittal date and time (3:00 PM) by the Pinellas County Purchasing Department, 400 South Fort Harrison Avenue, Annex Building, 6th Floor, Clearwater, FL 33756. The public may attend the bid opening, but may not immediately review any bids submitted. The names of respondents and their bids amounts will be read aloud at the time of opening. Pursuant to Florida Statute, Section 119.071(1)(b)2, all bids submitted shall be subject to review as public records after 30 days from opening, or earlier if an intended decision is reached before the thirty day period expires. Unless a specific exemption exists, all documents submitted will be released pursuant to a valid public records request. All trade secrets claims shall be dispositively determined by a court of law prior to trade secret protection being granted. 9. BID TABULATION INQUIRIES: Inquiries relating to the results of this bid, prior to the official bid award by the Pinellas County Board of County Commissioners may be made by visiting the Pinellas County Purchasing Office. Tabulations will be posted on the Purchasing Website (www.pinellascounty.org/purchase/Current Bids1.htm ) after 30 days to comply with Florida Statute, Section 119.071(1)(b)2. 10. AWARD OF CONTRACT: (a) The contract will be awarded to the lowest responsive, responsible bidder whose bid, conforming to the Invitation to Bid, is most advantageous to Pinellas County, price and other factors considered. For Invitation to Bid for Sale of Real or Surplus Property, award will be made to the highest and most advantageous bid including price and other factors considered. (b) The County reserves the right to accept and award item by item, and/or by group, or in the aggregate, unless the bidder qualifies his bid by specified limitations. See Rejection of Bids. (c) If two or more bids received are for the same total amount or unit price, or in the case of proposals, the qualifications, quality and service are equal, the contract shall be awarded to the local bidder/proposer. A local firm is defined as a firm with headquarters in geographical Pinellas County. Headquarters shall mean the office location that serves as the administrative center and principal place of business. If two or more bids received are for the same total amount or unit price or in the case of proposals, the qualifications, quality and service are equal and no firms are deemed local, then the contract shall be awarded by drawing lots in public. (d) Prices quoted must be FOB Pinellas County with all transportation charges prepaid unless otherwise specified in the Invitation to Bid. (e) A written award of acceptance (Purchase Order), mailed or otherwise furnished to the successful bidder, shall result in a binding contract without further action by either party. 11. BIDS FROM RELATED PARTIES OR MULTIPLE BIDS RECEIVED FROM ONE VENDOR: Where two (2) or more related parties each submit a bid or proposal or multiple bids are received from one (1) vendor, for any contract, such bids or proposals shall be judged non -responsive. Related parties mean bidders or proposers or the principles thereof, which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principles thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. PINELLAS COUNTY PURCHASING ITB - SERVICES a` e / 1 5 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 4 of 31 12. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: The laws of the State of Florida apply to any purchase made under this Invitation to bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this bid and subsequent contract(s) including but not limited to Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act of 1973, Equal Employment Opportunity (EEO), Minority Business Enterprise (MBE), and OSHA as applicable to this contract. 13. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT: If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 14. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, and municipalities the bid prices submitted in accordance with said bid terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Florida agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 15. COLLUSION: The bidder, by affixing his signature to this proposal, agrees to the following: "Bidder certifies that his bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action". 16. CONTRACTOR LICENSE REQUIREMENT: All contractors performing construction and related work in Pinellas County must comply with our regulatory legislation, Chapter 75-489, Laws of Florida, as amended. Failure to have a competency license in a regulated trade will be cause for rejection of any bid and/or contract award. 17. SAFETY DATA SHEETS REQUIREMENTS: If any chemicals, materials, or products containing toxic substances, in accordance with OSHA Hazardous Communications Standards, are contained in the products purchased by the County as a result of this bid, the successful bidder shall provide a Safety Data Sheet at the time of each delivery. 18. RIGHT TO AUDIT: Pinellas County reserves the privilege of auditing a vendor's records as such records relate to purchases between Pinellas County and said vendor. Such audit privilege is provided for within the text of the Pinellas County Code §2- 1760). Records should be maintained for three (3) years from the date of final payment. 19. PUBLIC ENTITY CRIME AND SCRUTINIZED COMPANIES: Contractor is directed to the Florida Public Entity Crime Act, Fla. Stat. 287.133, and Fla. Stat. 287.135 regarding Scrutinized Companies, and Contractor agrees that its bid and, if awarded, its performance of the agreement will comply with all applicable laws including those referenced herein. Contractor represents and certifies that Contractor is and will at all times remain eligible to bid for and perform the services subject to the requirements of these, and other applicable, laws. Contractor agrees that any contract awarded to Contractor will be subject to termination by the County if Contractor fails to comply or to maintain such compliance. 20. MULTIPLE COPIES: Unless otherwise specified, responses to an Invitation to Bid (ITB) or Request for Proposal (RFP) should be submitted in duplicate. PINELLAS COUNTY PURCHASING ITB - SERVICES hkageOMAW465 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 5 of 31 21. COUNTY INDEMNIFICATION: a) The first ten dollars ($10) of compensation received by the contractor pursuant to this contract represents specific consideration for the following indemnification: contractor shall indemnify, pay the cost of defense, including attorneys' fees, and hold harmless the County from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person, persons or property by or from the said contractor; or by, or in consequence of any neglect in safeguarding the work; or through the use of unacceptable materials in the construction of improvements; or by, or on account of any act or omission, neglect or misconduct of the said contractor; or by, or on account of, any claim or amounts recovered under the "Workers' Compensation Law" or of any other laws, by-laws, ordinance, order or decree, except only such injury or damage as shall have been occasioned by the sole negligence of the County. b) Unless specifically prohibited by Florida Law, the successful bidder(s) agrees to indemnify the County and hold it harmless from and against all claims, liability, loss, damage or expense, including counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the County. c) The duty to defend under this Article is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONSULTANT, the COUNTY and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to the CONSULTANT. The CONSULTANT'S obligation to indemnify and defend under this Article will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the COUNTY or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 22. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in Section A apply to this contract except as specifically stated in the subsequent sections of the document, which take precedence over Section A, and should be fully understood by bidders prior to submitting a bid on this requirement. 23. ADA REQUIREMENT FOR PUBLIC NOTICES: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 727/464-4062 (voice/tdd) fax 727/464-4157, not later than seven days prior to the proceeding. 24. "OR EQUAL" DETERMINATION: Where bidding other than specified, the determination of equivalency will be at the sole discretion of Pinellas County and its specialized person. 25. INSURANCE: Notice: The Contractor/Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below (Section C). Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of lowest responsive, responsible bidder may result in the County to vacate the original determination or recommendation and proceed with recommendation to the second lowest, responsive, responsible bidder. 26. PROCUREMENT POLICY FOR RECYCLED MATERIALS: Pinellas County wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the County and that such a policy will serve as a model for other public entities and private sector companies. When awarding a purchase of $5,000 or less, or recommending a purchase in excess of $5,000 for products, materials, or services, the Director of Purchasing may allow a preference to a responsive bidder who certifies that their product or material contains the greatest percentage of postconsumer material. If they are bidding on paper products they must certify that their materials and/or products contain at least the content recommended by the EPA guidelines. PINELLAS COUNTY PURCHASING ITB - SERVICES ag3 / 1 5 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 6 of 31 On all bids over fifty thousand dollars ($50,000) and formal quotes under fifty thousand dollars ($50,000), or as required by law, the Director of Purchasing shall require vendors to specify which products have recycled materials, what percentage or amount is postconsumer material, and to provide certification of the percentages of recycled materials used in the manufacture of goods and commodities procured by the County. Price preference is not the preferred practice the County wishes to employ in meeting the goals of this resolution. If a price preference is deemed to serve the best interest of the County and further supports the purchase of recycled materials, the Director of Purchasing will make a recommendation that a price preference be allowed up to an amount not to exceed 10% above the lowest complying bid received. DEFINITIONS: Recovered Materials: Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection, or processing. Recycled Materials: Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. Postconsumer Materials: Materials which have been used by a business or a consumer and have served their intended end use, and have been separated or diverted from the solid waste stream for the purpose of recycling, such as; newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. 27. ASBESTOS MATERIALS: The contractor shall perform all work in compliance with Federal, State and local laws, statutes, rules, regulations and ordinances, including but not limited to the Department of Environmental Protection (DEP)'s asbestos requirements, 40 CFR Part 61, Subpart M, and OSHA Section 29 CFR 1926.58. Additionally, the contractor shall be properly licensed and/or certified for asbestos removal as required under Federal, State and local laws, statutes, rules, regulations and ordinances. The County shall be responsible for filing all DEP notifications and furnish a copy of the DEP notification and approval for demolition to the successful contractor. The County will furnish a copy of the asbestos survey to the successful bidder. The contractor must keep this copy on site at all times during the actual demolition. 28. PAYMENT/INVOICES: SUPPLIER shall submit invoices for payment due as provided herein with such documentation as required by Pinellas County and all payments shall be made in accordance with the requirements of Section 218.70 et. seq, Florida Statutes, "The Local Government Prompt Payment Act." Invoices shall be submitted to the address below unless instructed otherwise on the purchase order, or if no purchase order, by the ordering department: Finance Division Accounts Payable Pinellas County Board of County Commissioners P. O. Box 2438 Clearwater, FL 33757 Each invoice shall include, at a minimum, the Supplier's name, contact information and the standard purchase order number. In order to expedite payment, it is recommended the Supplier also include the information shown in below. The County may dispute any payments invoiced by SUPPLIER in accordance with the County's Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County's Dispute Resolution Process. INVOICE INFORMATION: Supplier Information Company name, mailing address, phone number, contact name and email address as provided on the PO Remit To Billing address to which you are requesting payment be sent Invoice Date Creation date of the invoice PINELLAS COUNTY PURCHASING ITB - SERVICES hkageOMM465 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 7 of 31 Invoice Number Company tracking number Shipping Address Address where goods and/or services were delivered Ordering Department Name of ordering department, including name and phone number of contact person PO Number Standard purchase order number Ship Date Date the goods/services were sent/provided Quantity Quantity of goods or services billed Description Description of services or goods delivered Unit Price Unit price for the quantity of goods/services delivered Line Total Amount due by line item Invoice Total Sum of all of the line totals for the invoice Pinellas County offers a credit card payment process (ePayables) through Bank of America. Pinellas County does not charge vendors to participate in the program; however, there may be a charge by the company that processes your credit card transactions. For more information please visit Pinellas County purchasing website at www.pinellascounty.org/purchase. 29. TAXES: Payments to Pinellas County are subject to applicable Florida taxes. 30. TERMINATION: (a) Pinellas County reserves the right to terminate this contract without cause by giving thirty (30) days prior notice to the contractor in writing of the intention to terminate or with cause if at any time the contractor fails to fulfill or abide by any of the terms or conditions specified. (b) Failure of the contractor to comply with any of the provisions of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of Pinellas County. (c) In the event sufficient budgeted funds are not available for a new fiscal period, the County shall notify the vendor of such occurrence and contract shall terminate on the last day of current fiscal period without penalty or expense to the County. (d) In addition to all other legal remedies available to Pinellas County, Pinellas County reserves the right to terminate and obtain from another source, any items/services which have not been delivered within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order as determined by Pinellas County. 31. BIDDER CAPABILITY/REFERENCES: Prior to contract award, any bidder may be required to show that the company has the necessary facilities, equipment, ability and financial resources to perform the work specified in a satisfactory manner and within the time specified. In addition, the company must have experience in work of the same or similar nature, and can provide references, which will satisfy the County. Bidders must furnish a reference list of at least four (4) customers for whom they have performed similar services (SEE SECTION D). 32. DELIVERY/CLAIMS: Prices quoted shall be F.O.B. Destination, FREIGHT INCLUDED and unloaded to location(s) within Pinellas County. Actual delivery address(es) shall be identified at time of order. Successful bidder(s) will be responsible for making any and all claims against carriers for missing or damaged items. PINELLAS COUNTY PURCHASING ITB - SERVICES a` e • / 1 5 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 8 of 31 33. MATERIAL QUALITY: All materials purchased and delivered against this contract will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24) hours of notice to the Contractor at no charge to the County. 34. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid/proposal must be sent in writing (mail or fax) to the Purchasing Department and received by the date specified in ITB. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the bid. All such addenda shall become part of the contract documents. The County will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. The Purchasing Department will be unable to respond to questions received after the specified time frame. 35. ASSIGNMENT/SUBCONTRACTING/CORPORATE ACQUISITIONS AND/OR MERGERS: The Contractor shall perform this contract. If a bidder intends to subcontract a portion of this work, the bidder must disclose that intent in the bid. No assignment or subcontracting shall be allowed without prior written consent of the County. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the County within thirty (30) business days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the County, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the County awarding a bid to a bidder, which has disclosed its intent to assign or subcontract in its response to the ITB, without exception shall constitute approval for purposes of this Agreement. 36. EXCEPTIONS: Contractor is advised that if it wishes to take exception to any of the terms contained in this Bid or the attached service agreement it must identify the term and the exception in its response to the Bid. Failure to do so may lead County to declare any such term non-negotiable. Contractor's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. 37. NON-EXCLUSIVE CONTRACT: Award of this Contract shall impose no obligation on the County to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The County specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the County's best interest. In the case of multiple -term contracts, this provision shall apply separately to each term. 38. PUBLIC RECORDS/TRADE SECRETS: Pinellas County Government is subject to the Florida Public Records law (Chapter 119, Florida Statutes), and all documents, materials, and data submitted to any solicitation as part of the response are governed by the disclosure, exemption and confidentiality provisions relating to public records in Florida Statutes. Except for materials that are "trade secrets" or "confidential" as defined by applicable Florida law, ownership of all documents, materials, and data submitted in response to the solicitation shall belong exclusively to the County. To the extent that Proposer/Bidder/Quoter desires to maintain the confidentiality of materials that constitute trade secrets pursuant to Florida law, trade secret material submitted must be identified by some distinct method that the materials that constitute a trade secret, and Proposer/Bidder/Quoter shall provide an additional copy of the proposal/bid/quote that redacts all designated trade secrets. By submitting materials that are designated as trade secrets and signature of the Proposer/Bidder/Quoter Signature Page, Pro poser/Bid der/Quoter acknowledges and agrees: (i) that after notice from the County that a public records request has been made for the materials designated as a trade secret, the Proposer/Bidder/Quoter shall be solely responsible for defending its determination that submitted material is a trade secret that is not subject to disclosure at its sole cost, which action shall be taken immediately, but no later than 10 calendar days from the date of notification or Proposer /Bidder/Quoter will be deemed to have waived the trade secret designation of the materials; PINELLAS COUNTY PURCHASING ITB - SERVICES ag3 / 1 5 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 9 of 31 (ii) that to the extent that the proposal/bid/quote with trade secret materials is evaluated, the County and it officials, employees, agents, and representatives in any way involved in processing, evaluating, negotiating contract terms, approving any contract based on the proposal/bid/quote, or engaging in any other activity relating to the competitive selection process are hereby granted full rights to access, view, consider, and discuss the materials designated as trade secrets through the final contract award; (iii) to indemnify and hold the County, and its officials, employees, agents and representatives harmless from any actions, damages (including attorney's fees and costs), or claims arising from or related to the designation of trade secrets by the Proposer/Bidder/Quoter, including actions or claims arising from the County's non -disclosure of the trade secret materials. (iv) that information and data it manages as part of the services may be public record in accordance with Chapter 119, Florida Statues and Pinellas County public record policies. Proposer/Bidder/Quoter agrees prior to providing goods/services it will implement policies and procedures to maintain, produce, secure and retain public records in accordance with applicable laws, regulations, and County Policies, which are subject to approval by the County, including but limited to the Section 119.0701, Florida Statues. (v) If the contractor has questions regarding the application of Chapter 119, Florida Statues, to the Contractor's duty to provide public records relating to this contract, contact the Pinellas County Board of County Commissioners, Purchasing Department, Operations Manager custodian of public records at 727- 464-3311, purchase(a-pinellascounty.org, Pinellas County Government, Purchasing Department, Operations Manager, 400 S. Ft. Harrison Ave, 6tn Floor, Clearwater, FL 33756. Notwithstanding any other provision in the solicitation, the classification as trade secret of the entire proposal/bid/quote document, line item and/or total proposal/bid/quote prices, the work, services, project, goods, and/or products to be provided by Proposer/Bidder/Quoter, or any information, data, or materials that may be part of or incorporated into a contract between the County and the Proposer/Bidder/Quoter is not acceptable to the County and will result in a determination that the proposal/bid/quote is nonresponsive; the classification as trade secret of any other portion of a proposal/bid/quote document may result in a determination that the proposal/bid/quote is nonresponsive. 39. LOBBYING: Lobbying shall be prohibited on all county competitive selection processes and purchasing contract awards pursuant to this division, including, but not limited to, requests for proposals, requests for quotations, requests for qualifications, bids or the award of purchasing contracts of any type. The purpose of this prohibition is to protect the integrity of the procurement process by shielding it from undue influences prior to the contract award, or the competitive selection process is otherwise concluded. However, nothing herein shall prohibit a prospective bidder/proposer/protestor from contacting the purchasing department or the county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. Lobbying of evaluation committee members, county government employees, elected/appointed officials, or advisory board members regarding requests for proposals, requests for quotations, requests for qualifications, bids, or purchasing contracts, by the bidder/proposer, any member of the bidder's/proposer's staff, any agent or representative of the bidder/proposer, or any person employed by any legal entity affiliated with or representing a bidder/proposer/protestor, is strictly prohibited from the date of the advertisement, or on a date otherwise established by the board of county commissioners, until either an award is final, or the competitive selection process is otherwise concluded. Any lobbying activities in violation of this section by or on behalf of a bidder/proposer shall result in the disqualification or rejection of the proposal, quotation, statement of qualification, bid or contract. For purposes of this provision, lobbying shall mean influencing or attempting to influence action or non -action, and/or attempting to obtain the goodwill of persons specified herein relating to the selection, ranking, or contract award in connection with any request for proposal, request for quotation, request for qualification, bid or purchasing contract through direct or indirect oral or written communication. The final award of a purchasing contract shall be the effective date of the purchasing contract. Any evaluation committee member, county government employee, elected/appointed official, or advisory board member who has been lobbied shall immediately report the lobbying activity to the director of purchasing. PINELLAS COUNTY PURCHASING ITB - SERVICES a` e / 1 5 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 10 of 31 40. ADDITIONAL REQUIREMENTS: The County reserves the right to request additional goods or services relating to this Agreement from the Contractor. When approved by the County as an amendment to this Agreement and authorized in writing, the Contractor shall provide such additional requirements as may become necessary. 41. ADD/DELETE LOCATIONS SERVICES: The County reserves the right to unilaterally add or delete locations/services, either collectively or individually, at the County's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the County. In such case, the contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 42. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original Bid Form(s) provided by the Purchasing Department and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the Bid Form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original bid documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modifications or alterations a bidder wishes to propose must be clearly stated in the bidder's proposal response and presented in the form of an addendum to the original bid documents. 43. PUBLIC EMERGENCIES: It is hereby made a part of this bid that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God that Pinellas County shall require a "First Priority" for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the County. Vendor/contractor agrees to rent/sell/lease all goods and services to the County or governmental entities on a "first priority" basis. The County expects to pay a fair and reasonable price for all products and services rendered or contracted in the event of a disaster, emergency, hurricane, tornado or other acts of God. 44. JOINT VENTURES: All Bidders intending to submit a bid as a Joint Venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Industry Licensing Board and any other state or local licensing Agency prior to submitting the bid (see Section 489.119 Florida Statutes). Joint Venture Firms must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal joint venture Agreement between all joint venture parties, indicating their respective roles, responsibilities and levels of participation for the project. 45. CONFLICT OF INTEREST: a) The Bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The Bidder further represents that no person having any such interest shall be employed by him/her during the agreement term and any extensions. In addition, the Bidder shall not offer gifts or gratuities to County Employees as County Employees are not permitted to accept gifts or gratuities. By signing this bid document, the Bidder acknowledges that no gifts or gratuities have been offered to County Employees or anyone else involved in this competitive invitation to bid process. b) The Bidder shall promptly notify the County's representative, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the Contractor's judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Bidder may undertake and request an opinion of the County as to whether the association, interest or circumstance would, in the opinion of the County, constitute a conflict of interest if entered into by the Bidder. The County agrees to notify the Bidder of its opinion, by certified mail, within thirty days of receipt of notification by the Bidder. c) It is essential to government procurement that the process be open, equitable and ethical. To this end, if potential unethical practices including but not limited to collusion, receipt or solicitation of gifts and conflicts of interest (direct/indirect) etc. are observed or perceived, please report such activity to: PINELLAS COUNTY PURCHASING ITB - SERVICES ag3 / 1 5 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 11 of 31 Pinellas County Clerk of Circuit Court— Division of Inspector General Phone — (727) 45FRAUD (453-7283) Fax — 727-464-8386 46. PROTEST PROCEDURE: As per Section 2-162 of County Code (a) Bid/Proposal protests. Any prospective bidder or proposer, who is aggrieved by the contents of the bid or proposal package, or any bidder or proposer who is aggrieved in connection with the recommended award on a bid or proposal solicitation, may file a written protest to the director of purchasing as provided herein. This right to protest is strictly limited to those procurements of goods or services solicited through invitations to bid or requests for proposals, including solicitations pursuant to § 287.055, Florida Statutes, the "Consultants' Competitive Negotiation Act." No other actions or recommendations in connection with a solicitation can be protested, including: (i) requests for quotations or requests for qualifications; (ii) rejection of some, all or parts of bids or proposals; (iii) disqualification of bidders or proposers as non -responsive or non -responsible; or (iv) recommended awards less than the mandatory bid or proposal amount. Protests failing to comply with the provisions of this section 2-162 shall not be reviewed. (b) The purchasing department shall post the recommended award on the departmental website no less than five (5) full business days after the decision to recommend the award is made. (c) Requirements to Protest. (1) If the protest relates to the content of the bid/proposal package, a formal written protest must be filed no later than 5:00 p.m. on the fifth full business day after issuance of the bid/proposal package. (2) If the protest relates to the recommended award of a bid or proposal, a formal written protest must be filed no later than 5:00 p.m., on the fifth full business day after posting of the award recommendation. (3) The formal written protest shall identify the protesting party and the solicitation involved; include a statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds. (4) A formal written protest is considered filed with the county when the purchasing department receives it. Accordingly, a protest is not timely filed unless it is received within the time specified above by the purchasing department. Failure to file a formal written protest within the time period specified shall constitute a waiver of the right to protest and result in relinquishment of all rights to protest by the bidder/proposer. (d) Rights of interested parties. Bidders or proposers, other than the protestor, which would be directly affected by the favorable resolution of a protest relating to a recommended award, shall have the right to provide written documentation related to the protested solicitation. Said interested parties shall be solely responsible for determining whether a protest has been filed. Any documentation submitted by an interested party must be filed with the director of purchasing no later than 5:00 p.m. on the fifth full business day after the purchasing department posts notification that a protest has been filed. Any interested party submitting documentation shall bear all costs, including legal representation, relating to the submission. (e) Sole remedy. These procedures shall be the sole remedy for challenging an award of bid. Bidder/proposers are prohibited from attempts to influence, persuade, or promote a bid protest through any other channels or means. Such attempts shall be cause for suspension in accordance with 2-161(b) of this article. PINELLAS COUNTY PURCHASING ITB - SERVICES a` e / 1 5 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 12 of 31 (f) Lobbying. Protestors, and interested parties as defined subsection (d), and anyone acting on their behalf, are prohibited from attempts to influence, persuade, or promote a bid or proposal protest through any other channels or means, and contacting any Pinellas County official, employee, advisory board member, or representative to discuss any matter relating in any way to the solicitation being protested, other than the purchasing department's or county attorney's office employees. The prohibitions provided for herein shall begin with the filing of the protest and end upon the final disposition of the protest; provided however, at all times protestors shall be subject to the procurement lobbying prohibitions in section 2-189 of this code. Failure to adhere to the prohibitions herein shall result in the rejection of the protest without further consideration. (g) Time Limits. The time limits in which protests must be filed as specified herein may be altered by specific provisions in the Bid/Request for Proposal. (h) Authority to resolve. The Director of Purchasing shall resolve the protest in a in accordance with the documentation and applicable legal authorities and shall issue a written decision to the protestor no later than 5:00 p.m. on the tenth full business day after the filing thereof. (i) Review of Purchasing Director's decision. (1) The protesting party may request a review of the Purchasing Director's decision to the County Administrator by delivering written request for review of the decision to the Director of Purchasing by 5:00 p.m. on the fifth full business day after the date of the written decision. The written notice shall include any materials, statements, arguments which the bidder/proposer deems relevant to the issues raised in the request to review the decision of the Purchasing Director. (2) The county administrator shall issue a decision in writing stating the reason for the action with a copy furnished to the protesting party no later than 5:00 p.m., on the seventh full business day after receipt of the request for review. The decision shall be final and conclusive as to the county unless a party commences action in a court of competent jurisdiction. 0) Stay of Procurement During Protests. There shall be no stay of procurement during protests. 47. DISPUTE RESOLUTION FOR PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS IN MATTERS OF INVOICE PAYMENTS: Payment of invoices for work performed for Pinellas County Board of County Commissioners (County) is made, by standard, in arrears in accordance with Section 218.70, et. seq., Florida Statutes, the Local Government Prompt Payment Act. If a dispute should arise as a result of non-payment of a payment request or invoice the following Dispute Resolution process shall apply: A. Pinellas County shall notify a vendor in writing within ten (10) days after receipt of an improper invoice, that the invoice is improper. The notice should indicate what steps the vendor should undertake to correct the invoice and resubmit a proper invoice to the County. The steps taken by the vendor shall be that of initially contacting the requesting department to validate their invoice and receive a sign off from that entity that would indicate that the invoice in question is in keeping with the terms and conditions of the agreement. Once sign off is obtained, the vendor should then resubmit the invoice as a "Corrected Invoice" to the requesting department which will initiate the payment timeline. 1 Requesting department for this purpose is defined as the County department for whom the work is performed. 2 Proper invoice for this purpose is defined as an invoice submitted for work performed that meets prior agreed upon terms or conditions to the satisfaction of Pinellas County. B. Should a dispute result between the vendor and the County about payment of a payment request or an invoice then the vendor should submit their dissatisfaction in writing to the Requesting Department. Each Requesting Department shall assign a representative who shall act as a "Dispute Manager" to resolve the issue at departmental level. PINELLAS COUNTY PURCHASING ITB - SERVICES age • / 1 5 A&M&MM #18. SECTION A - GENERAL CONDITIONS Page 13 of 31 C. The Dispute Manager shall first initiate procedures to investigate the dispute and document the steps taken to resolve the issue in accordance with section 218.76 Florida Statutes. Such procedures shall be commenced no later than forty-five (45) days after the date on which the payment request or invoice was received by Pinellas County, and shall not extend beyond sixty (60) days after the date on which the payment request or invoice was received by Pinellas County. D. The Dispute Manager should investigate and ascertain that the work, for which the payment request or invoice has been submitted, was performed to Pinellas County's satisfaction and duly accepted by the Proper Authority. Proper Authority for this purpose is defined as the Pinellas County representative who is designated as the approving authority for the work performed in the contractual document. The Dispute Manager shall perform the required investigation and arrive at a solution before or at the sixty (60) days timeframe for resolution of the dispute, per section 218.76, Florida Statutes. The County Administrator or his or her designee shall be the final arbiter in resolving the issue before it becomes a legal matter. The County Administrator or his or her designee will issue their decision in writing. E. Pinellas County Dispute Resolution Procedures shall not be subject to Chapter 120 of the Florida Statutes. The procedures shall also, per section 218.76, Florida Statutes, not be intended as an administrative proceeding which would prohibit a court from ruling again on any action resulting from the dispute. F. Should the dispute be resolved in the County's favor interest charges begin to accrue fifteen (15) days after the final decision made by the County. Should the dispute be resolved in the vendor's favor the County shall pay interest as of the original date the payment was due. G. For any legal action to recover any fees due because of the application of sections 218.70 et. seq., Florida Statutes, an award shall be made to cover court costs and reasonable attorney fees, including those fees incurred as a result of an appeal, to the prevailing party If it is found that the non -prevailing party held back any payment that was the reason for the dispute without having any reasonable lawful basis or fact to dispute the prevailing party's claim to those amounts. PINELLAS COUNTY PURCHASING ITB - SERVICES age / 1 5 Aft"&PMin #18. SECTION B - SPECIAL CONDITIONS Page 14 of 31 Bid Title: Pipeline Maintenance & Repair Services — Poly Pig Cleaning Bid Number: 156-0261-B (LN) IMPORTANT NOTICE: Changes have been made to the Insurance process. INSURANCE IS NOW DUE WITH BID SUBMITTAL. See SECTION C — Insurance Requirements. INTENT: In accordance with attached specifications, it is the intent of Pinellas County to establish a contract for Pipeline Maintenance & Repair Services (Poly Pig Cleaning), as and when required. QUANTITIES: Quantities stated are an estimate only and no guarantee is given or implied as to quantities that will be used during the contract period. Estimated quantities are based upon previous use and/or anticipated needs. PRICING/PERIOD OF CONTRACT: Duration of the contract shall be for a period of sixty (60) months with unit prices held firm for the first thirty-six (36) months of the contract. One (1) price adjustment will be allowed for the remaining twenty-four (24) months in an amount not to exceed the average of the Consumer Price Index (CPI) for all Urban Consumers, Series Id: CUUROOOOSAO, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100. It is the vendor's responsibility to request any pricing adjustment under this provision. The vendor's request for adjustment should be submitted prior to the thirty-seventh (37) month from contract award. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without pricing adjustment. Any adjustment request received after the thirty-seventh (37) month from contract award may not be considered. 4. PRE -COMMENCEMENT MEETING: Within ten (10) calendar days after the effective date of the contract, and prior to start of any work, a pre -commencement conference will be held with the successful Contractor. The meeting will require Contractor and the County Representative to review specific contract details and deliverable documents at this meeting to ensure the scope of work and work areas are understood. BREACH OF CONTRACT: Failure of Contractor to perform any of the services required by this contract within ten (10) days of receipt of written demand for performance from the County shall constitute breach of contract. PERMITS, FEES AND COSTS IMPOSED BY PINELLAS COUNTY TO BE OBTAINED BY AND/OR BORNE BY CONTRACTOR: The Contractor is responsible for (1) determining and paying any fees that may be necessary to perform this contract and (2) determining and acquiring any and all permits and licenses required by any Federal, State or local government entity, agency or board that may be necessary to perform this contract. The Contractor shall maintain any and all permits and licenses required to complete this contract. WORKSITE SANITATION: At the end of each workday, the contractor shall remove from the premises the daily accumulation of waste materials or rubbish caused by his operations. Safety hazards will be immediately corrected by the contractor. The contractor is also responsible for ensuring that any subcontractor hired by him or his subcontractors totally cleanup the worksite at the completion of the work. If the contractor fails to clean up at the completion of the work, the County may do so and deduct the cost of such cleanup from the contractor's most current invoice. The contractor will not be responsible for cleaning up debris left by the County's employees, the public utilizing other areas in the vicinity of the worksite, or left by other contractors. SAFETY: The Contractor shall at all times during pipe pigging operations conform to Occupational Safety and Health Administration (OSHA) and all other applicable safety codes or standards. No additional compensation will be allowed for OSHA or other safety code standards or requirements. The Contractor shall conform to traffic control requirements of the State of Florida Department of Transportation (F.D.O.T). at all sites within roadway right of ways. SUBMISSION OF BIDS: Paper documents must be provided, but should be accompanied by an equivalent electronic PDF file. Provide one original and one copy on paper, plus two (2) compact discs (CD). The preferred method is PDF conversion from your source files (to minimize file size and maximize quality and accessibility) rather than scanning. PINELLAS COUNTY PURCHASING ITB - SERVICES hkagegiMM465 Avft"dc-P Min #18. SECTION B - SPECIAL CONDITIONS Page 15 of 31 Instructions for Providing Files in PDF Format to Pinellas County Government A. Why does Pinellas County Government want all the documents as PDF files? Answer- It's much more efficient to go paperless, and PDF is a universal file format that fits perfectly into government workflow processes. B. How do I convert my files to PDF format? Answer- If you have a program such as Adobe Acrobat, creating a PDF of any file is a simple print function. Rather than printing to a traditional printer, the file converts to a PDF format copy of your original. Any program (such as Word, PowerPoint, Excel, etc.) can be converted this way by simply selecting the print command and choosing PDF as the printer. C. Should I scan everything and save as PDF? Answer- Not unless you are scanning with OCR (optical character recognition). Scanning will create unnecessarily large files because a scan is just a picture of a page rather than actual page text. Furthermore, the result of scanning is that your pages will not look nearly as "clean" or professional as simply using the print to PDF method from the program from which the file originates. Additionally, since scan pages are pictures of text, not really text, they may not be considered accessible* under Federal ADA guidelines (*unless the scans are OCR.) PINELLAS COUNTY PURCHASING ITB - SERVICES hkageEN&M465 AffWMbElfft #18. Page 16 of 31 SECTION C — INSURANCE REQUIREMENTS Notice: The Contractor/Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below (Section C) prior to recommendation for award. Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of lowest responsive, responsible bidder may result in the County to vacate the original determination or recommendation and proceed with recommendation to the second lowest, responsive, responsible bidder. The Contracted vendor shall obtain and maintain, and require any sub -contractors to obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth. For projects with a Completed Operations exposure, Contractor shall maintain coverage and provide evidence of insurance for two (2) years beyond final acceptance. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have an AM Best rating of A- VI II or better. a) Bid submittals should include, the Bidder's current Certificate(s) of Insurance in accordance with the insurance requirements listed below. If Bidder does not currently meet insurance requirements, bidder shall also include verification from their broker or agent that any required insurance not provided at that time of submittal will be in place within 10 days after award recommendation. b) Within 10 days of contract award and prior to commencement of work, Bidder shall email certificate that is compliant with the insurance requirements to CertsOnly-Portland(a)ebix.com. If certificate received with bid was a compliant certificate no further action may be necessary. It is imperative that bidder include the unique identifier, which will be supplied by the County's Purchasing Department. The Certificate(s) of Insurance shall be signed by authorized representatives of the insurance companies shown on the Certificate(s). A copy of the endorsement(s) referenced in paragraph d) for Additional Insured shall be attached to the certificate(s) referenced in this paragraph. c) No work shall commence at any project site unless and until the required Certificate(s) of Insurance are received and approved by the County. Approval by the County of any Certificate(s) of Insurance does not constitute verification by the County that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate(s) of Insurance is in compliance with the requirements of the Agreement. County reserves the right to require a certified copy of the entire insurance policy, including endorsement(s), at any time during the Bid and/or contract period. d) All policies providing liability coverage(s), other than professional liability and workers compensation policies, obtained by the Bidder and any subcontractors to meet the requirements of the Agreement shall be endorsed to include Pinellas County Board of County Commissioners as an Additional Insured. e) If any insurance provided pursuant to the Agreement expires prior to the completion of the Work, renewal Certificate(s) of Insurance and endorsement(s) shall be furnished by the Bidder to the County at least thirty (30) days prior to the expiration date. (1) Bidder shall also notify County within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal or adverse material change in coverage received by said Bidder from its insurer. Notice shall be given by certified mail to: Pinellas County, c/o Ebix BPO, PO Box 257, Portland, MI, 48875-0257; be sure to include your organization's unique identifier, which will be provided upon notice of award. Nothing contained herein shall absolve Bidder of this requirement to provide notice. (2) Should the Bidder, at any time, not maintain the insurance coverages required herein, the County may terminate the Agreement, or at its sole discretion may purchase such coverages necessary for the protection of the County and charge the Bidder for such purchase or offset the cost against amounts due to bidder for services completed. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance shall in no way be construed to be a waiver of any of its rights under the Agreement. f) The County reserves the right, but not the duty, to review and request a copy of the Contractor's most recent annual report or audited financial statement when a self -insured retention (SIR) or deductible exceeds $50,000. PINELLAS COUNTY PURCHASING ITB - SERVICES age / 1 5 AffWMbElfft #18. Page 17 of 31 SECTION C — INSURANCE REQUIREMENTS g) If subcontracting is allowed under this Bid, the Prime Bidder shall obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth; and require any subcontractors to obtain and maintain, at all times during its performance of the Agreement, insurance limits as it may apply to the portion of the Work performed by the subcontractor; but in no event will the insurance limits be less than $500,000 for Workers' Compensation/Employers' Liability, and $1,000,000 for General Liability and Auto Liability if required below. (1) All subcontracts between Bidder and its subcontractors shall be in writing and are subject to the County's prior written approval. Further, all subcontracts shall (1) require each subcontractor to be bound to Bidder to the same extent Bidder is bound to the County by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the subcontractor; (2) provide for the assignment of the subcontracts from Bidder to the County at the election of Owner upon termination of the Contract; (3) provide that County will be an additional indemnified party of the subcontract; (4) provide that the County will be an additional insured on all insurance policies required to be provided by the subcontractor except workers compensation and professional liability; (5) provide waiver of subrogation in favor of the County and other insurance terms and/or conditions as outlined below; (6) assign all warranties directly to the County; and (7) identify the County as an intended third - party beneficiary of the subcontract. Bidder shall make available to each proposed subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the subcontractor will be bound by this Section C and identify to the subcontractor any terms and conditions of the proposed subcontract which may be at variance with the Contract Documents. h) Each insurance policy and/or certificate shall include the following terms and/or conditions: (1) The Named Insured on the Certificate of Insurance and insurance policy must match the entity's name that responded to the solicitation and/or is signing the agreement with the County. If Bidder is a Joint Venture per Section A. titled Joint Venture of this Bid, Certificate of Insurance and Named Insured must show Joint Venture Legal Entity name and the Joint Venture must comply with the requirements of Section C with regard to limits, terms and conditions, including completed operations coverage. (2) Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor. (3) The term "County" or "Pinellas County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments and Constitutional offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pinellas County. (4) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by County or any such future coverage, or to County's Self -Insured Retentions of whatever nature. (5) All policies shall be written on a primary, non-contributory basis. (6) Any Certificate(s) of Insurance evidencing coverage provided by a leasing company for either workers compensation or commercial general liability shall have a list of covered employees certified by the leasing company attached to the Certificate(s) of Insurance. The County shall have the right, but not the obligation to determine that the Bidder is only using employees named on such list to perform work for the County. Should employees not named be utilized by Bidder, the County, at its option may stop work without penalty to the County until proof of coverage or removal of the employee by the contractor occurs, or alternatively find the Bidder to be in default and take such other protective measures as necessary. (7) Insurance policies, other than Professional Liability, shall include waivers of subrogation in favor of Pinellas County from both the Bidder and subcontractor(s). PINELLAS COUNTY PURCHASING ITB - SERVICES age / 1 5 AffWMbElfft #18. Page 18 of 31 SECTION C — INSURANCE REQUIREMENTS i) The minimum insurance requirements and limits for this Agreement, which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for projects with a Completed Operations exposure, are as follows: (1) Workers' Compensation Insurance Limit Florida Statutory Employers' Liability Limits Per Employee Per Employee Disease Policy Limit Disease $ 500,000 $ 500,000 $ 500,000 (2) Commercial General Liability Insurance including, but not limited to, Independent Contractor, Contractual Liability Premises/Operations, Products/Completed Operations, and Personal Injury. Limits Combined Single Limit Per Occurrence $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Personal Injury and Advertising Injury $ 1,000,000 General Aggregate $ 2,000,000 (3) Business Automobile or Trucker's/Garage Liability Insurance covering owned, hired, and non -owned vehicles. If the Bidder does not own any vehicles, then evidence of Hired and Non -owned coverage is sufficient. Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards, unless Bidder can show that this coverage exists under the Commercial General Liability policy. Limit Combined Single Limit Per Accident $ 1,000,000 (4) Excess or Umbrella Liability Insurance excess of the primary coverage required, in paragraphs (1), (2), and (3) above: Limits Each Occurrence General Aggregate $ 1,000,000 $ 1,000,000 (5) Property Insurance Bidder will be responsible for all damage to its own property, equipment and/or materials. PINELLAS COUNTY PURCHASING ITB - SERVICES age / 1 5 A EI&R-6win #18. Page 19 of 31 SECTION D — VENDOR REFERENCES Bid Title: Pipeline Maintenance & Repair Services — Poly Pig Cleaning Bid Number: 156-0261-B(LN) THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR BID MAY BE REVIEWED AND PROPERLY EVALUATED. COMPANY NAME: LENGTH OF TIME COMPANY HAS BEEN IN BUSINESS: BUSINESS ADDRESS: HOW LONG IN PRESENT LOCATION: TELEPHONE NUMBER: FAX NUMBER: TOTAL NUMBER OF CURRENT EMPLOYEES: FULL TIME PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: All references will be contacted by a County Designee via email, fax, mail or phone call to obtain answers to questions, as applicable before an evaluation decision is made. LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR: 1. 2. COMPANY: COMPANY: ADDRESS: TELEPHONE/FAX: CONTACT: CONTACT EMAIL: COMPANY EMAIL ADDRESS: 3. COMPANY: ADDRESS: TELEPHONE/FAX: CONTACT: CONTACT EMAIL: COMPANY EMAIL ADDRESS: ADDRESS: TELEPHONE/FAX: CONTACT: CONTACT EMAIL: COMPANY EMAIL ADDRESS: 4. COMPANY: ADDRESS: TELEPHONE/FAX: CONTACT: CONTACT EMAIL: COMPANY EMAIL ADDRESS: PINELLAS COUNTY PURCHASING ITB - SERVICES a` e / 1 5 A&M&MM #18. SECTION E —SPECIFICATIONS Page 20 of 31 Bid Title: Pipeline Maintenance & Repair Services — Poly Pig Cleaning Bid Number: 156-0261-B(LN) OBJECTIVE Pinellas County Utilities Department (PCU) requires services for pipeline maintenance and repair services (poly pig) for piping systems located in the water, sewer, and reclaimed water service areas of geographical Pinellas County, Florida. Services include the safe and effective cleaning and restoration of piping systems to maximum flow capacity, whose contents or inline operating conditions have impair functioning by reducing their volume capacity, laminar flow characteristics or negatively impact the quality or quantity of the flows transported through them. A. GENERAL REQUIREMENTS: 1) Contractor shall have a Underground Utility Contractor License obtained from the State of Florida. A copy of license should be provided with bid submittal. 2) Contractor shall have successfully completed within the last five (5) years a minimum of five (5) projects comparable in size and scope to the work herein proposed. This list shall include the size and length of the force main or pipeline cleaned; the dates the work was performed; and the names/phone numbers/email addresses of the project supervisor. A list of projects should be provided with bid submittal. 3) Contractor shall provide certification of personnel in compliance with OSHA 29 CFR 19010.120, Safety Training. A copy of certifications should be provided with bid submittal. 4) Certification that personnel are in compliance with Florida Law, Chapter 287.087 and the Florida Worker's Compensation Standard, Drug -Free Workplace Program. A copy of certifications should be provided with bid submittal. 5) The Contractor shall have available auxiliary centrifugal pumps and high pressure (minimum 5,000 Per Square Inch (PSI) water jetting equipment. Documentation of this equipment should be provided with bid submittal. 6) Maintenance of Traffic — The Contractor shall provide an individual, employed by the Contractor, and certified as "Work Zone Traffic Safety Supervisor" by the International Municipal Signal Association. A copy of certifications should be provided with bid submittal. B. SCOPE OF WORK: Provide all supervision, labor, tools, transportation, material and equipment required to clean the pressure pipeline or force main, using poly pigs via an approved poly pig procedure. Install all items required, including the poly pig launching and retrieval devices as required in this specification and the furnishing of poly pig swabs and poly pigs. Pig launching shall include mobilization, demobilization and cleaning of any pipe length as listed by diameter. Mobilization shall also include, but not be limited to, mobilization of equipment at the launching and retrieval sites, traffic control and by-pass piping and pumping. Systems that may require cleaning are: a) Potable water b) Raw water c) Wastewater d) De -watered grease e) Leach ate water f) Sludge systems The materials to be removed from the systems are known to be, but are not limited to: a) "Foreign" materials including solids and construction debris b) Scale, chemical and carbon deposits c) Iron tuberculation and calcium deposits in many forms and degrees of attachment and hardness d) Sand, sludge, silt, slime and bentonite, shell PINELLAS COUNTY PURCHASING ITB - SERVICES ag3 / 1 5 A&M&MM #18. SECTION E —SPECIFICATIONS Page 21 of 31 The types of piping in service in Pinellas County include: a) cast iron, b) ductile iron, c) carbon steel, d) HDPE, e) asbestos cement f) PVC. It will be the Contractor's responsibility to install the equipment, disassemble the equipment and clean up and store materials at the direction of PCU. No excavations should be required for normal pigging operations. Should a failure occur on the subject line, which is not the fault of the Contractor, PCU will do the needed excavation, repairs and restoration. Should the Contractor cause said failure, due to negligence, etc., the Contractor will be responsible for excavation, repairs and restoration. C. CONTRACTOR REQUIREMENTS: 1) Emergencies - At the pre -commencement meeting the Contractor must provide documentation showing a plan on how he will respond to unforeseen or emergency situations to provide services under this contract. The plan must include response time, availability to be on site to prevent or improve conditions that threaten the critical operation of a system or plant, or to prevent health, safety or environmental concerns. Emergencies authorized by PCU will be paid at 1.5 times the bid submittal linear foot price. 2) Supervision — There shall be on -site at all times during the work, one (1) superintendent to survey, lay out and supervise the construction of the work under this contract. 3) Method of Work — The method of cleaning shall be by use of Knapp poly pigs or equal. The Contractor shall furnish polyurethane pipe cleaning pigs of the appropriate diameter and covering material for use in the pipe system to be cleaned. 4) Cleaning — The cleaning shall restore the original flow characteristics of new pipe without over abrading or over cleaning the interior walls of the pipe. 5) Assignment of Work — All work shall be executed by the contractor on an assignment -by -assignment basis, in the form of a quote authorized by PCU. PCU does not guarantee work will be concurrent and/or consecutive. The Contractor shall perform no work under this Contract without PCU written authorization to proceed. The Contractor hereby agrees to waive any claim for compensation for any work performed without authorization. Each individual location contained in a quote is to be considered an "individual project" such that all work, including demobilization and cleanup, must be fully completed in a reasonable time frame, as determined by PCU. The project limits shown on the location maps and/or plans contained in each quote are approximate; Contractor shall verify exact limits with PCU prior to beginning work. All work shall be performed in an expeditious and professional manner. The Contractor shall have sufficient crews and equipment to perform all work, including restoration, at the time the work is assigned. The inability of the Contractor to meet contractual obligations, or to perform assigned work in a satisfactory manner, shall be grounds for termination of the Contract, and/or reassignment of the work. There are no guaranteed work locations in the "Bid Submittal Sheets" included in Section F of the contract document. The Contractor shall only be compensated for work satisfactorily completed. There will be no compensation to the Contractor for cancellation of the Contract or for any assigned work that is not constructed to the satisfaction of PCU. Prior to assignment of any work, the Contractor shall prepare a detailed quote for each project, which shall include a work schedule. PINELLAS COUNTY PURCHASING ITB - SERVICES RageE34WM485 A&M&MM #18. SECTION E —SPECIFICATIONS Page 22 of 31 6) Equipment — The Contractor shall furnish pig -launching equipment, which will minimize PCU's need to provide for additional valving, fittings and auxiliary water supplies. Equipment shall be of the latest design and construction and shall include the means to maintain constant monitoring of the in -line flows and pressures of the system being cleaned and the constant location of the cleaning pigs in the system. 7) Launching and retrieval devices shall be fabricated, designed and manufactured according to American National Standards Institute (ANSI) standards and capable of withstanding working pressure of 150 P.S.I.G. 8) Launch and receiving tubes shall be fabricated of steel; pipe sized one diameter larger than the system to which it will be attached with a minimum length of 2.5 times the diameter. For poly pig launchers and receivers twelve - inch or smaller in size, steel wall thickness shall be a minimum of five -sixteenths inch. For poly pig launchers and receivers fourteen -inch or larger, wall thickness shall be a minimum of three eights inch. 9) The Contractor shall maintain on site, for the duration of the project, and have available for immediate use, an electronic poly pig detector, with the appropriately sized cavity poly pig, for use in the system being cleaned to provide a means of tracking the passage of the pig in the system to locate areas of potential or suspected blockage and to find "lost" valves and other disparities within the system. 10) Testing — The Contractor shall perform pre -cleaning and post -cleaning flow testing to determine sizes, types, densities and numbers of pigs and/or swabs to be used, to establish the means and procedures to properly and safely clean the piping, to evaluate the system and to measure the effects of the cleaning operation. Tests shall include in -line velocity and volume capacity calculations and any other tests as may be required to properly and safely perform the work under this Contract. 11) Communication — The Contractor shall provide radio communication and job site transportation between launching and retrieval points. 12) Report upon Completion — The Contractor shall provide a written report upon completion of line cleaning to outline and detail information acquired during the cleaning process about the system or to confirm existing information. 13) Disinfection/Chlorination — The Contractor shall provide for systems where disinfection is mandated or required, a plan to provide these services in compliance with all applicable American Water Works Association (AWWA) standards. 14) Work Area — The Contractor shall contain/direct the effluent flow from the affected system. This shall include use of hay bales or silt fences to prevent the dispersal of water and sediment from adjacent private property. The Contractor shall also implement and provide PCU an approved method (by PCU) of containing the solids/sediment generated from the pigging operation. 15) Setting Equipment — The Contractor shall provide all equipment to hoist, move or set their equipment on site. 16) Reuse Water - Any reuse water flushed must be diverted to the nearest sewer collection system manhole unless other means of disposal onto high ground is provided. No reuse water is to be flushed in such a manner that it may flow into surface water or the Gulf of Mexico. 17) Potable Water - All potable water flush will be de -chlorinated during flushing event. 18) The Contractor shall notify PCU when flushing into sewer collection system because of increased fluid demand on pump stations. D. COUNTY REQUIREMENTS: 1) PCU will provide maps showing route of force main, location of closest water source, if any, retrieval point and any other required information about the force main. The maps or "drawings"that are provided to the Contractor when PCU needs a pipe pigged, will be issued on an "as needed" basis. PCU will insure that the entry point has fittings required for proper access to the line. PINELLAS COUNTY PURCHASING ITB - SERVICES ag3 / 1 5 A&M&MM #18. SECTION E —SPECIFICATIONS Page 23 of 31 2) Should no hydrant or other water source be available, PCU will provide tanker trucks. If required, PCU will supply tanker trucks to assure station wet wells do not create spill situations. 3) PCU personnel will assist to minimize flow and bypassing as required for each individual job. E. MATERIALS: All product information data sheets shall be submitted to PCU for approval prior to start of work. 1) The Contractor will provide, prior to commencement of work, a video of all physical features of surrounding work site before work begins. The Contractor will furnish two (2) copies of the video in Digital Versatile/Video Disc (DVD) format. The Contractor shall provide a detailed plan outlining the following: a. The number, sizes and locations of the access ports required and the procedures necessary for their creation, i.e., excavations, shutdowns, fittings and valving required, temporary bypassing of flows entering the wet well, tapping sleeves and valves, traffic control and other site or system requirements that may apply. b. The means and methods for controlling and disposing of the solids and fluids removed from the pipelines and force mains as a consequence of the cleaning and restoration to maximum flow capacity, including, notification to customers and wastewater treatment plants as to increase in turbulent flow and septic load. C. Written contingency plans for dealing with in line problems, i.e., blockages, "lost" pigs and system integrity problems, i.e., breaks, leaks, piping or fitting failures, are required to be submitted to, and approved by the Site Representative before initiating the work. d. The contingency plan will include means and methods for identifying and measuring changes or improvements to the flow characteristics of the force mains during and upon completion of their cleaning and restoration to the maximum flow capacity. F. PRODUCTS — POLY PIGS: 1) Poly pigs shall be constructed of blown elastomeric polyurethane with an open cell construction and a density equal to or suitable for use in the piping system being cleaned. 2) Poly pig configuration shall consist of a parabolic nose and a concave base, and it shall be coated with resilient surface material that will maintain a peripheral seal and will effectively clean the piping system without over abrading the interior pipe wall or approved equal. 3) Poly pig characteristics, when in use, shall include the ability to navigate through ninety degree and one hundred and eighty degree turns, bi-directional fittings, full port valves and comparable in -line appurtenances, reduce its cross sectional area and restore itself to its original design configuration, be propelled by applications of hydraulic and pneumatic pressure while maintaining its primary function as an internal cleaning device of conduits. When effectively and properly applied, the poly pig shall clean and restore piping systems of all sizes, types, uses, and lengths to their design or maximum flow capacity. 4) Furnish poly pigs in sufficient numbers and sizes, of appropriate densities, coatings and configurations as manufactured by Knapp Polly Pigs of Houston, Texas or an approved equal. 5) Provide pig signal devices manufactured by Maloney Pipeline Products, Houston, Texas or an approved equal. PINELLAS COUNTY PURCHASING ITB - SERVICES age / 1 5 A&M&MM #18. SECTION E —SPECIFICATIONS Page 24 of 31 G. SCHEDULE: PCU reserves the right to establish the specific order in which the work is to be completed. All cleaning and pigging shall be performed during daylight hours of 7:00 a.m. and 6:00 p.m., unless the Site Representative authorizes other hours. 1) The Contractor will be allowed to work between the hours of 7:00 a.m. through 6:00 p.m., Monday through Saturday but excluding normal holidays. In residential areas, this work "window" may be restricted to 8:00 a.m. through 6:00 p.m. Work on Sundays and holidays will only be allowed when specifically approved in advance. The Contractor should anticipate, and include in his bid, the possibility of being directed to work night and/or weekend hours to accommodate work in areas of heavy traffic and high flows or surcharges, which cannot be reduced during normal hours. No additional payment will be made for requiring the Contractor to work these special shifts. The Contractor shall provide the Site Representative with sufficient advance notice of this intention to work more than one shift or other than the normal 7:00 a.m. to 6:00 p.m. workday, so that the Site Representative may schedule suitable inspection. H. EXECUTION: Contractor will coordinate and establish design of the cleaning procedure, with approval of PCU representative, including the provision of: 1) Selection of starting and ending points for the cleaning process. Retrieval of pigs will be the contractor's responsibility. 2) Evaluation of total volume of fluids to be used and the disposal and the source(s) of these fluids. 3) Mechanical or piping adaptation to the existing piping configuration. 4) Coordination and scheduling of the cleaning process to include selection of the distances and sizes of the piping to be cleaned as one procedure. 5) Immediately available alternative procedures to be applied if the cleaning of the system requires such remedial action. 6) Equipment shall be installed in accordance with manufacturer's recommendations. 7) Initial selection of the cleaning pigs shall be provided by personnel thoroughly trained, knowledgeable and experienced in the technology and procedures required for the proper and safe "pigging" of this system. I. TRAFFIC CONTROL & MAINTENANCE OF TRAFFIC (M.O.T.): 1) As used herein, any reference to Pinellas County, its departments, or its published regulations, permits and data, shall be synonymous and interchangeable with other recognized governing bodies over particular areas or streets, or their departments, published regulations (i.e., Manual or Uniform Traffic Control Devices (M.U.T.C.D.) Florida Department of Transportation (F.D.O.T.) Roadway and Bridge Standard Index Drawing Book), permits or data. The Contractor shall apply for M.O.T permit and abide by all applicable laws, regulations and codes thereof pertaining to M.O.T. on public streets, detour of traffic, traffic control and other provisions as may be required for this contract. 2) The Contractor shall be responsible for the provision, installation and maintenance of all M.O.T. and safety devices, in accordance with permit requirements and specifications outlined in the above noted standards. In addition, the Contractor shall be responsible for providing an individual, employed by the Contractor, and certified as "Work Zone Traffic Safety Supervisor" by the International Municipal Signal Association. 3) The Contractor shall be fully responsible for the M.O.T. on public streets, detour of traffic (including furnishing and maintaining regulatory and informative signs along the detour route), traffic control, and other provisions, throughout the contract, as required by the Pinellas County Department of Public Works, Traffic Engineering Division, Pinellas County Utilities or F.D.O.T. and the above noted standards. Traffic shall be maintained according to corresponding typical traffic control details as outlined in the above noted standards. No street shall be completely blocked, nor PINELLAS COUNTY PURCHASING ITB - SERVICES age / 1 5 A&M&MM #18. SECTION E —SPECIFICATIONS Page 25 of 31 blocked more than one-half at any time, keeping the other one-half open for traffic, without specific approval. M.O.T. costs shall be included in the inclusive cost on Bid Summary. 4) The Contractor shall provide all barricades with warning lights, necessary arrow boards and signs to warn motorists of the work throughout the contract. Adequate approved devices shall be erected and maintained by the Contractor to detour traffic around the work. 5) Excavated or other material stored adjacent to or partially upon a roadway pavement shall be adequately marked for traffic safety at all times. The Contractor shall provide necessary access to all adjacent property during work. 6) The Contractor shall presume that a portion of the work will be located in State road rights of way and bid price for traffic control shall include all additional costs (over and above normal traffic control measures) involved with complying with all F.D.O.T. requirements. 7) All work performed within the right-of-way of the Florida Department of Transportation (F.D.O.T.) shall comply with the requirements and conditions of the required F.D.O.T. permit. Work in the F.D.O.T. right-of-way shall only take place between the hours specified on the specific permit and may be restricted to night or weekend hours. 8) The work shall be coordinated with the F.D.O.T., and the Site Representative and the Contractor shall not begin work until he has received permission from them to do so. PINELLAS COUNTY PURCHASING ITB - SERVICES age / 1 5 Agenda Item #18. CD C OS J �j cn CL CO ap r LL 0 Z O = Z LU C CL ai H �l V P7 a o { +a'l L J { U- L J o O p N VY k- O J 0 O N :3 (D C E O 2 . O i ,� dq O 0 O u r C � CL CL E F I N N {4 l4 ' r i C) {Y w CD COr r r [V N CP Ln 4 W 0!] } W x Page 352 of 485 A&M&MM #18. SECTION F — BID SUBMITTAL Page 27 of 31 The following items are to be included with bid submittal: O Copy of Underground Utility Contractor License obtained from the State of Florida O List of projects completed within the last five (5) years O Copy of OSHA29 CFR 19010.120 Safety Training Certification O Copy of certification of compliance of Florida Law, Chapter 287.087 and Florida Worker's Compensation Standard Drug -Free Workplace Program O Documentation of equipment (auxiliary centrifugal pumps and high pressure water jetting equipment.. O Provide employee name and copy of certification as "Work Zone Traffic Safety Supervisor" by the International Municipal Signal Association. IF THE COUNTY IS EXPECTED TO SIGN ANY AGREEMENTS, PLEASE SUBMIT DOCUMENTS WITH YOUR BID. DELIVERY DAYS AFTER RECEIPT OF ORDER An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 (http://www.flsenate.gov/Laws/Statutes/2011/607.1501). A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit www.sunbiz.org for this information on how to become registered. PINELLAS COUNTY PURCHASING ITB - SERVICES RageOMM485 Agenda Item #18. S6-U261-B (LN) Page 28 of 31 SECTION F — BlD SUBMITTAL Electronic Payment jePayablesj The Board of County Commissioners (County) is offering faster payments. The County would prefer to make payment using credit card through the ePayables system. See Section A. number 27_ Would your company accept to participate in�the ePayables credit cart! program? Yes 0 Nov For more information aboLd ePayables credit card program please visit Purchasing Department website w w.nineIlascounty_orgIggrchase. q"Jq— 1D Phone Number PIN ELLAS COUNTY PURCHASING ITB=SERVICES REVISED_ 0412M Page 354 of 485 A&M&MM #18. W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION Page 29 of 31 Substitute Form -9 Request for Taxpayer Give form to the Identification Number and Certification requester. Do not send to the IRS. Name (as shown on your income tax return) Business name, if different from above Check appropriate box: ❑ Individual/Sole proprietor p - p p ❑ Corporation - Exempt ❑ Limited liability company. Enter the tax classl'ication (D=disreg ded entity, =corporation, F-partnership) ► _ _ _ _ _ _ . ❑ payee ❑ Other (see cstructions) ► Address (number, street, and apt. or suite no.) Requester's name and adcress (optionao Cly, stale, and ZIP code List account number(s) here (optional) Taxpayer Identitication Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on Line 1 to avoid Social security number 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. or 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 Under 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. 1 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. 1 am a U.S. citizen or other U.S. person (defined in the instructions). 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 ail 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 ► *Instructions to Fortn W-9 available upon request. DeLach on the perforation ----------------------------------------------------------------------------------------- Section 119.071(5), Florida Statutes Notice: Your Tax Identification Dumber (which for individuals is your social security number) is collected on Form W9 for use in filing information returns with the IRS as described more fully below. Collection of the tax identification number (or social security number as applicable) is mandatory pursuant to Section 6109 of the Internal Revenue Code (26 U.S.0 § 6109). Privacy Act Notice: Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons who must file information returns with the IRS to report interest, dividends, and certain other income paid to you, mortgage interest you paid, the acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA, or Archer MSA or HSA. The IRS uses the numbers for identification purposes and to help verify the accuracy of your tax return. The IRS may also provide this information to the Department of Justice for civil and criminal litigation, and to cities, states, the District of Columbia, and U.S. possessions to carry out their tax laws. We may also disclose this information to other countries under a tax treaty, to federal and state agencies to enforce federal nontax 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. Payers must generally withhold 28% of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to a payer. Certain penalties may also apply. PINELLAS COUNTY PURCHASING ITB — SERVICES ag3 / 1 5 A EI&R-6win #18. Page 30 of 31 SECTION G - ADDENDA ACKNOWLEDGMENT FORM Bid Title: Pipeline Maintenance & Repair Services — Poly Pig Cleaning Bid No: 156-0261-B(LN) PLEASE ACKNOWLEDGE RECEIPT OF ADDENDA FOR THIS ITB/RFP BY SIGNING AND DATING BELOW: ADDENDUM NO. SIGNATURE/PRINTED NAME DATE RECEIVED Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) has been issued, acknowledge receipt by signature and date in section above. Failure to do so may result in being considered non -responsive or result in lowering the rating of a firm's proposal. Information regarding Addenda issued is available on the Purchasing Department's website at, www.pinellascounty.org/purchase/Current Bids1.htm , listed under category `Current Bids'. PINELLAS COUNTY PURCHASING ITB - SERVICES a` e / 1 5 A&M&MM #18. SECTION H - STATEMENT OF NO BID Page 31 of 31 NOTE: If you do not intend to bid on this requirement, please return this form immediately. Thank you. [Pinellas County Purchasing Department 400 South Fort Harrison Avenue, 6th Floor Clearwater, Florida 33756] We, the undersigned have declined to submit a bid for No. 156-0261-B(LN) for Pipeline Maintenance & Repair Services — Poly Pig Cleaning Specifications too "tight', i.e., geared toward one brand or manufacturer only (explain below). Insufficient time to respond to the Invitation to Bid. We do not offer this product or service. Our schedule would not permit us to perform. Unable to meet specifications. Unable to meet Bond requirement. Specifications unclear (explain below). Unable to Meet Insurance Requirements. Remove Us from Your "Notification List' Altogether Other (specify below). REMARKS: We understand that if the "No Bid" letter is not executed and returned our name may be deleted from the Bidders List of Pinellas County. COMPANY NAME: Io7_VA11114 SIGNATURE: TYPED NAME OF ABOVE: TELEPHONE: FAX: EMAIL: PINELLAS COUNTY PURCHASING ITB - SERVICES RaqeEWWW485 Agenda Item $18. 2 0 / � LUU �« �0 0z rnFA <LUE In LL L) qCL* LL b�q LLJ�k �kZ 2-D 0 zz �R � $ LLJ 0 O O z O U F \ LU @ \ E M » IT �b % c % \ a ƒUl O2 \Qo LLI 27\ Iic LL0\/m O // 2Lu ®< g \ a %« C),- 0 . 9'§a n «' L j n \U) cr- Lu 2LL2M-i / a, C- ZS- o nb\ =oGm o F ='± =m=w pz=L \ K § 2 Page 358 0 485 Agenda Item #18. PROFESSIONAL PIPING SERVICES, INC. The Piping iystern, Cleaver ,tg Specialists Certified Underground Utility Contractor license No. CIJ- 05h717 REFERENCES Marion County Utilities 601 SE 25" Avenue Ocala, FL 34471 3,094 ± LF X 6„ 3,773±LFX4„ September, 2014 — Eric Love 352-438-2382 Pinellas County 400 St. Ft, Harrison Ave Clearwater, FL 33756 Annual Contract Various sizes and lengths 05-11— 05-16 — Lucy Nowacki 727-464-3766 City of Ormond Beach PO Box 277 Ormond Beach, FL 32175 2.1 miles X 10" 1,1 miles 12" August, 2014—Jim Davis 386-299-9747 City of Lake Wales PO Box 1320 Lake Wales, FL 33859 2,400 ± LF X 6" 20,046 ± LF X 8" 16,896tLFX10„ 6,336 ± LF X 12" July, 2014 — Randall Britt 863-678-4114 Manatee County PO Box 1000 Bradenton, FL 34206 12,200' X 1" May, 2014 — William Elmore 941-795-3411 P O. 13ox 7S37, Wesley Chapel, Florida 33545 E-mail' ppsincCitainpahay.rLcnm 'Pelephnno (81.3) 994-0032 (800) 780-6098 FAX (818) 9G7-0902 Page 359 of 485 F. I y ' r." }'< '� r � ry � 'u1_ �.1 � _ •. �"r. r*,r." 97y',�,ik� „[�,3'µ'Y.'.�'�c,�'<. .. �v 1 "x � +"'�:,?' �. , Ry..,; � ,.- ,.•rl,�c, *1 Irb'i 111 zzs t I' �x i; P-4 r. 4;L 31 y LW � I . . '�_SE t�e� NY�f.S_.i.,�,5r�:5�-,.:;.ti:,�+6,..�.r5]::..t.�.i+h]%,:•. .'�. ;4����',�.d��,r, 'u��.','. •:w,s. %r� �.� _t�� .�f a'`r a�.��"r .: - �` �}" If:! i A Z tu cn IS i'll ts 57- --s Al 3>1 . 0 I r ".-MUCTrIp, ol..�Zlrw ""- M il I -An. EM "I LT&U5,4121"llor �'1,4 -Z EM ,;' � 4jpf, ' h� ! � .. � �';`�_. �','Y' . .. �.. _ � Uzi -" "'�. ��� '-�'.*#T7' ,r !.1 :k._ ':Y:Y ' a'�."' �`.`" r�•�'�'� '�_.• .,. _ � � y �,F' r Y'" w.} } .,r Y4 Nt ,. Con S. LP IN CN uI i€ �. Vie: 1 r * 3'Ail " r-all3 ' MALL Agenda Item #18. PHOFIESSIONAL VIFING 9EFtVICES, INC:. STATEMENT OF POLICY ON EMPLOYEE SUBSTANCE ABUSE TABLE OF OON7ENTS A. INTRODUCTION B. SCOPE AND REFERENCES C. CONFIDENTIAUTY AND RECORD KEEPING D_ DRUGS AND EMPLOYEES TO BE TESTED E. NATURE, FREQUENCY, ANID TYPES OF TESTING T_ Job Applicant (Pre -Employment) _ Routine Fitness for Duty 3. REaSonable Cause (Suspicion) 4. Post-AccidurMt 5. Return To Duty 6- Random Selection 7. Group F NOTICES 7. General Notico 2_ Individual Natic,e _ Summary ... and Consent G. EMPLOYEE ASSISTANCE AND CONFIDENTIALITY H. CONSEQUENCES OF UI01-ATING POLICY REQUIREMENTS 1 _ Possession, Trafficking, Conviction . Refusal To Test 3. Positive Test Results 4. EAP and Rohabilitatiorr J, SPECIMEN COLLECTION AND TESTING 1. Preparation 2. collection Process . The Laboratory 4. When the usual Collection Sites Cannot be Us(,d K. TEST RESULTS AND THE MEDICAL REVIEW OFFICER L_ APPEAL NOTIFICATION RESPONSIBILITY M. EDUCATION Page 365 of 485 Agenda Item #18. 7A f ;MENT OJ`- P10LJ0Y 10hl CMPL6VE!l± CU09TANCE .a DUCE PROFESSIONAL 1 `IPING SERVICES, INC. A. INTRODUCTION The Company acknowledges th8 problem of abuse fn our society and considers it to be a serious threat to our employees, custorners, and the public, Thergfore, we are addressing this problem by endorsing a drug free workplace policy ;which promotes health, safety, and quality work performance. The unlawful manufacture, distribution, possession, dispensation, or ust; of a controlled substance is prohibited in tha Company's vvorkplacQ, vehicles, and work sites. Actiorrs alp to and including termination of UMPIUVMerlt will be taken against employees for violation of sk,ch prohibitions. The Company will maintain screening przjctioes to identify employees who use illegal drugs. it shall be a condition cif cotltinued erilploymenl for all enlployees to sul;riTlii to drug tasting as outlined in this policy. An employee must report her or his criminal conviction involving drugs in the workplace to the Company within 5 day5 of that conviction - A successful drug -free workplace program also depends on Iiow well irrforrned our ernployees are of the hazards of drug use and oil the availabifity of assistance: for drug users. Equally impartartit iq the assurance to employees that personal dignity and privacy will be respected in maintaining the Company's gaaJ of a drug -free workplace. Therefore, this program provides for. employee assistance; ecfocatien; and idantifiCution of iflegaf drug use through drug testing on a carefully cantrullud and roonitored basis. The Company understands that employees and job a;-aplicants under a physician's care may big roquired to use prescription drugs. However, the legal use of prescription or over #hE* counter drugs is permitted on the jolt only if they do not impair the employee's ability to perform the essential functions of the job and in a manner that does not endanger hurfhis safety or tfjat of other individuals in the tivorkplare- Abuse of prescribed rnedicabon will bo dealt with in the same manner as the ahu�ie of illegal substances. We would like to anr..ourage, those who misuse drugs and alcohol M seek help in overcoming their problem. R. SCOPE AND REFERENCE This plan is in ai.cord2rioo with the appropriate States Jaws, irioluding but not limited to the Florida Workers Compensation FS 440 Drug Free Workplace Program , C. CONFIDENTIALITY AND RECORD KEEPING All drug test results, irtforrnation, interviews and reports, written or otherwise, received by the Company via this drug testing Program are cor>fidontial communications and may not be used or disclosed in any public or private proceedings, except in ar c;ordanice lraith grid in determining compensability under State Workers' Compensation laws. Access to records shall be strictly controlled. The Drug Free Program Coordinator shall maintain all records and reports in a secure location and strictly controlled. These records wilt not be made part of the individual's personnel files. The legitimate indiviticial privacy rights of an erployee warrant strict limitations on the availability of an employee's drug testing results and rehabilitation information. The release of an individual's drug testing rosults and any irJormation about the employee'& rnhabilitation program is permitted only with the specific written consent of the individu;lf involved. This inforrination, however, must be released 16 the ropresentative of a Federal or State agency upon request as part of an accident investigation. Statistical data related to drug testing and rahabfii"tion that is not narnu--ipacific and training records rnust be made available to the rupresoritative of a Federal or State agency upuri request. SOP - 1 Page 366 of 485 Agenda Item #18. 0- DRUMS ACID EMF•;-6VC6S TO »r TES`7l-.15 All employees are subject to the testing requirements of this policy. Thee drugs far which they wwiIll be tested are listed in appendjx S. E. NATURE, FREQUENCY. AND TYPES OF TESTING 1. JOB APPLICANT (PRE -EMPLOYMENT) An applicant who is offered erployment or contracted for emphoycneiix shall submit to drug testing. The Corn paoy rrnay nat hire or contract for the +ase of any person iis an employee unIas& that person passes a drug test. 2. ROUTINE FITNESS FOR DUTY The employee will be drug tasted at the timo of a routinely scheduled fitness -for -duty medical examination if such examination is required by the Company. 3. REASONABLE CAUSE (SUSPICION) When there is reason to believe that the employee Firs uu of drugyq in viahation of tho Cornparny's policy, that employee must irtnmediately submit to drug and/or alcohol testirlg. The decision to test wiJl be based on a reasonalble grid iiaiculable belief that the employee is using sa prohibited drug on the basis of specific, contwnporar7Oous physical, buhaviorair or performance indicators of probable drug use, to include arrest or conviction for drag related offenses. The witness or witnesses isripervisor or other company affic;iall who make reasonable cause testing determinations shailr within 24 hours of the observed behavior, detail in writing and sign: the circumstances which forrrfed the basis of the detormination. 4. POST -ACCIDENT In the event of an accident as defined by Werkers' Compensation, if tine employee contributed to, caused, or was involved in an accident, the employee must submit Lo a drug and/or alcohol test as soon as practicable. Due to the physical location of any potential accident, the Company may test employees jnvclvi�d in tine accident at en available specimen collection site as Iorig as the collection process is in accordance with the appropriate procedures. 5. RETURN TO DUTY - FOLLOW UP a. All past employees Vvh0 vvish to return to duty after groviausly taking or refusing to submit to a drug end/or alcohol test must submit to and pass a current drug and/or alcohol test and be suhfecl to the Company's policies on such in i3tj:ers, hn. If art employee in the course of employment enters an EAP, counseling, rehabilitation program for drug or alcohol related problems, she/he must submit to drug and/or alcohol testinrd as a follow dap to that program. The schedkiie for follow up hosting will be quarterly for a 2 year period after completion of the program and the employee wilt not be Given advance notice of a test date- 6. RANDOM SELECTION Specific percentages of all employees or certain safety sensitive occupations may be tested annually based on random selection. The total number of random tests during any 12 month period will equal at least 25 percent of the covered employees and will be spread reasonably throughout the 12-month period. The random selection procedure will use a cprnputer-based number generator that is rna[rhr;d with an employee's social security number. This random selection process will ensure that on each occasion each covered employee has art equally statistical chance of being selected for testing. 7. GROUP TESTING All emplayees or certain safety sensitive occupations may be temd, x7 a group, throughout the year on Ein irregular and unannounced basis. This group testing process will ensures tlnit nn each occasion all covered ernpJoyees are selected for testing- SOP - Page 367 of 485 Agenda Item #18. F. NOTICr� GENERAL NOTICE A general notice announcing the DrLrcj Free Workoluce program. this Policy, and it's appendices oil Drugs Screened for, Connmoo Medicat�nos which affert Drug Testing and EAP Resaurces are posted in conspicuous work location?s. A notice will also be on vacancy announcements and posted for job applicants to view. 2. INDIVIDUAL NOTICE The One. tkriet Qen$ral notice aanouncing Che testing program is provided to all currf)nt employees, prior to the implementation date of the Pragrerrn, oxpleining tl7at the +.ml)Ioyee's position wiJI be subject to testing no sooner than sixty (60) days Following tho rtotic�_ 3. SUMMARY ... AND CONSENT Each job applicant and employda shall be asked to read and sign a SUMMARY OF THE COMPANY'S EMPLOYEE SUBSTANCE ABUSE POLICY ANO CONSENT To BE TESTED form. If the employee rei`us+s to sign the SUMMARY— AND CONSENT form, that (JM()loyee's supervisor shall rote on the form that the employee received the form but refused to sign it. This SUMMARY ... AND CONSENT shall be tiled by the Drug Free Workplace Program Coordinator. An employee's failure to sign the form shall not preclude testing that employee, faking disciplinary aution, or otherwise affect the impfernentMion of this policy. G- EMPLOYEE ASSISTANCE AND CONFIDENTIALITY The Company encourages Employee Assistance to preveilt and resolve employee drug use by. J Pmviding educational mnteriafs on drug use is ;ucs, providing employees an opportunity, with appropriate assistance, to discontinue their drug use; ❑ assisting supervisors in confronting employees who have orl-tho-job drug or alcohol rel�tod problem$ and making referrals to appropriate treatrnimt and reJ,abilitative facilities; and L3 f0flo ing-up with individuals during the rehabilitation period to track their progrps>s and encQurage suf.r:essfuf complofinn of the program. An EAP provides confidential assessments counseling, and referral for the erT phiyets whose druri and alcohol related problems are irkturfering wvilfr their job performt3nce. No information regarding the nature of the: parsnnal proWern will be made known to the supervisor without the employee's authorization 17or wiJI it be included in the emp.Inytro's personnel file_ If sn EAP referral to arr OLltslde raha✓-rrlitabor) or treatment program is necessary, the costs of such outside services are the orrtpJoyee's responsibifJty, Hi)vvevur, these costs mom bfj covered by the employee's health insufance_ Work need not be interrupted if the treatment iB Nhort term or acromplisfied on an Outpatient basis. If a leave of absence is necessary, it vvould be coordinated wiril the Program Coordinator. Parbuipation in E7n EAP will riot negatively affect the employee's future carter advancement or employment nor will iY protect arl employee from disciplinary action if drug or alcohol FeJated problems continue. An EAP may lie used in conjunction with discipline, not as a qubstitute fnr di5 ipiine, An EAP Counselor can be contacted directly by the before it interferes 411 job perfrrrrr7ance. Otherwise, a dFug test and 60 invWuriti)ry referral to an EAP_ employee, hopefully before drug use is discovered or the supervisor may re(?Lrire the: employee to submit to Local facilities are listed in Appendices I arid J of this poJicy (copies art posted ). An EAP also maintains a resource Pilo of community providers of alcohol and drug abuse prOgrarns, mental health Pfiwlders and various other pwsons, entfties or organizations designated to assist employees_ BOP 3 Page 368 of 485 Agenda Item #18. Ii_ CCIN5ECI,JENCES OF VIrJ�AYING' POLICY REQUIRCMICHT.9 Any employer; dutormined to be in violation of the requirements of the Company's Drug Free Workplace Program as presented in this Employee Substance Abuse Policy will he subject to disciplinary ac-tion as ouvirlod in this sartiorl. Disi ifpjinary action may include the fallowing measures, CI Change of ditty assignment. ❑ Suspension with or WithOLIt pay until successful Completion of EAP and/or rehabilitation for drug andior alcohol related problens, ZI Termination of employrner7t. 1. POSSESSION, TRAFFICKING,, CONVICTIOAI The Company will notify the appropriate I�iw 9rlior(;er'nent agencies of any employee who brings illegal drugs onto the Company's pnr rnisos or property or has possession of, sells, attempts to sell, or traosfors any form of illegal drug while on Company premises or conducting the affairs of the Company. The employee discovered engaging in or criminsliy convicted of such activities will be subject to disciplinary actions. 2. REFUSAL TO TEST n individuat's refusal to submit to testing as prr?sented in the NATURE, FFtE701JENCY, AND TYPES OF TESTING section of this policy will be handled in the following manner. a. A job applicant will not be hired. b. An employee Will be. sr+bjK,1 to suspension, or discharge. if tyre refusal occurs post -accident th(i employee may also forfeit his or hur uIiigi'bility for Workers' Compensation related medical and indemnity benefits. Attempts to alter or substitute the specimen provided by the individual will also be dearned a refusal to take the drug test whan required. 3. POSITIVE TEST RESULTS All iJldividual's POSITIVE drug test results will be handled in ttrc foJlovaing m3riner; a. A job applicant will not be hired. D. Ail employee may be suspended, Ckischarged, or refwred 10 the EAP. It not discharged, she or he wvill be removed from any positiur} in which the emj)]Clyd cU alight c;urtrprojniso herfhis own safety or the safety of other OrrlpJuyees until such time as the employer r€ueives a determination from the EAP. o, If the positive test occurs post -accident the employee may also forfeit his or her eligibility for Workers' Compensation rolitad rrledicat and indemnity benefits. 4. W AND REHABILITATION An employee assistance program fEAP) and reh4)ilitation are linked to tha consequences of violation Of the Company's drug policy in the following vvays' a. The Company may refer an employee who has a positive drug or alcohol test result to an EAP to determine if the employee is in need of and can benefit from a rehabilitation prograrn, and to monitor the employ e's return to work after rehabilitation_ b, The Company shall initiate discharge pros -endings if the employee refuses to obialrr rounseiling or rehabilitation as may be roquirud, c, The Company shall not discharge. discipline, nor discriminate against an employee who voluntarily refers her/him self to ar« EAP or rehabilitation peograrrk for drug or alcohol rolated problems provided that the errrpJoyee has riot proviously tested positive for drug 4,sr.r, untored an EAP for drr,g ratated problems, nor entered an alcoW lr,d drug rehabilitation program. SOP-4 Page 369 of 485 Agenda Item #18. SPEGii1AEN CbLLECTION AND TESTING Job applicants and current employees will be required to sign prog�-srn surwvory ofrd uunsant forms Employees and job applicants wilt gave an opportunity (before and after hAng tasted) to cnnfidential[y provide information ahaurt current use of prescription or nonprescription medications. Employees and job applicants have the right to consult the tesjfng laboratory and the Medical Review Officer for technical information regarding the effect that their prescription and nonprescription medication had on the test results. Appendix B is a fist of the most eornmon medications which rniv alter or affect a drug test_ 1. PREPARATION The individual will be provided a standard specimen Chain of Custody form for use at the collection site_ He or she must also }provide a picture ILA or have a supervisor present_ 2. COLLECTION PROCESS The Compai)y uses one or more secure coflection sites equipped with all necessary personnel and equipment to provide for the collection securfty, temporary storager and transport of specirnons to a certified drug testing laboratory. No unauthorized pursons will be permitted in any part of the collection site whon specimens are Collected or stored. Collection procedures will allow privacy unless there is a reasurl to belikrva that an individual rrray alter or substitirte the specirriorl to be provided. The caliection site personnel will take steps to ensure that a specimen is not adulker,�tod or dilated during the collection procedure_ The collection site person will arrange to ship collected specimens to the drug testing laboratory. The collection situ person will arranuo to ship collected sperimorls. to the drug testing laboratory. . THE LABORATORY 111a laboratory tide# conducts th(: tasting is AHCA Meridal or SAMHSA approved. The testing consists of an initial screen and if positive will be confirmed usi:ig mass spectrometry/mass spectrometry or gas chromatographyimass spectrometry techniques_ The laboratory is required to report test results to the MRO within are average of 5 working days after receipt of the specimen by the laboratory. Test results will be certified accurate_ 4. WHEN THE USUAL COLLECTION SITES CANNOT BE USED The Company will ensure that the substitute coNection personnel have appropriate procedures, instructions, and training. K. TEST RESULTS AND THE MEDICAL REVIEW OFFICER An essential part of the Company's drug testing program is the ,-medical review of the test results_ Before a final determination is made that a positive drug test result indicates Illegal or prohibited drug use, a final cheer is perfnrmed by a Medical Review Officer, referred to as the MRO_ The MRO is a licensed physidan who is knowledgeable in the medioal arse of proscription drugs artd the pharmacology and toxicofogy of illicit drirgs. T. The M R 0 receives test resuits directly from the laboratory aPid reviews them be'f0re they aria reported to the Corrkpany. The MRO may require rearialysis of the specimen W determine the accuracy of the reported test result. The MRO will ONLY report test results to the Company's prograra coordinator. The MRO can only indicate whether the test result was negatives positive, and which drug was positive but not the quanttty, SOP 5 Page 370 of 485 Agenda Item #18. U- VV#icn the teal rr.*ull is CONFFRM�0 putsitivc. the MRn will attcmPt to cc,ntaor *hc omployao for an expienation, conducts a medical interview with the employee, 4and reviews all medical records made available by the employee to determine if the positive test resulted from IegL4y prescribed medication. Jt the employee does not contact the IVJRO wfthin 5 daysr the MRO will declare that the result is positive, 3. The MR0 reports the final deterrrlination to the Company as positive or negative. Within 5 days after receipt Of a Positive test result from the MRO, tho Company vvfill inform thL, ompfoyee in {writing} of the positive test results, the ConSequenrySr enri the ernployee's options incJLlding the right to fife an adrninistra#ive or legal challenge. If requested, the employee will be given a copy of the test results, 4. An ❑mployee who receives a CONFIRMED positive dr4ig test results may expfain or contest the result to Th9 MAO within 5 working days after receipt of written notiiii�atiorr of tho positive test result. ff tiie explanation or c,,h@1ler[ge is unsatisfactory to the Corrpany, the Company will explain to the employee {irr writing) why the employee's explanation is unsatisfactory. Tho job applicant or ernployoo may further contest the drug test result pursuant to proeedtjres adopted by the appropriate jurisdictional authority, 5. Flo later than 180 days iFlorid a� after receipt of a confirmed positive test result, en employee may svbr'nit a one time written request to the M R0 for retesting of the same speciirnen by the original laboratory or by a second laboratory that is licensed and approved by the approprjmc[ State, The employee small pay the costs of the additional test and all handling and shipping. See Appendix G for the Compfete Medical Review Officer procedures - See Appendix H for the Our Medical Review Officer, L. APPEAL NOTIFICATION RESPONSIBILITY An errlployee or job applicant who undertakes an adrnini�;trative challenge to drug test rasults pursuant to State Jaw or through a court of competont jurisdiction, must so notify the testfng iaboratary so #hat the laboratory retains the sample until the case or administrative appeal is settled. W EDUCATION Substance abuse, whether on or off the job, can impair the abiiiTY of employees to safely operate motor vehicles, machinery, and perform other duties. It can bring great harm to tho user's follow employees, employer, family, and other members of society- AJI employees, supervisory and non-supprvisory, are encouragCd to acquaint themselves with the available educationaJ material which vovt3rs such topics a$. the signs of substance abuser Including general indicators, specific indicators; the characteristics of alcohol and drugs; and cominurlity resources - $OP r 6 Page 371 of 485 Agenda Item #18. PROFESSIONAL PIPING SERVICES, INC. STATEMENT OF POLICY ON EMPLOYEE SUBSTANCE ABUSE APPENDIX B SECTION D - DRUGS TO BE TESTED FOR 5 Panef Drug Sr-reen Hallucinogenic PCP Marijuana Cc)caine etham p hetarn inesf Am p heta rain es Opiiate5 Page 372 of 485 Agenda Item #18. PROFESSIONAL PIPING SERVICES, INC. TAe Iping System Cleaning Spedalists Certified Undergrownd Utilit , Contractor License No. CU-0055717 Rid #156-0261-B(LN) Bid Title; Pipeline Maintenance & Repair Services — Poly Pig Cleaning Documentation of equipment, (auxillary centrifugal pumps and high pressure water jetting equipment). Gorman Rupp 6' self priming centrifugal pump diesel fuel — Serial #16C20-F41 Detroit Diesel 6" centrifugal pump diesel fuel Gorman Rupp 4" self priming centrifugal pump gas fuel — Model #14D52-CH23-SJG Deutz Diesel4" centrifugal pump diesel fuel Harben high pre ssu re water plaster d ieseI fuel 5,000 PSI Gorman Rupp 18 HP fire pressure pump gas fuel — Model 4624D1-42-S/G P, 0. Bux 7837, Wooky Chapel, Florida 33545 E-mail: ppsincCaetampabayrneom Telephone (813) 994-003 (800) 780-6098 FAX (813) 907-0902 Page 373 of 485 Agenda Item #18. ForaiWM9 Request for Taxpayer dive Fount to the requester. Do not (Her. L'ec--.C-P Troa01 Identification Number and Certification send to the IRS. Ceo�r:ric1�- C- PC TYC2su^V Intem=_' F,exenje SEfv ce 1 N LI no (iS g-rjwr pr �pt.r in; nine tax ,etum}. Name is recui•ad on this line= do riot Icavu 00 line Altar <- Professional Piping Services, Inc- HUSU1Cgg 1r7i-m plgfe.gnrded antRy rarra. if different from above '3 Crack app oprlal e 1)0x rpr r ederal tax dass'rfir atbn: check only one of txa ;;t!vc!,1 t lxec: 4 rxempllans;codes apply only to uartain ci itities: i'01 Indlvlduels; see ❑ Incrhidual?scla p apriato• or n C Gwpcfalioii ❑ S+;o l>u' IIrx7 ❑ rartrr3rship ❑ Trustyestatc ilstrructicr� on page 31; single-memoer LLC rx{�fhpl payee code {'rf any) ❑ Lirri&d I a.bili ly <:;,rnpally, Fnter the tax classitoaiion {C=C cc,•por:ticn, S=S co. pwatkin. v pA VK!,."hif4 11- Note. rUr a, gingle-nfsnher _LC: -hat is disregarded, eo not check LLG; check Ifx apprppYi;i'f Lox In the line above for Exemption frorn rAT' A repnrr ng the tax class,ficaiiori of tie sir•,�Ir-mnipb.Y mdrwzr. ;xado (il anv} Orher (gee ,nstr if tlnnsj ► orf..Ks ro cMa nh R=LKarna a "tl v US! 5 Address (rmn,bor, s lrpei, am) ant- or sr. rte no.;. Re Lie re 's name and address (opti,nal} PO Box 7�37 6 City: state, and ZIP 600w Wesley Chapel, FL 33545 7 List acccr-rit r•umbcr:s) Ilon; (or Identification Number Enter your TI N in th e appropriate box. The TIN prDyid ed m List rr atch the parr a givurl on I ire f to avoid F.00lal security number backu p wlthn ld sa.lia - Fa: ietor, r s, this is gee erallyentity, see tlr a cial security number (Sa hf However, for a - M - � resident align_ sale proprietor, or disregarded entity, see the Part I instruction4 f}n aaga 3- For other entities_ It Is your employer identification number ?ElN)If yvt. co not have a numtrer: sad How *0 ga: a T?f on page 3. Or Note, I!f the gar aunt is irl mare than one name, sc2 the instructions for 1.n9 1 and tha char* Cn page 4 for Employer 1i;lentmcatlon number guidelines on whvgr� nurnbar to enLer. 5 9- 2 5 2 3 1 8 13 C-ortification Uhder penalties of perjury. I certify that, The r)Lmbor sriown on this form is my correct taxpayer idamificat;on rumber far I a-n waiting for a nu -Tibor to be iSSLed to rnej; and 2. 1 am not sub ec- to backup withholding bacat se: {a} I am exemp-from backup wlthhofcing- or (b] I have not Veen notified t?y thD Lgtsrnal Revenue Service (IRSj that I am subject to backup with hf)ldimg as a result of a failure to repot all interest or dividend4, Cr (0) the IRS nay rin'ifiad rna that I arl no longer subject to backup with hold irg; am, 3, I a,m a U.S. cltlzen or other U-S- person tdefined below}; and 4, The FATCA code(s,- entered on this form (if ary} indicat,ng that I am exampt trorn FATOA reporting is aarract- Gert'rf-ication irrstruetkm& You must doss out item 2 above if you have been notified by the IRS tFat you sra cLrrently subject to backup v%, ithholn, ing t,,apFl,,Se you h9ve fallea to report al l intcaest and d iyic ends or your tax return, For ,eal estate tranrsat io)s, item .2 coos not apply. For mortgage i.nterpm Laid, Requisition or abando .mc-it of secured property, cancellation of debt, contribJtipm3 to an irdivid.,al retirement ar.,angement (IRA;: and generally, pEiyrr rrr its ouiur thin in cst ana dividends, y not required to sign the oertitication, but you must provid a your correct TIN. See the instruct'ons on payr< 8. _ .21ul• Signature of 1 Here U.S.pemon► erneraI Instructia is �3r�_M inn 4�ffeCeS are ro :he Internal REA erne Code unless c-herr ise noted. Futuna deuelopmcntx, I nlormulio, i abotil UeUek7pmenl t a'f�-4Ynq honn W-9 (such as legislation enacted after we release it} is at ttwm irn v.1.1-Ae. Purpose of Form An indiv dual or F.�rtity (rorm -9 requester,' v trD 's required to f.le an �ift,rmaticx7 rixit,ri with the 1190 intltt az alr yni it efxrect taxpayer den-i; icmion number (TI U+ v hbn may ba your social security rr-jmL*r {554, irAividual hixpaver denrlfloarlon nomoer;I 1 IrA, ariopt,on taxpayer idemificatior numoer {ATINj, cr employer identifi .tbn number (LIV}, to repart ern an In`crrr�tan feturn trw amount paid to you- or ctner amount reportable cn an inftxmation return. Eyaii nplo* of iniprmal On re-tirre%s Inclune, hu- afe not IlmRec to, the follfmi,ng- • Form 1099 INT ;iriton;gt 00100 or paI0 • Form 1069-d151 (dvidands, including thoae'ram stjukt cr mutual IuMs) + Form 1099-r•119C h arious types of income, prizes, awards- or TOES proDaeds • : orn,1CGr9-B ,saock ur iJIUL.0 .l fund gale3 and Certin pore' -mansaftlons ay brokers} + hyir 1Q -0 fprutxeflq from real estate wansaauonsj • Fora. 1 CGO-K (merchant card are; Fhird pW ly ricrwora Ian aCl ipi147 D�tc✓w !i./ " rorm 1 Og6 tt'ome. mortgages Interest], 109-E {sAiderat loan in-.orCsQ.. 1 0W I (tuition) • Farm 092-G (ca.noelad cetrt} . 1 pnn ' ;19y-A 'a :qu-.ghIon or aoandonment of secured prupcxly} UJ .e nfm 1r1-9 only r you are a U.S. person Vmlueing a resiccr)I alien], 10 provide your correct TIN. iyyou do notnnu n Ferm'01-9 tv big requm+ ry sriM a TYN. F'Y!i r eahtbe subject fo !tics ,yjf,' ;'loidla - S8e vw,.yr;s backup wfthWd;r.9? on page 2, By aigning the filled -out form, yuu: 1- Certify that me TIN vcu are giving is oorrec; for you are waitinq for a numbs, io be issued), 2. Certify that ycu are not s-ibieci tU tja,Wp wlthhokl.ng, or 3. Claim exemption from backup withholding if yeu aria a U.S. exempt "Yee- If applc:a.ble, you err: also CCrliiyillq mar X9 a U.S. person, your allocable share of any par'nerahip .nmma from a U.S- irade ur busir,-ss i5 not subject to the a,l-hh,nlding tax an foreign partners' share of effectively amnuutod Income, and A. Ge-tify ttAt FATCA codo(S} oni6,red on this fzrfn (if any) indicating that you are exempt ffom tine FATGA repering, is correc 1..';L' : WjA e +S M I C' 4 r con'f ig? on r;asiu '? 'or I rirl her Inrnrmatlun. Cat- Vo. 10231K Form W-9 (Rev. 12-241.1) Page 374 of 485 ; . ., IIA15 T. �' � ,F�'1:r'F. -' ' ��ir' - 05/10 /16 PRODUCER THIS CERTIFICATE IS ISSUED AS A UATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIRGATE oakas a Am a ociatai insurance HOLDER, THIS CERTIFICATE DOES NOT AMEND, E3C[7=NO OR 4111 I.mud O' Laken Olvd. #108 ALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW. Land O" Lake* rL 34639 COMPANIES AFFORDING COVERAGE COMPANY PJamNo. 013-996-4tli Fmoiq. A Southern Ownerx Xiaw=ancs Co. IM L RED i' DMIPANY B Auto Ors Insurance Co COMANY C Southern Croas Under itev8 Professional Piping 8erv.Inc. Roger X. Cimhorn P.O.Box 7337 laphyrhille FL 33543 p .... 7141I3 LS TO CERTIFY THAT THE POLICIES OF MLPANC€ USTED BELAY! "Avg SEEN ISSUED TO THE INSURED KWIM AHCVE FOR THE POLICY PERIOD INDICATED. N0yWrrIH3TANDING ANY REi)UIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER ❑DGUMENT WITH RESPECT T4 YMICH Tm CERTFICATE MAYBE WU16UORWAY PERTAIN, THE NNSURA►ICEAFF0RJ= BY THE PDUCIES DE$CFLBEO HEREIN 18 &JRJECTTOALL 7HETERMO. MLUSIONS AND C0r11T1DNS OF SUCH POLICIES- LIMIrT9 SHOW!# MAY AWE SEIN REGUGI=o OY PAID CLAW LR TYPE OrINSLIRANCE POLICY NUMKR PDATEY���TvE 'PDLCYEI�IRATION LWrrS S i P Y) G IUMLWWILITY GE►IET+IALAmREGATE i2000000 A R CD69AEWALGENEROLLMUTY 122312- 07377967 01/11/16 01/11/17 PRouucTs-cowmvA(4O s2000000 cLAIIeswm ® OCCUR PERSONAL RADVIrULIR1' $1000000 OWNER'95&C0h1TRJkCT0R'5PROT 31000000 04HOCCURRENCE iC =13, BF PD FIREDAJW -,F!( Meflre� $300000 ContractxTal.l AI DE" VjW one Demon) S 10000 $ WTCAMILE LIl M-n Y f AHYAUTO 95-433-991-00 11/02/15 11/02/16 cOaIBINEDSw6LELIMIT # 1000000 7C l 9110ILT IN my IPItf wwfw 6 ALL OWNEE AUPT $ scroEDelLEa Auras K 7C BODILYWiRY {Pera�oidmt} HREDAUTOS HOW-OWMEOAUT PROPERTY DAMAGE S OMME LLABIUTY A LI7QONLY-EAACCIDEW OTHER THAN AUM ONLYv_— AWAUTO EAOHACCI)ENT S AGGREGATE 5 EXCM LIABILITY EACH CGUORREHCE S 100000D AGGRECaTE $ 1000000 A RMmPm AFORM 46-790-591-00 03126116 03/26/17 5 OTHER TKAN UNRO L n FQFDA WnRKEFLBCOMPE"TIONMID T RYA w EMPLOYERS' LU4BILITY �1= LEACHAWADEMT . i 500000 8 THEFWPRIETnw IINcL f'ARTNRRSMXCUTWE CFFICERSARE� EKrL 031712-20262791 01/01/16 01/01117 ELMEAaE-POLICY LIMIT 1500000 — EL=EASE-EA EMPLOYEE i 1500000 OTHER C G27894100001 09/01/15 09/01/16 Contracts 2000000 OCC Pollution 5000000 AM R FWN OF OPERATMAIS&OCATIONSIVEWLEWSPECUIL ITEMS R TI....ATE...... El? ::::::::::.:....:.:.:.. ' . ................... .... . ? A1lIiIL}t# = - - - .......... - ... . PINZUTI MJOLIWAWOFTNEAWNEDE3CREMVOuDA9SBECANCELLED GUORETHE E][PIRATMm i)AfiE THEREOF, THE I36IpN1O COMPANY WILL ENDEAVOR 70 MAIL 30 PATSWIRTnEN NOTICE TO THE CERTIF TT P KWEDTO THE LEFS, Pinellas Co=ty Utilities 400 9. Fort Harrison Ave. I MAIL SW' ICE LLIMF♦i E L 7IOMORLIKI&ITY �WKIND Clearwater FL 33756 LATHE F NTRRE ENTATNES ALiTF9d ED REP SE um �' 4. ±". -: ktp�J:C R�TIW1W:::: � Page 375 of 485 Agenda Item #18. DATE: February 24, 2021 Professional Piping Services Inc PO Box 7337 Wesley Chapel, FL 33543. ppsinc@tampabay.rr.com Pinellas County DEPARTMENT OF /WMINISTRATIVE SERVICES Merry Celeste, CPPB Division Director Purchasing and Risk Management CONTRACT TITLE: Pipeline Maintenance Repair Services - Poly Pig Cleaning BID NUMBER: 156-0261-B(LN) To Whom It May Concern: Our Contract with your Company for Pipeline Maintenance Repair Services - Poly Pig Cleaning for Pinellas County contains a Term Extension for an additional twenty-four (24) months. Referenced contract will expire on June 22, 2021. Please advise if your Company wishes to extend this contract for 24 months. We will allow contract for a price adjustment in an amount not to exceed the average of the Consumer Price Index (CPI) for all Urban Consumers, Series Id: CUUROOOOSAO, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100. The previous terms, conditions and specifications shall remain unchanged subject to funds availability, approval by the using department, and the County Administrator. Please reply to this letter no later than Thursday, March 4, 2021, before close of business. In addition, please include an updated insurance certificate. If further information is required, please contact me at (727) 464-4123 or via email at brwilliams@pinellascounty.org PLEASE ADDRESS REPLY TO: 400 South Ft. Harrison, Sixth Floor Clearwater, Florida 33756 Phone: (727) 464-3311 FAX: (727) 464-3925 Website: www.Dinellasoountv.ora/Durchase c Page 376 of 485 Agenda Item #18. Sincerely, Bryant Jasper -Williams Procurement Analyst Coordinator [/Yes WILL EXTEND ❑ No WILL NOT EXTEND i Authorized Signature: Name & Title: na59,r (Print/Type) Page 377 of 485 Agenda Item #18. EXHIBIT B Page 378 of 485 Agenda Item #18. PROFESSIONAL PIPING SERVICES, INC. The Piping System Cleaning Specialists Certified Underground Utility Contractor License No. CU-0055717 June 1, 2021 Mr. Litteral, Per our Quote #1120-2950, dated April 23, 2021, Page Two, Professional Piping Services can offer the following for use for the cleaning of Wells #18, #19, #20, #7 and #8. As the result of open and public bidding for piping system cleaning services, Professional Piping Services was awarded a master purchase agreement, purchase order #234068 with the Pinellas County Purchasing Department, REF: 101-0146-M (RM), contract period 06-23-16 - 06-22-23, contact Mr. Bryant Jasper Williams, 727-464-4123. It is our understanding that such contracts can be "piggy backed" or used by other public utilities for the same contractual purposes. Pending renewal of the contract. P. O. Box 7337, Wesley Chapel, Florida 33545 -E-mail: ppsinc@tampabay.rr.com Telephone (813) 994-0032 (800) 780-6098 FAX (813) 907-0902 Page 379 of 485 Agenda Item #18. EXHIBIT C Page 380 of 485 Agenda Item #18. PROJECT WORK AUTHORIZATION NO. I WITH PROFESSIONAL PIPING SERVICES, INC FOR POLY PIG CLEANING THIS PROJECT WORK AUTHORIZATION NO. 1 is entered into and effective this day of , 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 PROFESSIONAL PIPING SERVICES, INC., a Florida corporation with offices located at 30043 State Road 54 W, Wesley Chapel, Florida, 33543, hereinafter the "Contractor" and collectively with the Village, the "Parties". 1.0 Authorization This Project Work Authorization is issued pursuant to the Agreement for Pipeline Maintenance & Repair Services - Poly Pig Cleaning services between the Village and the Contractor, dated June 10, 2021, hereinafter the "Agreement". If there are any conflicts between the terms and conditions of this Project Work Authorization and the Agreement, the terms and conditions of the Agreement shall prevail. 2.0 Project Description: The Utilities Department has identified a need to line approximately 2,773 linear feet of stormwater conveyance piping including associated cleaning and repair services. 3.0 Scope of Services Under this Project Work Authorization, the Contractor will provide the construction services to the Village as detailed in the scope of work incorporated herein as Attachment "A". 4.0 Schedule The services to be provided under this Project Work Authorization shall be Substantially Complete within sixty (60) calendar days and Finally Complete within ninety (90) calendar days from the Village's issuance of a Notice to Proceed. 5.0 Liquidated Damages Contractor shall pay the Village $50 for each day that expires after the time (as duly adjusted pursuant to the Agreement) specified in the Schedule above for Substantial Completion or Final Completion until the Work is substantially complete or finally complete respectively. 6.0 Compensation In consideration for the above Scope of Services and within the Agreement, pricing shall be pursuant to the Agreement. In consideration for the above Scope of Services and pursuant to Attachment "A", the Village shall pay the Contractor a total amount not to exceed thirty-nine Page 381 of 485 Agenda Item #18. thousand, two hundred seventy-three dollars and forty-two cents ($39,273.42) which includes a $5,000 allowance for unforeseen conditions. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: PROFESSIONAL PIPING SERVICES, INC. ATTEST: Lori McWilliams, MMC Village Clerk By: Roger M. Cimbora, Jr., President (Corporate Seal) VILLAGE OF TEQUESTA By: Frank D'Ambra, Mayor (Seal) Page 382 of 485 Agenda Item #18. ATTACHMENT A Page 383 of 485 Agenda Item #18. PROFESSIONAL PIPING SERVICES, INC. The Piping System Cleaning Specialists Certified Underground Utility Contractor License No. CU-0055717 April 23, 2021 Mr. Nathan Litteral Water Plant Superintendent Water Treatment Plant Village of Tequesta 901 N Old Dixie Highway Tequesta, FL 33469-0273 Quote #1120-2950 Dear Mr. Litteral, Professional Piping Services is pleased to submit for your consideration and approval the following proposal. To provide for the cleaning and restoration to maximum flow capacity of the piping servicing, Wells # 18, # 19 and #20 consisting of; 1,300 f LF X 10" 1,473 f LF X 12" For this cleaning, Professional Piping Services fee will be; 1,300 f LF X 10" @ $5.33/ft.......................$ 6,929.00 1,473 f LF X 12" @ $4.96/ft.......................$ 7,306.00 Sub Total ............................................. $14,235.08 To provide for the cleaning and restoration to maximum flow capacity of the piping servicing, Wells #7 and #8 consisting of; 3,491 f LF X 8" For this cleaning, Professional Piping Services fee will be; 3,491 f LF X 8" @$5.74/ft.........................$20,038.34 Total Cost - $34,273.42 It should be carefully noted that if the internal investigation and cleaning determines that remedial action is require in or on the system at one or more sites and this in turn requires Professional Piping Services work force to be put on a standby basis, until the system is once again available to them to continue the internal investigation and cleaning, then the standby charges as noted further in this proposal shall apply. P. O. Box 7337, Wesley Chapel, Florida 33545 E-mail: ppsinc@tampabay.rr.com Telephone (813) 994-0032 (800) 780-6098 FAX (813) 907-0902 Page 384 of 485 Agenda Item #18. Quote 41120-2950 April 23, 2021 Page Two As the result of open and public bidding for piping system cleaning services, Professional Piping Services was awarded a master purchase agreement, purchase order 4234068 with the Pinellas County Purchasing Department, REF: 101-0146-M (RM), contract period 06-23-16 - 06-22-23, contact Mr. Bryant Jasper Williams, 727-464-4123. It is our understanding that such contracts can be "piggy backed" or used by other public utilities for the same contractual purposes. Pending renewal of the contract. Professional Piping Services, will provide for the proper, safe and effective cleaning of these systems on a one time basis only. Any additional or repetitive cleaning that is not the demonstrable result of ineffective or incomplete cleaning by Professional Piping Services will be at the expense of others. Page 385 of 485 Agenda Item #18. Quote # 1120-2950 April 23, 2021 Page Three For this fee, Professional Piping Services, will provide, with the exception of those items noted elsewhere in the proposal, all supervision, labor, tools, material and equipment necessary for the proper cleaning, sanitizing and disinfection of the raw water system including; Proper, knowledgeable and experienced supervision of the entire cleaning project. 2. Professional Piping Services, personnel are trained and accredited to be in compliance with OSHA 29, CFR 1910.120, Health and Safety Training. As required by the State of Florida, Professional Piping Services is certified and licensed by the State of Florida as an Underground Utility Contractor, License number CU-0055717, to provide this type of service. It should be noted that compliance with Florida Statute 499, requires that this work must be done by a state certified Underground Utility Contractor. 4. As required, Professional Piping Services personnel are in compliance with the Drug -Free Workplace Program in accordance with Florida Law, Chapter 287.087, and the Florida Worker's Compensation Standard. TOOLING AND EQUIPMENT 5. Professional Piping Services poly pigging apparatus, to be installed and removed upon completion of the project. 6. Professional Piping Services will have onsite and available for immediate use, at no charge or expense, an inline poly pig electronic detector device. This instrument can be inserted into a specialty fabricated poly pig which once in the system, can be used for tracking or locating specific inline areas. After review and discussion of its potential use, the decision to use it will be solely at the discretion of the client or its authorized representative. If this device is used, then the following charges will apply; a) Use of electronic device $400.00 per day or part thereof. b) Use of specialty poly pig, cost to be determined by the size of the poly pig used. c) Any labor provided by Professional Piping Services in conjunction with the use of this device will be charged at the rate of $400.00 per hour or part thereof. For daily time exceeding 8 hours or for this work performed on holidays or weekends, the hourly charge rate will be $550.00. Page 386 of 485 Agenda Item #18. Quote 41120-2950 April 23, 2021 Page Four NOTE: There is no charge for the equipment to be onsite NOTE: These terms, costs and conditions do not apply for system wide tracking and location. 7. Standby charge rate. If Professional Piping Services work forces cannot perform their assigned tasks due to causes outside their scope of work or sphere of responsibility, then a standby charge rate for supervision, labor, tooling, equipment and vehicles of $400.00 per hour will apply. SCHEDULE 8. Maintain an eight (8) hour daylight work schedule. STANDARDS 9. Radio communications, necessary and required. 10. Job site transportation 11. Auxiliary centrifugal pumps for cleaning REPORTS/SURVEYS 12. Provide a report upon completion of the cleaning program to outline and detail information acquired during the cleaning process about the system or confirm existing information. 13. Perform flow test prior to and upon completion of this cleaning operation to provide comparable data for assessment. 14. Provide certification of the insurance coverage's we offer which includes; a) Comprehensive General Liability ($1,000,000 each occurrence with a $2,000,000 aggregate) b) Worker's Compensation Insurance c) Automobile Liability Insurance ($1,000,000 each occurrence) d) Umbrella Liability Insurance ($1,000,000 each occurrence) e) Professional Liability Insurance, including Errors and Omissions, is included in the General Liability, ($1,000,000 each occurrence) Page 387 of 485 Agenda Item #18. Quote #1120-2950 April 23, 2021 Page Five NOTE: Additional insurance coverage available but at additional cost. 15. This quote is based upon information available or provided to Professional Piping Services at the time of this submitted proposal and reflects our understanding of the project requirements, procedures and costs as known at this time. These factors may be subject to future clarifications and/or modifications, which can results in alterations of the project requirements, procedures and quoted costs. Page 388 of 485 Agenda Item #18. Quote 41120-2950 April 23, 2021 Page Six Village of Tecluesta will be required to provide without cost or delay to Professional Piping Services the following; Cleaning and flushing media (water) at no expense to Professional Piping Services within reasonable distance of where it is to be used. Supplementary volumes of fluid (water) to be made available if required for the cleaning and flushing procedures. ACCESSIBILITY 2. Accessibility to the pipeline at the points designated by Professional Piping Services, (and facility, during the pre project survey) if necessary or required. This would include excavations, restoration of excavations, and piping or fittings required for access to the piping. Please see item number eleven. EXCAVATIONS 3. System repairs as required to include; all excavations, site work and their restoration, any fittings, valving and piping necessary to effect the repair of the system, and any labor, tooling or equipment required to effect the repair of the system. VALVING 4. Accurate plot and/or system diagram, detailing all valves and appurtenances. The valve would be required to be operated in a full open and a full closed position prior to Professional Piping Services mobilization. LABOR 5. Sufficient labor and supervision, necessary or required to assist Professional Piping Services in the location of the system sites and particulars. STANDARDS 6. All permits required for the proper conduct of the work, including legal permission to enter or cross private property where necessary to secure access to the work. Page 389 of 485 Agenda Item #18. Quote # 1120-2950 April 23, 2021 Page Seven 7. Barricades, lights and other items that may be required to conform to existing safety and traffic regulations. 8. Proper disposal of the discharged effluent/material and control of the discharged water from this cleaning operation. 9. Vehicle access to work site. 10. At this time Professional Piping Services anticipates the existing pigging port will be used as the entry site for the cleaning process. At that point where the pigging process shall end temporary, all joints restrained, piping will be required to direct the exiting flow to an acceptable retention/disposal area. 11. Although the total volume of solids, sand, silt, etc., to be removed from this system cannot be accurately ascertained at this time, standby provisions should be made to collect and dispose of the accumulated contents of this system if that need arises during the course of the cleaning and subsequent de -chlorination operation. Page 390 of 485