HomeMy WebLinkAboutDocumentation_Regular_Tab 25_11/9/2023 Agenda Item #25.
Regular Council
STAFF MEMO
Meeting: Regular Council - Nov 09 2023
Staff Contact: Marjorie Craig, Utilities Director Department: Utilities
Consider Approval of Inliner Solutions Proposal for Urgent/ Emergency Stormwater Drainage Pipe
Lining Repairs for $168,999
Wr . -
The Utilities Department (UD) recommends approval for lining repair of approximately 613 lineal feet
(LF) of Village owned stormwater (SW) drainage pipes to help reduce outside infiltration into the pipe,
flooding, and the further risk of failure (as demonstrated by the pictures attached). Based on
proposals received for the work, UD recommends awarding the work to Inliner Solutions, which is
currently under contract with the Village thru 2025 for pipe lining services.
SW pipes that need urgent repair are located within utility easements on private property and cross
streets as follows:
• Between 68 River Drive and 65 Golfview Drive
• North Dover Road and Garden Street
• Tequesta Drive and Short Avenue
• Country Club Cir
• Tradewinds Circle
• Leeward Circle
These pipes have experienced recent failures, which has led to depressions in the road, sinkholes,
and sand infiltration into the pipes. A closed-circuit television inspection of the pipes revealed joint
separation as the main point of failure at these locations (see attached location maps and pictures).
From the videos taken, it is evident that these pipes have reached a point requiring attention before
the rainy season to prevent further damage to the pipes, impairment to the very important drainage
function, further damage to roads, and possible risk to private property.
The repair method used will be the "Cured in Place Pipe" (CIPP) also known simply as "pipe lining."
CIPP is a trenchless and cost effective method to repair stormwater pipes and the option with the
least inconvenience to the residents.
The Utilities Department requested CIPP repair quotes from three qualified contractors. Prices
provided from the contractors are as follows:
Contractor Price Comments
Inliner Solutions $168,999 Volusia County Piggyback
Option, includes 10%
Page 526 of 702
Agenda Item #25.
Contractor Price Comments
contingency
Charlotte County Piggyback
Hinterland Group $179,851 Option, does not include 10%
contingency
Atlantic Pipe Services No Response
The Village Council approved $202,000 for "Drainage Maintenance 403-411-546.308" for FY24,
which includes proactive pipe lining of stormwater pipes at different locations, swale restoration and
miscellaneous pipe replacement. However, due to the critical condition of the pipes at the above
locations, the budgeted funds will be used towards the repairs of the failing pipes.
Funds for the project will be taken from the Stormwater Fund from Account# 403-411-546.308
Drainage Maintenance.
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.
BUDGET • •
BUDGET AMOUNT $202,000 AMOUNT AVAILABLE EXPENDITURE AMOUNT:
$202,000 $168,999
FUNDING SOURCES: 403-411-546.308 IS THIS A PIGGYBACK:
❑x Yes ❑ N/A
DID YOU OBTAIN 3 QUOTES?
❑x Yes ❑ N/A
QUOTE 1 - BUSINESS NAME Inliner Solutions QUOTE AMOUNT $168,999
QUOTE 2 - BUSINESS NAME Hinterland Group QUOTE AMOUNT $179,851
QUOTE 3 - BUSINESS NAME Atlantic Services QUOTE AMOUNT No Response
COMMENTS/EXPLANATION ON SELECTIONSelected based on piggyback price
POTENTIAL MOTION - • e
The Utilities Department recommends approval of the agreement.
2023.11.UD.Inliner Proposal Village of Teguesta Rev 01
2023.11.09.Inliner Solutions - SW Pipe Repair Pictures
VOT - Inliner Agreement (Volusia County Piggyback
Page 527 of 702
Agenda Item #25.
PROPOSAL
DATE: October 24, 2023
SUBMITTED TO: Village of Tequesta- Utilities Department
345 Tequesta Drive
Tequesta, FL 33469-0273
Attention: David Tinoco dtinoco@tequesta.org
JOB LOCATION: 3 Locations
We propose hereby to furnish material and labor-complete in accordance with specifications below,for the sum of
One hundred sixty-eight thousand,nine hundred ninety-eight dollars and fifty cents
Payment terms-100%within thirty(30)days upon completion and acceptance.
All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation
from specifications below involving extra costs will be executed only upon written orders,and will become an extra charge over and above the estimate. All
agreements contingent upon strikes,accidents or delays beyond our control. Owner to carry fire,tornado and other necessary insurance. Our workers are fully
covered by Workman's Compensation insurance. Note: This proposal may be withdrawn by us if not accepted within thirty(30)days.
We hereby submit specifications and estimates as follows:
Inliner Solutions, LLC shall supply all equipment,materials and labor to perform the work as follows:
DESCRIPTION CITY UNIT PRICE TOTAL
18"Diameter 0'to 100'Unit Price 2'to 4'Pipe 48 LF $ 100.00 $ 4,800.00
18"Diameter 101'to 500'Unit Price 0'to 2'Pipe 174 LF $ 90.00 $ 15,660.00
42"Diameter 101'to 500'Unit Price 0'to 2'Pipe 391 LF $ 275.00 $ 107,525.00
MOT Light Traffic-2 lane road-1 lane operation 6 DAY $ 375.00 $ 2,250.00
Stormwater By Pass Pumping High Volume Pumping 6 DAY $ 3,900.00 $ 23,400.00
Contingency 10 % $ 15,363.50 $ 15,363.50
TOTAL $168,998.50
NOTES:
1 Pricing based on pricing contained in contract between Inliner and Volusia County
2 Inliner to be installed as per ASTM&manufacturer's specifications.
3 Payment shall be based on actual field measurements from center of inlet to center of outlet.
4 This proposal is subject to Pre-TV inspection indicating the line conditions is acceptable in installation of Inliner
5 Price quoted does not include point repairs if required prior to installing Inliner.
6 Contractor shall furnish Owner with a Final Inspection(Digitial)of the rehabilitated sewer(s)
Signature 2 G A
Daniel Banken,Area Director
Acceptance of Proposal-The above prices,specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the
work as specified. Payment will be made as outlined above.
2S31 Jewett Lane,Sanford, FL 32771 1 Office: 407-472-0014 1 Fax: 407-472-0097 1 inliner.com Page 528 of 702
Agenda Item #25. Inliner Solutions, LLC
ATTEST: VILLAGE OF TEQUESTA
DATE: DATE:
Lori McWilliams, MMC Molly Young, Mayor
Village Clerk
[VILLAGE SEAL]
DATE:
Page 529 of 702
Agenda Item #25.
r
r
�s
i
X � J
S -(+
if,�Err_',i 4p 1(•j' F'
reS�o ' a Pot n h !+
l �P?s'sahl�i . �
y.><. �Y- `Y+' e!r} �i ,; � 1's<1. jet !� \`e •ya" +
9+.
e w1yA «..dL� a''� rr '� •�3 ,R' " f< X
� yr Ga i �� ZC��.c16 s'.'"�/ ��� v�'• /'' y`!/ :^r� � '�'�1. Y
•1 r c IA4 6 f �Mt, � C e�,�� S a,,�'� S,. � ��yy��,r ' �r f�;. k � � `!�'
wvl.>�y� �, , b9 �
'fi. � tq �ii►��tf f�{f°f,�y`_►� e �e l' !s e� la ^' ��q '�T �! ; . J ,��� !. �r. ,
�� f' ',�'fra'(/,r.> ! `� /fink` / � ��� cof•y, / ' ,+.
n.AT `j�,, 5 .i:` -'J b• �, �..r
C'1 r 7:, tv ,�iy I+ i' rl°,r• 7. $ Y7;p Psgr
is k J 1
'J•. � ��� fip ^'1{w�� "Y l f{ A mil,' Ea��• ���� "�`�� '�'` �°�."$^ a. �..
T Ile"
All
��, 'L\.` i y.".� � `, - ��i,�,:`G� fi� ,� a, �7,F ...fir .'1.+'•r
_ ' :������ � yI` �1 � .,�� 4r °��A � 44 11, XVr Frs� `prime+'-� -�° ar•'�,
hLfY.�'��.• _ J!1'aiU_..� ,`\..'6 .W.�, a�•;�e •r\'� ��. ,� +k3� b t� � � '�q b I''y'l�i �` r q\w
Sinkhole between Y
68 and 64 River Dr ' ' ' � .e - �,� � . ,r•- 4' ' s
F �.c. _,�!, Ij p.��a�lc�` "�d" .`1Q/'S � ! �•`_ .� +K1;0.w•
� +•jr �`` ity�;�x:"r".'� sAt"iF�'"'h �'1`��i4/d S��.o � ar _ �,� �dv¢,S',�'�P!-,.— +
(� g �Yy�a `�
Lair., 9 VIOR
nin+ ..,.rtir:�+�}�,.. �'� \,',`,•d`;� .Lie,.. 7G d :,ar!'
Page 530 of 702
Agenda Item #25.
A1.
l
�`x-"�' � n 5 .,,y-.•' s..:tea::
� m
r
w
�=� ;M'Qgr�+:� -; j Y,��'��� •y y�,J �7I r:.. r� ����e�-,t.[`f•g� C^���y ,�r��
r}aF�_�+^�J "att!' �- -n "7 :7� �. ..�� N .:���.i.Y� � dC ''�_�� � �i,,� �Y�.Xy'�}T<t•���t�
V1 ^n\,�,�,3i t �sir a a °�ik1" 1 b ,a� F,;�sy R a ►r!
F2-4
AZ
I
rak "f eAr✓ �� r� tu �d�► v!" Au y0dNyr �AE'r '
\ Y 4 < SN cy •7�F�� r�V ti i�j4 • ;� '`" to t i'gr•,�p s r G
at �Y.:' .t. 1 ♦ I!ti a � - R4 �''!Z` U4�A � ♦ 1 S a ,,1�, �'ti
ern'
•..tR�'.1*46' !G•� 1 '-'y
... ��•,�S[, �;�/r�s,lyr�l. -Y'_, `¢ as h!' if �, � •,�!'�'� � �-,tle �S`'\��-�,��k`r '.s'� �i•r
.fltt.A�' F.,.�Cl,.�i'�e`I�;tkP�
�.. ,Sinkholes in front of 65 and 61 Golfview Dr ;--4r( ,
Page 531 of 702
Agenda
v>11
Sinkhole at N Dover
� 1
r
R
• and Garden
1"�r4.�'� � •Xil, t � �F
i
Page of 702
Agenda Item #25.
�►�
;,r ix� ��,�r tr ;, '�ra�'i$rY�pPt�t r P «' ��jt��✓���� r�s' ✓�rh`1'rc`�"r"qy� sr'r y��y�es
��'F'.y✓rXX`a��++ci��w�g':#�t�" ��1l1+�Yi{r,t��fi�d� ,�� - J
1���"��ti�rre��,e
.Fti`i .!.t �v � � {i �d yY; �" 49+D �• r 11.�+,fCpo
I7d*, ��R A
SFr`.MT
` Id
.-
Page 533 of 702
Agenda Item #25.
r
Joint separation and partial
blockage at Country Club Cir
Page 534 of 702
Agenda Item #25.
VILLAGE OF TEQUESTA
AGREEMENT FOR PIPE LINING SERVICES
THIS AGREEMENT FOR pipe lining is entered into and effective this q day of
2023, 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 Inliner
Solutions, LLC a Florida limited liability corporation, with offices located at 2531 Jewett Lane,
Sanford, FL 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 pipe lining services as needed by the Village of Tequesta.
The Parties agree to enter into this Agreement and piggyback for the pipe lining at the unit prices
described in the Volusia County Contract T80833 22-B-41HO. Said contract, including its terms,
conditions, specifications, and attached exhibits/amendments, are hereby fully incorporated into
this Agreement and attached hereto as Exhibit"A". 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
Volusia County Contract T80833 22-B-41HO, as referenced in Exhibit"A". In consideration for
the above Scope of Services and pursuant to any Exhibits, if applicable, the Village shall pay the
Contractor a total amount not to exceed two-hundred nine thousand four hundred sixty-three
dollars and no cents ($209,463.00). The goods or services shall be delivered in a manner and
location acceptable to the Village the "Performance Date."
3. CHANGE ORDERS: Seller is aware that price and time are of the essence in this contract
and that prompt and timely performance of all such obligations is strictly required. If conditions
change that would require an increase in price, scope, or time for performance Seller must notify
Page 1 of 8
Page 535 of 702
Agenda Item #25.
the Village in writing detailing the conditions that have changed and requesting a change order to
the contract within 30 days prior to the performance date"Change Order Deadline". Change orders
submitted after the change order deadline will not be considered. Seller shall not proceed with any
change to its obligations under a change order request unless documented in a Change Order
executed by both Parties. If Seller requests a change order prior to the change order deadline
Village at its discretion may accept the change order as is or with modifications, deny the change
order, re-advertise and re-solicit providers for the required goods or services or terminate this
contract. If the Village elects to re-advertise and re-solicit the need for goods or services, the
Village will have 30 days "Solicitation Period" in which to accept the contemplated change order
or terminate this contract. At any time after execution of this Agreement but prior to Seller's
delivery of the Goods,the Village reserves the right at its discretion to change,modify,revise add,
or remove any part of its order for the Goods as described by this Agreement and any Exhibits, if
applicable. If any such change to the Village's order causes an increase or decrease in the cost of
the Goods or causes a change in the time required for delivery of the Goods,the Village shall make
an equitable adjustment in the contract price, the delivery schedule, or both. Any change to the
Village's order for the Goods and any subsequent equitable adjustment to the terms of this
Agreement shall be effectuated through a written Amendment to this Agreement as executed by
both Parties pursuant to Section 15. of this Agreement.
4. TERM; TERMINATION; NOTICE: Pursuant to the Volusia County Contract
T80833 22-B-41HO, the original contract term will expire on September 191', 2025. This
Agreement may be terminated by either party upon 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 Inliner Solutions, LLC
345 Tequesta Drive Daniel Banken
Tequesta, FL 33469-0273 2531 Jewett Lane
Attn: Utilities Department Sanford, FL 32771
Page 2 of 8
Page 536 of 702
Agenda Item #25.
5. 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.
6. 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.
7. 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.
8. 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 agree that this Agreement is not a contract for employment and that no relationship
of employee-employer or principal-agent is or shall be created hereby,nor shall hereafter exist by
reason of the performance of the services herein provided.
9. INSPECTOR GENERAL: Pursuant to Sections 2-421-2-432 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
Page 3 of 8
Page 537 of 702
Agenda Item #25.
of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement,
misconduct, and abuses.
10. 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 sub-consultants an affidavit
stating that the sub-consultant 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 sub-consultant 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 sub-consultant
and the Contractor shall immediately terminate its contract with the sub-consultant. 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.
11. 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
$1 M, 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
Page 4 of 8
Page 538 of 702
Agenda Item #25.
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.
12. 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.
13. 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.
14. 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.
15. AMENDMENTS & ASSIGNMENTS: This Agreement, all Exhibits attached
hereto, and required insurance certificates constitute the entire Agreement between both parties;
no modifications shall be made to this Agreement unless in writing, agreed to by both parties, and
attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the
provision of services called for in this Agreement without prior written consent of the Village.
16. 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
Page 5 of 8
Page 539 of 702
Agenda Item #25.
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
1mcwi11iams(a teguesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA,
FLORIDA 33469.
17. HEADINGS: The headings contained in this Agreement are provided for
convenience only and shall not be considered in construing, interpreting or enforcing this
Agreement.
18. 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.
19. WAIVER: No waiver by the Village of any provision of this Agreement shall
Page 6 of 8
Page 540 of 702
Agenda Item #25.
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.
20. ENTIRE AGREEMENT: This eight-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.
21. AUTHORITY TO OBLIGATE: Each person signing this agreement on behalf
of either Party warrants that he or she has the full legal power to execute this agreement on behalf
of the Party for whom he or she is signing and bind and obligate such party with respect to all
provisions contained in this agreement.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date and year first above written.
WITNESSES: INLINER SOLUTIONS, LLC
Page 7 of 8
Page 541 of 702
Agenda Item #25.
F dnc� V Ti 1�l By: Daniel Banken
(Corporate Seal) ` �;� ��AL�-`,�'kp
=Z:J
May 1,2002 ?r—=
VILLAGE OF TEQUESTA
By: Molly Young, Mayor
ATTEST:
aPo; ...Q,
Aim"
ltvcoRpo
Lori McWilliams, MMC F D
Village Clerk
hhN//{pNg111U\1\\
Page 8 of 8
Page 542 of 702
Agenda Item #25.
EXHIBIT A �
/finer
PROPOSAL
DATE: 11/4/2022
SUBMITTED TO: Village of Tequesta-Utilities Department
345 Tequesta Drive
Tequesta, FL 33469-0273
Attention: David Tinoco dtinoco(cD_tequesta.orq
JOB LOCATION: Village of Tequesta
We propose hereby to furnish material and labor-complete in accordance with specifications below,for the sum of
Two hundred nine thousand,four hundred sixty-three dollars and no cents
Payment terms-100%within thirty(30)days upon completion and acceptance.
All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation
from specifications below involving extra costs will be executed only upon written orders,and will become an extra charge over and above the estimate. All
agreements contingent upon strikes,accidents or delays beyond our control. Owner to carry fire,tornado and other necessary insurance. Our workers are fully
covered by Workman's Compensation insurance. Note: This proposal may be withdrawn by us if not accepted within thirty(30)days.
We hereby submit specifications and estimates as follows:
Inliner Solutions, LLC shall supply all equipment, materials and labor to perform the work as follows:
DESCRIPTION QTY UNIT PRICE TOTAL
24"Diameter 0'to 100'Unit Price 2'to 4'Pipe Cover 7 LF $ 150.00 $ 1,050.00
48"Diameter 0'to 100'Unit Price 2'to 4'Pipe Cover 37 LF $ 400.00 $ 14,800.00
36"Diameter 101'to 500'Unit Price 2'to 4'Pipe Cover 270 LF $ 220.00 $ 59,400.00
42"Diameter 101'to 500'Unit Price 2'to 4'Pipe Cover 401 LF $ 275.00 $ 110,275.00
MOT Light Traffic-2 lane road-1 lane operation 6 DAY $ 375.00 $ 2,250.00
Stormwater By Pass Pumping Low Volume Pumping 6 DAY $ 1,950.00 $ 11,700.00
Structure Rehab Cost Per Square Foot 227 SF $ 44.00 $ 9,988.00
$
TOTAL $209,463.00
NOTES:
1 Proposal based on pricing contained in contract between Inliner and Volusia County T8033 22-B-41HO
2 Inliner to be installed as per ASTM&manufacturer's specifications.
3 Payment shall be based on actual field measurements from center of inlet to center of outlet.
4 This proposal is subject to Pre-TV inspection indicating the line conditions is acceptable in installation of Inliner
5 Price quoted does not include point repairs if required prior to installing Inliner.
6 Contractor shall furnish Owner with a Final Inspection(Digitial)of the rehabilitated sewer(s)
Signature � �'" b ul
Daniel Banken,Area Director
Acceptance of Proposal-The above prices,specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the
work as specified. Payment will be made as outlined above.
Date of Acceptance Authorized Signature
2531 Jewett Lane, Sanford, FL 32771 1 Office: 407-472-0014 1 Fax: 407-472-0097 1 inliner.com
Page 543 of 702
Agenda Item #25.
1. ITB Documents _
1.1. Terms and Conditions
Section-7 Questions
1.1.1. Special Conditions
A. Bid Closing Date
Bids must be received through the Mercell platform before the posted close date/time. Bids received after this time will not be considered.
B.Authorized Official
The bid submission and all required forms must be submitted/signed by an official authorized to legally bind the Bidder to all Bid
provisions. A Memorandum of Authority may be submitted,to document that the individual is authorized to commit the firm to a contract.
C.Definition of Responsive and Responsible for this Bid
Each Bid submittal shall be evaluated for conformance as responsive and responsible using the following criteria:
1. Proper submittal of ALL documentation as required by this Bid.(Responsive)
2.The greatest benefits to Volusia County as it pertains to: (Responsible)
2.1.Total Cost;(Section 2.0)
2.2.Warranty; In compliance with the minimum warranty(Section 1.8.& Section 2.3&Section 4.7)
2.3.Past Performance;In order to evaluate past performance,all Bidders are required to submit a list of three(3)references/
relevant projects completed within the last three(3)years that are the same or similar in magnitude to this rrB. The County of
Volusia shall not be listed as a reference; (Section 1.7.1)
2.4.All technical specifications associated with this Bid; (Section 1.2.0)
2.5.Financial Stability: A Dun and Bradstreet report may be used by the County to evaluate Respondent's financial stability. All
Respondents shall be prepared to supply a financial statement upon request,preferably a certified audit of the last available fiscal
year.(Section 1.5.3)
Bidders are reminded that award may not necessarily be made to the lowest Bid. Rather,award will be made to the lowest responsive,
responsible,Bidder whose Bid represents the best overall value to the County when considering all evaluation factors.
D. Local Preference Availability
This project is not funded by monies that prohibit the local preference provision and local preference does apply per the General Terms
and Conditions section Local Preference.
E. Payment Terms
1.The County will remit full payment on alt undisputed invoices within forty-five(45)days from receipt by the appropriate person(s)(to
be designated at time of Agreement)of the invoice(s)or receipt of all products or services ordered.
2.Pursuant to Chapter 218,Florida Statutes,the County will pay interest not to exceed one percent(1%)per month on all undisputed
invoices not paid within thirty(30)days after the due date.
3.The County has the capability of Electronic Funds Transfer(EFT). List any discounts for prompt payment and/or willingness to
accept Electronic Funds Transfer(EFT)and the discount to be applied to such payments. Contractors offering prompt payment
discounts,for example 1%-net 10,the discount shall be taken if the check issue date is within specified time period from date of
invoice.
By submitting a Bid(offer)to the County of Volusia,Florida,the Contractor expressly agrees that,if awarded an Agreement,the County
may withhold from any payment monies owed by the Contractor to the County for any legal obligation between the Bidder and the County
including,but not limited to,real property taxes,personal property taxes,fees,and commissions.
F. Award Term.The County is looking to promote partnership relationships within the policies and procedures of public procurement.
Pursuant toward that end,the successful Contractor(s)shall be awarded an Agreement for an initial three(3)year term with the option for
two(2)subsequent one(1)year renewals. All renewals will be contingent upon mutual written agreement and,when applicable,approval
of County Council.
G. Price Redeterminations
Once each year during the term of the Contract,including any extension or renewal periods thereof,the Contractor may,but is not
obligated to,petition the Director of Purchasing and Contracts for one or more price redeterminations where such price redetermination(s)
is/are necessitated by documented increases in the cost of wages,fuel,or materials.Petitions for price redeterminations shall be made
within thirty(30)days of the anniversary date of the Contract(i.e.,the calendar day and month when the Contract became effective)and
only after the Contract has been in effect for at least one year. Any such petition shall be made pursuant to the provisions of this
section and only for those price redetermination categories specified herein. Unless otherwise expressly set forth in this Agreement,no
other price redeterminations shall be allowed. All price redeterminations,once issued,shall be prospective from the date of approval
unless otherwise approved by a duly executed amendment to this Agreement.
1.Basis for Price Redeterminations. The Contractor may petition the Director of Purchasing and Contracts for price redetermination
based on the increased costs of wages,fuel,or materials. Price redeterminations will be based solely upon changes in pricing or costs
documented by either the Employment Cost Index(ECI)or Producer Price Index(PPI),whichever is applicable,as published by the
Bureau of Labor Statistics. The base index number for the ECI will be for the quarter in which the ITB opens. The base index number
for the PPI will be for the month the rrB opens. Any subsequent price redeterminations will use the last price redetermination approved
QuestionnaireT8033 Exported on 24 M3y2022(Tue).21:16 Page 544 of 702
Agenda Item #25.
for that price redetermination category as the"base index number." The County shall have the right to audit the Contractor's records,
including,but not limited to,payroll,materials,and fuel cost records,to verify or otherwise investigate the validity of any price
redetermination request.
2. Wage Price Redetermination.When requesting a price redetermination based upon an increase in wage costs,the Contractor shall
refer to and utilize the Employment Cost Index,Total Compensation,Private Industry, Index Number and Occupational Group as
prepared by the Bureau of Labor Statistics in the U.S.Department of Labor https:Hstats.bls.gov/data/. The base figure will be tied to
Trade,transportation,and utilities under the heading Service Providing Industries.Wage price redetermination increases shall be
granted only by reason of wage increases associated with the Contractor's employees or subcontractors performing work or services
pursuant to the Agreement.
3. Minimum Wage Price Redetermination. If the minimum wage increases during the term of the Agreement,including any renewal or
extension period thereunder,the Contractor may petition the Director of Purchasing and Contracts for price redetermination for those
job categories where the pay to the Contractor's employee(s)is the current minimum wage. Upon verification of the information
provided,the County will grant an increase of exactly the amount of the minimum wage increase(not the percentage increase). The
Contractor must increase the pay to the employee(s)by the amount the Contractor has requested,which shall not exceed the amount
of the minimum wage increase. The amount paid to the Contractor will be the increase plus any written and documented increase in
FICA,Medicare,and Workers'Compensation insurance. The Contractor must supply written documentation of any other increase that
is beyond the scope and control of the Contractor. All written documentation must satisfy the reasonable expectations of the Director
of Purchasing and Contracts and Internal Auditor.
3.1.Example:Minimum wage increases from$7.31 to$7.56 per hour. The Contractor may petition for an increase of$0.25 per
hour to be paid to the affected employee(s)and shall provide written and documented cost increases for FICA,Medicare and
Workers'Compensation.The resulting increase in costs shall be incorporated into fees/rates billed to the County.
3.2. If the Contractor bills the County at a higher price according to any price redetermination granted by the County,and the
Contractor fails to increase the hourly rate paid to the employee for the same period,the Contractor will be considered in
Agreement default and the Agreement will be immediately terminated.
4. Fuel Price Redetermination. If/when the price of fuel increases by a minimum of ten(10%)percent,the Contractor may petition the
Director of Purchasing and Contracts for a fuel price redetermination. As a condition of petitioning for a fuel price increase,the
Contractor shall be required to petition for a fuel price redetermination decrease if/when the price of fuel decreases by a minimum of
ten(10%)percent. Failure to make such petition may be grounds for Agreement termination and shall entitle the County to a refund of
the cumulative increase in pay to the Contractor due to any prior fuel price redetermination increase(s). Fuel price redetermination
must be based solely upon changes as documented by the Producer Price Index(PPI)for the commodities"Unleaded Gasoline-
WPU057104"or V2 diesel fuel-WPU057303,"as such may be applicable to the Contractor's operations in connection with the
Contractor's performance of the Agreement.
5. Materials Price Redetermination. At the anniversary date of the Agreement,the Contractor may petition the Director of Purchasing
and Contracts for a materials price redetermination. As a condition of petitioning for a materials price increase,the Contractor shall be
required to petition for a materials price redetermination decrease if/when the price of materials used by the Contractor in connection
with the Agreement decreases. Failure to make such petition may be grounds for Agreement termination and shall entitle the County
to a refund of the cumulative increase in pay to the Contractor due to any prior materials price redetermination increase(s). Materials
price redetermination must be based solely upon changes as documented by the Producer Price Index(PPI)for the commodity"AII
Other Plastic Produce manufacturing—WPU072AO1012,as published by the Bureau of Labor Statistics.
6.Price Redetermination Calculation. All Price Redeterminations shall be calculated as follows:
6.1.Example: Contractor indicated on the Submittal Form that thirty percent(30%)of the cost to provide the product/service is
directly attributed to the redetermination category(wages,fuel,or materials).
Current applicable PPI = ......................................................$200.50
Base index PPI = .............................................. - $179.20
PPI increase dollars = ............................................... $21.30
PPI increase percentage($21.30.$179.20=.1189).........................11.9%
Unit cost of the service is.......................................................................$100.00
30%of$100.00 is directly attributed to the redetermination category.... $30.00
$30.00 x 11.9% = .......................................................... $3.57
New unit price for the product/service is($100+$3.57)....................... $103.57
7. Expiration Upon Failure to Agree to Price Redetermination. If the County and the Contractor cannot agree to a price
redetermination pursuant to the terms and conditions of this section,then the Agreement will automatically expire without penalty or
further expense to either party after a period of six(6)months following the Contractor's initial request for such price redetermination.
Requests for price red eterminations not made in accordance with the provisions of this section shall be deemed null and void and shall
not be a valid reason or pretext for expiration or termination of the Agreement. If the Agreement expires pursuant to the terms and
conditions of this section,the County reserves the right,at no expense,penalty,or consequence to the County,to award any
remaining tasks thereunder to the next available most responsive and responsible Contractor.
H. Termination
1.County may terminate this Agreement upon at least thirty(30)days prior written notice to Contractor.
2.Contractor may terminate this Agreement upon at least ninety(90)days prior written notice to County.
3. Upon receipt of notice of termination by the County from Contractor or upon delivery of notice of termination from the County to
Contractor,Contractor shall:
3.1.Stop work under the Agreement on the date and to the extent specified in County's Notice of Termination;
3.2. Inform County of the extent to which performance is completed;
3.3.Place no further orders or subcontracts for materials,services or facilities except as may be necessary for completion of such
portion of the Work under the Agreement as is not terminated and with the prior approval of the County;and,
3.4.Assign to the County,in the manner,at the times,and to the extent directed by the County,all of the right,title and interest of
QuestionnaireT8033 E>ported on 24 May2022(Tue),21:16 Page 545 of 702
Agenda Item #25.
the Contractor under the orders and subcontracts so terminated.
4. For all undisputed outstanding invoices submitted to the County prior to the effective date of the termination and subject to
Section Award Term,Section Payment Terms and this Section Termination,the County shall cause payments to be made to Contractor
within forty five(45)days of receipt of invoice. Contractor shall invoice the County for any sums Contractor claims to be owed by
County under this Agreement for work performed from the last invoice to the effective date of termination.County shall review such
invoice for payment and County shall pay any undisputed amount within forty five(45)days.
5.With the approval of the County and to the extent required by the County,the Contractor shall,upon termination,settle all
outstanding liabilities and all claims arising out of such termination. County's approval of such settlements shall be final for all the
purposes of a termination under this Section Termination. In addition,Contractor shall transfer title and deliver to the County,in the
manner,at the times,and to the extent,if any,directed by the County,Deliverables,work-in-progress,reports,models,studies,and
other materials produced as a part of,or acquired in connection with the performance of the Work/Services terminated.
6. If Contractor fails to cure a breach within ten(10)calendar days after receipt of notice from the County of said breach,the County
may take over the Work/Services and complete the Work/Services,and the Contractor shall be liable to the County for any increased
cost of the Project reasonably incurred by the County to complete the Contractor's unfinished Work/Services. As such,the County
may apply unpaid Compensation due and owing to the Contractor prior to the default as a set off against the costs incurred by the
County for taking over such Work/Services.
7.The right of termination provided to the County and the Contractor herein shall be cumulative of all other remedies available at law.
8.All provisions of this Agreement which impose or contemplate continuing obligations on a party will survive the expiration or
termination of this Agreement.
I.New Material
Unless otherwise provided for in this specification,the Contractor represents and warrants that the goods,materials,supplies,or
components offered to the County under this Agreement are new,not used or reconditioned,and are not of such age or so deteriorated
as to impair their usefulness or safety and that the goods,materials,supplies,or components offered are current production models of the
respective manufacturer. If the Contractor believes that furnishing used or reconditioned goods,materials,supplies,or components will
be in the County's interest,the Contractor shall so notify the County Procurement Analyst in writing no later than fourteen(14)working
days prior to the date set for opening of Bids in accordance with section Revisions,Addenda,Questions&Answers. The notice shall
include the reasons for the request and any benefits that may accrue if the County authorizes the bidding of used or reconditioned goods,
materials,supplies,or components.
J.Damages
Due to the nature of the services to be provided and the potential impact to the County for loss,the Contractor cannot disclaim
consequential or special damages related to the performance of this Agreement. The Contractor shall be responsible and accountable for
any and all damages,directly or indirectly,caused by the actions or inaction of its employees,staff,or Subcontractors. There are no
limitations to this liability.
By checking yes,the vendor agrees to the special conditions as contained in this section.
Y"�Ji�1n Cu,e>lion
. Yes
• No
1.1.2. Compliance with E-Verify Federal Requirements
The Contractor shall utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new
employees hired by the Contractor/Consultant on or after the effective date of this Agreement and thereafter during the remaining term
of the Agreement,including Subcontractors. Any subcontract entered into by Contractor with any Subcontractor performing work under
this contract shall include the following language:"The Subcontractor shall utilize the U.S.Department of Homeland Security's E-Verify
system to verify the employment eligibility of all new employees hired by the Contractor on or after the effective date of this Agreement and
thereafter during the remaining term of the Agreement." The Contractor covenants and agrees that if it is found in violation of this section
or the Executive Order,such violation shall be a material breach of this Agreement and Contractor shall indemnify,defend and hold
harmless the County from any fines or penalties levied by a government agency,including the loss or repayment of grant funds by the
County.
By checking yes,the vendor agrees to comply with the E-verfy requirements as described in this section.
Y�s�No i)uastir�n
• Yes
• No
1.1.3. Compliance with FEMA2 CFR 200.318-326 and Appendix 11 Contract Provisions
This Agreement and the products/services provided may be utilized in the event of declared State/Federal Emergency,and Contractors
shall comply with the applicable sections of Exhibit III,Federal Contract Provisions.
By checking yes,the vendor agrees to comply with the FEMAfederal contract provisions as described in this section.
• Yes
• No
QuestionnaireT8033 Forted on 24 Wby2022(Tue),21:16 Page 546 of 702
Agenda Item #25.
FEMA Federal Contract Provisions-Documentation
Please fill out and submit the attached Federal Contract Provisions.
Docurnent question
Updated Federal Contract Provisions(443061).pdf
1.1.5. General Terms and Conditions
A Submission of Offers: All offers shall be submitted through the Mercell Source-to-Contract platform. The submission of responses
prior to the specified date and time is solely and strictly the responsibility of the Bidder. Any submittal received after the specified date
and time will not be considered. Responses shall be submitted on forms and systems as directed by the County. Additional information
may be submitted with the response. No offer may be modified after acceptance.
B.Bidder's Responsibility: The Bidder, by submitting a Bid, represents that:
1.The Bidder has read and understands the ITB in its entirety and that the Bid is made in accordance therewith,
2.The Bidder possesses the capabilities, resources,and personnel necessary to provide efficient and successful service to the
County;
3.The Bidder has made all investigations and examinations necessary to ascertain site and/or local conditions and requirements
affecting the full performance of the Agreement and to verify any representations made by the County of Volusia, Florida,upon which
the Bidder will rely. If the Bidder receives an award because of its Bid Submittal,failure to have made such investigations and
examinations will in no way relieve the Bidder from its obligations to comply in every detail with all provisions and requirements of the
Agreement,nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim by the Bidder for
additional compensation or relief;and,
4.The Bidder will be held responsible for any and all discrepancies,errors,etc.,in discounts or rebates which are discovered during
the Agreement term or up to and including three(3)fiscal years following the County's annual audit.
C.Execution of Offer: Offer shall contain a signature in the space(s)provided of a representative authorized to legally bind the Bidder
to the provisions therein. All spaces requesting information from the Bidder or asking a question of the Bidder shall be completed.
D.Opening:Pursuant to Section 119.071, Florida Statutes, Bids or proposals("responses")and the completed tabulation will be
available for inspection within thirty(30)days of response opening. Contact the Purchasing and Contracts Office during regular business
hours to inspect responses and the completed tabulation or go to c for inspection of the completed tabulation.
The foregoing notwithstanding,if, prior to the County's making responses available for inspection,the County rejects all responses and
concurrently provides notice of the County's intent to reissue the solicitation,then the County may avail itself of the exemption for rejected
responses set forth in Section 119.071, Florida Statutes,to the extent such Section may apply.
Bid openings and Public meetings may be attended either in person or remotely. Bid openings may be accessed remotely by the use of
the following link:
.bin from your computer,tablet or smartphone.
https://wwnu.gotomeet.me/VolusiaCou ntyPurchasing
You can also dial in using your phone.
United States:+1 (646)749-3112
Access Code:467-297-821,OR attend in person in the Purchasing Conference Room located at 123 W.Indiana Ave., Room 302. Masks
will be strongly encouraged and available if space does not allow for social distancing.
In accordance with the American Disabilities Act and Section 286.26, Florida Statutes,persons with disabilities needing a special
accommodation to participate in the proceedings,or an interpreter to participate in any proceedings,should contact the County's ADA
Coordinator at 386-248-1760 for assistance at least two(2)business days before any meeting date.
Assisted listening system receivers are available for the hearing impaired,and can be obtained from the Deputy Clerk by contacting the
County's ADA Coordinator at 386-248-1760. Read the full ADA Notice under The American with Disabilities Act(Title ll),at
Read the' .mty of',- under The Americans with
Disabilities Act(Title II).
E.Public Records Law. Pursuant to section 119.0701(2)(a), Florida Statutes,the County is required to provide Contractor with this
statement and establish the following requirements as contractual obligations pursuant to the Agreement:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES,TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT 386-736-5935,purchasing@volusia.org,by mail,Purchasing and Contracts Division,Attn:Public Records
Custodian, 123 W.Indiana Ave.Rm.302 De Land,FL 32720.
By entering into this Contract,Contractor acknowledges and agrees that any records maintained,generated, received,or kept in
connection with,or related to the performance of services provided under,this Contract are public records subject to the public records
disclosure requirements of section 119.07(1), Florida Statutes,and Article I.section 24 of the Florida Constitution. Pursuant to section
119.0701, Florida Statutes,any Contractor entering into a contract for services with the County is required to:
1. Keep and maintain public records required by the County to perform the services and work provided pursuant to this Contract.
QuestionnaireT8033 Exported on 24 Nby2022(Tue).21:16 Page 547 of 702
Agenda Item #25.
2. Upon request from the County's custodian of public records,provide the County with a copy of the requested records or allow the
records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,Florida
Statutes,or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed
except as authorized by law for the duration of the Contract term and following completion or termination of the Contract if the
Contractor does not transfer the records to the County.
4. Upon completion or termination of the Contract,transfer,at no cost,to the County all public records in the possession of the
Contractor or keep and maintain public records required by the County to perform the service, If the Contractor transfers all public
records to the County upon completion or termination of the Contract,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 or termination of the Contract,the Contractor shall meet all applicable requirements for retaining public
records. All records stored electronically must be provided to the County,upon request from the County's custodian of public records,
in a format that is compatible with the information technology systems of the County.
Requests to inspect or copy public records relating to the County's Contract for services must be made directly to the County. 9
Contractor receives any such request,Contractor shall instruct the requestor to contact the County. If the County does not possess the
records requested,the County shall immediately notify the Contractor of such request,and the Contractor must provide the records to the
County or otherwise allow the records to be inspected or copied within a reasonable time.
Contractor acknowledges that failure to provide the public records to the County within a reasonable time may be subject to penalties
under section 119.10,Florida Statutes. Contractor further agrees not to release any records that are statutorily confidential or otherwise
exempt from disclosure without first receiving prior written authorization from the County.Contractor shall indemnify,defend,and hold the
County harmless for and against any and all claims,damage awards,and causes of action arising from the Contractor's failure to comply
with the public records disclosure requirements of section 119.07(1),Florida Statutes,or by Contractor's failure to maintain public records
that are exempt or confidential and exempt from the public records disclosure requirements,including,but not limited to,any third party
claims or awards for attorney's fees and costs arising therefrom.Contractor authorizes County to seek declaratory,injunctive,or other
appropriate relief against Contractor from a Circuit Court in Volusia County on an expedited basis to enforce the requirements of this
section.
F.Clarification/Correction of Entry/Minor Irregularities: The County of Volusia reserves the right to allow for the clarification of
questionable entries and the correction of OBVIOUS MISTAKES. The County reserves the right to waive minor irregularities in Bid
Submittals,providing such action is in the best interest of the County. Minor irregularities are defined as those that have no adverse
effect on the County's best interests,and will not affect the outcome of the selection process by giving the Bidder an advantage or benefit
not enjoyed by other Bidders.
G.Revisions,Addenda,Questions&Answers:
1. it is incumbent upon each Bidder to carefully examine this solicitation's specifications,scope of work/service,terms,and conditions.
The posting of answers through the County's official online procurement platform Mercell Source-to-Contract is the only official
methods by which interpretation,clarification,or additional information can be given. Questions and exceptions concerning any
Section of this ITB shall be directed through the question and answer functionality of Mercell Source-to-Contract.
2. If it becomes necessary for the County to revise or clarify any part of this ITB the solicitation will be updated on the Mercell platform
by one of the following methods:the posting of answers to questions received;the revision of solicitation languageldocumentation. It is
each Bidder's responsibility to check the Mercell web site for any posted answers,and/or solicitation changes at
. Each Respondent shall ensure that they have reviewed all questions&answers and/or changes to this ITB
before submitting their proposal. By submitting a response,Respondents acknowledge that they have reviewed all posted answers,
and/or solicitation changes prior to the posted closing date/time.
3. Each answer issued by the County shall become a material part of this solicitation.Answers posted by the County,and/or changes
made to the solicitation shall become a material part of this solicitation.
4.Questions and exceptions shall be submitted by the question and answer deadline. Thereafter,no further questions or exceptions
will be accepted or reviewed by the County and Bidders'right to submit questions or exceptions will terminate and any questions or
exceptions not previously made shall be deemed waived. Oral representations will not be binding on the County.
H.Incurred Expenses: This ITB does not commit the County to make an award nor shall the County be responsible for any cost or
expense which may be incurred by any Bidder in preparing and submitting a reply,or any cost or expense incurred by any Bidder prior to
the execution of a purchase order or Contract/Agreement.
I.Disadvantaged Businesses: The County Council has adopted policies,which assure and encourage the full participation of
Disadvantaged Business Enterprises(DBE)in the provision of goods and services. The County encourages joint ventures between
majority-owned firms and qualified disadvantaged/minority/women-owned firms.
J.Local Preference: The County Council has established a policy to encourage participation of local businesses in the provision of
goods and services. The County will endeavor to assist local businesses to achieve this goal.
Effective January 1,2012,Volusia County adopted a local Bid preference. A Bidder or prime contractor which has a permanent location at
least six(6)months prior to the Bid closing,as proven by a business tax receipt,as stated in Volusia County Ordinance 2-269.5 in Lake,
Orange,Osceola,Seminole or Volusia County("Local"),shall be granted a preference of three percent(3%)of the total Bid price or
quote. A Bidder which is a prime contractor and is utilizing subcontractors,and the Bid price or quote of the work to be performed by all
subcontractors,that qualify as a local business,constitutes fifty-one percent(51%)or greater of the total work to be performed through
subcontracting,a two percent(2%)Bid preference will apply. In the event that a prime contractor qualifies for a preference and
subcontractor qualifies for a preference,the preference shall not exceed a total of five percent(5%). Preference shall not be given to
Bids where the difference of the total Bid price or quote exceeds twenty-five thousand dollars($25,000.00)from the nearest competing Bid
price or quote for that solicitation or if a county listed in 2-269.5 does not reciprocate,as stated in 2-269.5,the County will not offer a
preference to this County.
This section does not apply to any purchase that is funded,in whole or in part,by an entity prohibiting local preference by grant
agreement or applicable federal,state,or local law. Solicitations for emergency purchases subject to Section 2-275 of the Code are
QuesbonnaireT8033 E)ported on 24 May2022(Tue),21:16 Page 548 of 702
Agenda Item #25.
additionally exempt. All Bidders,including prime and subcontractors,awarded an Agreement as a part of this process must maintain its
status as a local business through the term of the Agreement. Any Bidder, including prime and subcontractors,awarded an Agreement as
a result of this preference will be required to post any job openings for this project with the Center for Business Excellence(CBE).
Noncompliance with the requirements of this section will be deemed as a material breach and may be subject to Agreement termination or
disqualification from bidding on future projects.
K. Pricing: Unless otherwise specified prices offered shall remain firm for a period of at least ninety(90)days from the date of bid
opening prior to award;all pricing of goods shall include FOB DESTINATION,all packing, handling,shipping charges and delivery to any
point(s)within the County to a secure area or inside delivery;all prices of services shall include all expenses necessary to provide the
service at the location specified.
L. Unusual Costs: The Contractor may petition the County at any time for an additional rate adjustment on the basis of extraordinary
and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which,by all reasonable
expectations,will continue for at least one(1)year. If the Contractor petitions for such an increase,the Contractor shall also petition for a
rate reduction on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a
prudent operator and which,by all reasonable expectations,will continue for at least one(1)year;failure to make such petition may be
grounds for Agreement termination.
The Contractor's request shall contain substantial proof and justification to support the need for the rate adjustment. The County may
request from the Contractor,and the Contractor shall provide,such further information as may be reasonably necessary in making its
determination. The County shall approve or deny the request, in whole or in part,within sixty(60)days of receipt of the request and all
other additional information required by the County. Any price redetermination shall be solely based upon the documentation provided
and the County reserves the right to rescind any price relief granted should the circumstances change and prices go down.
M.Additional Terms&Conditions: The County of Volusia reserves the right to reject offers containing terms or conditions
contradictory to those requested in the ITB specifications.
N.Taxes: County is exempt from Manufacturers'Federal Excise Tax(Exemption#49-6000-885)and Florida sales tax(Exemption#85-
8012622393C-9). Certificates are available at Iulusia.ury, . After accessing the foregoing website,select,"Doing
Business with Volusia County`and"Consumer Certificate of Tax Exemption"from the available menu screens to see a copy of the
certificates.
O.Payment Terms: Unless otherwise stated in the Special Conditions,the County will remit full payment on all undisputed invoices within
forty-five(45)days from receipt by the appropriate person(s)(to be designated at time of Agreement)of the correct invoice(s)or receipt
of all products or services ordered in accordance with F.S.S.218.74
P.Discounts: All discounts except those for prompt payment shall be considered in determining the lowest net cost for evaluation
purposes. All discounts shall remain firm for the term of the Agreement
Q. Meets/Minimum Specifications: The specifications listed in the scope of service are the minimum required performance
specifications for this ITB;they are not intended to limit competition nor specify any particular Bidder,but to ensure that the County
receives quality services. The Bidder represents that all offers to this ITB shall meet or exceed the minimum requirements specified.
R.Brand Name or Equal: If items requested by this ITB have been identified in the specifications by a Brand Name"OR EQUAL"
description,such identification is intended to be descriptive and not restrictive and is to indicate the quality and characteristics of products
that will be acceptable. Offers proposing"equal"products will be considered for award if such products are clearly identified in the offer
and are determined by the County to meet fully the salient characteristic requirements listed in the specifications.
Unless the Bidder clearly indicates in his/her offer that he/she is proposing an"equal"product,the offer shall be considered as offering
the same brand name product referenced in the specifications.
If the Bidder proposes to furnish an"equal"product,the brand name of the product to be furnished shall be clearly identified. The
evaluation of offers and the determination as to equality of the product offered shall be the responsibility of the County and will be based
on information furnished by the Bidder. The Purchasing and Contracts Division is not responsible for locating or securing any information
which is not identified in the response and reasonably available to the Purchasing and Contracts Division. To ensure that sufficient
information is available the Bidder shall furnish as part of the response all descriptive material necessary for the Purchasing and Contracts
Division to determine whether the product offered meets the salient characteristics required by the specifications and establish exactly
what the Bidder proposes to furnish and what the County would be binding itself to purchase by making an award.
S.Samples: When required,samples of products shall be furnished with response to the County at no charge. Samples may be tested
and will not be returned to the Bidder. The result of any and all testing shall be made available upon written request.
T.Silence of Specifications: The apparent silence of these specifications or any supplemental specifications as to details or the
omission from same of any detailed description concerning any point,shall be regarded as meaning that only the best commercial
practices are to prevail and that only materials of first quality and correct type,size,and design are to be used. All workmanship shall be
first quality. All interpretations of specifications shall be made upon the basis of this statement.
U.Change in Scope of Work/Service:
1.The County may order changes in the vork/service consisting of additions,deletions,or other revisions within the general scope of
the Agreement. No claims may be made by the Contractor that the scope of the project or of the Contractor's services has been
changed,requiring changes to the amount of compensation to the Contractor or other adjustments to the Agreement,unless such
changes or adjustments have been made by written amendment or change order to the Agreement signed by the County
Representative,County Director of Purchasing and Contracts,and the Contractor.
2. If the Contractor believes that any particular work/service is not within the scope of work/service of the Agreement, is a material
change,or will otherwise require more compensation to the Contractor,the Contractor must immediately notify the County's
Representative in writing of this belief. The Contractor and County shall negotiate modifications to the Agreement in good faith and
agree upon equitable adjustment for any changes in services or other obligations required of the Contractor due to such
modifications. The Contractor must assert its right to an adjustment under this clause within thirty(30)days from the date of receipt of
the written order.
QuestionnaireT8033 Exported on 24 M3y2022(Tue),21:16 Page 549 of 702
Agenda Item #25.
3.The County reserves the right to negotiate with the awarded Contractor(s)without completing the competitive bidding process for
materials,products,and/or services similar in nature to those specified within this rTB for which requirements were not known when the
ITB was released.
V.Governing Laws/Venue: This Agreement shall be interpreted and construed in accordance with and governed by the laws of the
state of Florida. Jurisdiction over and venue for any controversies or legal issues arising out of this Agreement shall,if in state court,be
exclusively in the 7th Judicial Circuit in and for Volusia County,Florida,or,if in federal court,in the Middle District of Florida,Orlando
Division.By entering into this Agreement,Contractor and County hereby expressly waive any rights either party may have to a trial by jury
of any civil litigation related to this Agreement,and,unless otherwise expressly provided herein,each agrees to bear its own costs and
attorney's fees relating to any dispute arising under this Agreement.
W.Assignment:Contractor may not assign or otherwise convey Contractor's rights and/or obligations under this Agreement without
obtaining County's prior written consent,which consent County may withhold,limit and/or condition in County's sole discretion,including,
but not limited to,requiring the Contractor or his/her proposed successor in interest to post a performance bond. Any consent by the
County under this Section shall be by written amendment to the Agreement in a form and substance specified by the County in its sole
discretion. If Contractor desires to assign or otherwise convey its rights and/or obligations under this Agreement,Contractor shall no less
than thirty(30)days prior to the assignment's proposed effective date,provide County with a written request for County s consent. Failure
to provide such notice may result in the County assessing a processing fee of Five Hundred Dollars(US$500.00);however,payment of
such fee shall not entitle the Contractor to the County's acceptance or approval of its request for assignment.
Nothing herein shall preclude the right of the County to waive its rights under this Section but no waiver shall be granted by the County
without a written and duly executed amendment to the Agreement.
X.Content of Invitation/Response: The contents of this ITB,all terms,conditions,specifications,and requirements included herein
and the accepted and awarded response thereto may be incorporated into an agreement to purchase and become legally binding. Any
terms,conditions,specifications,and/or requirements specific to the item or service requested herein shall supersede the requirements of
these"General Terms and Conditions."
Y.Disclosure of Bid Content: All material submitted becomes the property of the County and may be returned only at the County's
option. The County has the right to use any or all ideas presented in any reply to this Bid. Selection or rejection of any Bid Submittal
does not affect this right. The County of Volusia,Florida,is governed by the Public Record Law,Chapter 119,Florida Statutes(F.S.).
Z.Limitation of Liability/Indemnification: The Contractor shall indemnify,defend and hold harmless the County,including its districts,
authorities,separate units of government established by law,ordinance or resolution, partners,elected and non-elected officials,
employees,agents,volunteers,and any party with whom the County has agreed by contract to provide additional insured status from and
against all claims,damages,losses,and expenses,including,but not limited to attorney's fees,arising out of,resulting from,or incident to
Contractor's performance of its obligations in whole or part of this Agreement,unless such injury or damage is occasioned solely by the
fault,negligence,or willful misconduct of the County.
In all claims against County,no indemnification obligation shall be limited in any way by any limitation on the amount or type of damages,
compensation or any benefits payable by or for Contractor,or its employees,agents,contractors,or subcontractors.
AA.Infringement Claim: For all licensed software or derivate works of the licensed software used by County under the resulting
Agreement,Contractor agrees to protect,defend,indemnify,and hold harmless County,its agents,elected officials and employees of
County from and against any and all claims,demands,actions,and causes or action which may arise asserting that all or any part of
Contractor's licensed software or applications that are owned and licensed by Contractor to County for use thereof by County,infringes or
misappropriates any third party's valid state patent,copyright,trademark,or any trade secret protected under United States law. In the
event of an infringement claim,Contractor shall have the option:(i)to procure for County the right to continue using any product or
service found to be infringing;(ii)to replace any such infringing product or service with a non-infringing product or service;or(iii)to modify
such infringing product or service to make it non-infringing. Contractor shall have no obligation under this Section if the Infringement
Claim is based upon the use of the system in combination with other hardware or software applications not furnished by Contractor,or if
such a claim arises from County's modification of the system without the authorization of Contractor.
BB.Sovereign Immunity. County expressly retains all rights,benefits and immunities of sovereign immunity in accordance with Section
768.28,Florida Statutes(as amended).Notwithstanding anything set forth in any Section of this Agreement to the contrary, nothing in this
Agreement shall be deemed as a waiver of immunity or limits of liability of the County beyond any statutory limited waiver of immunity or
limits of liability which may have been or may be adopted by the Florida Legislature and the cap on the amount and liability of the County
for damages,regardless of the number or nature of claims in tort,equity,or contract,shall not exceed the dollar amount set by the
legislature for tort.Nothing in this Agreement shall inure to the benefit of any third party for the purpose of allowing any claim against the
County,which claim would otherwise be barred under the doctrine of sovereign immunity or by operation of law.
CC.Patents,Copyright,and Royalties: The supplier/provider,without exception,shall indemnify and save harmless the County of
Volusia,its officers,agents and employees from liability of any nature of kind,including cost and expenses for or on account of any
copyrighted,registered,patented,or unpatented invention,process,or article manufactured or used in the provision of goods and/or
services,including use by the County of Volusia. If the supplier/provider uses any design,device,or materials covered by letters,patent,
copyright,or registration,it is mutually agreed and understood without exception that the quoted price shall include all royalties or costs
arising from the use of such design,device,or materials in any way involved.
DD.Use of County Logo: The County owns and retains all proprietary rights in its logos,trademarks,trade names,and copyrighted
images(Intellectual Property). As such,nothing in this solicitation permits or shall be construed as authorizing Bidder to use or display
County's Intellectual Property on Bidder's submittal documents or proposal(including any exhibits attached thereto)submitted to County
by or on behalf of Bidder in response to this solicitation.The County has the right to redact the County Logo displayed on any proposal
submitted.
EE.Training: Unless otherwise specified suppliers/providers may be required at the convenience of and at no expense to the County to
provide training to County personnel in the operation and maintenance of any item purchased as a result of this ITB.
FF.Acceptance: Products purchased as a result of this ITB may be tested for compliance with specifications. Items delivered not
conforming to specifications may be rejected and returned at Bidder's expense. Those items and items not delivered by the delivery date
specified in accepted offer and/or purchase order may be purchased on the open market. Any increase in cost may be charged against
QuesbonnaireT8033 Exported on 24 Ntay2022(Tue),21:16 Page 550 of 702
Agenda Iterd�#25.
r.
GG.Safety Warranty: Any awarded Contractor including dealers,distributors,and/or manufacturers shall be responsible for having
complied with all Federal,State,and local standards,regulations,and laws concerning the product or service specified,and the use
thereof,applicable and effective on the date of manufacture or use or date in service including safety and environmental standards as
apply to both private industry and governmental agencies.
HH.Safety: The Contractor shall take the necessary precautions and bear the sole responsibility for the safety of the methods employed
by the Contractor in performing the work. The Bidder shall at all times comply with the regulations set forth by federal,state,and local
laws,rules,and regulations concerning"OSHA"and all applicable state labor laws,regulations,and standards. The Contractor shall
indemnify and hold harmless the County from and against all liabilities,suits,damages,costs,and expenses(including attorney's fees and
court costs)which may be imposed on the County because of the Contractor,Subcontractor,or supplier's failure to comply with the
regulations.
II.Warranty: The Bidder agrees that,unless otherwise specified,the product and/or service furnished as a result of this ITB and award
thereto shall be covered by the most favorable commercial warranty the Bidder gives to any customer for comparable quantities of such
products and/or services and that the right and remedies provided herein are in addition to and do not limit any rights afforded to the
County of Volusia by any other provision of the rrB/offer.
JJ.Award: The County reserves the right to award the Agreement to the Bidder(s)that the County deems to offer the lowest/most
responsive and responsible Bid(s),as defined in the solicitation. The County is therefore not bound to accept a Bid based only on lowest
price. In addition,the County has the sole discretion and reserves the right to cancel this ITB,to reject any/all Bids,to waive any/all
informalities and/or irregularities,or to re-advertise with either the identical or revised specifications,if it is deemed to be in the best
interest of the County to do so. Nothing prohibits the County from rejecting/rebidding when responses exceed budget and the County
must change the solicitation to lower costs. The County also reserves the right to make multiple awards based on experience and
qualifications or to award only a portion of the items and/or services specified,if deemed to be in the County's best interest or award only
a portion of the solicitation.
KK.Other Agencies: All Contractors awarded Agreements from this Bid may,upon mutual agreement,permit any municipality or other
governmental agency to participate in the Agreement under the same prices,terms,and conditions,if agreed to by both parties. It is
understood that at no time will any city,municipality,or other agency be obligated for placing an order for any other city,municipality,or
agency;nor will any city,municipality,or agency be obligated for any bills incurred by any other city,municipality,or agency. Further,it is
understood that each agency will issue its own purchase order to the awarded Contractor(s).
ILL FOB Destination: The F.O.B.point for this Agreement and for all purchases made under it shall be as specified by the using
department(in accordance with the Bid Submittal Form),in Volusia County,Florida. Delivery will not be complete until the using
department has accepted each item. Delivery to a common carrier shall not constitute delivery to the ordering agency. All disputes shall
be between the Contractor and the carrier.
MM.Special Conditions: County facilities are administrative facilities that provide services to the Volusia County public and any
agencies that it serves. As such,activities in all buildings are critical to the provisioning of services to the public and shall not be
interrupted by the Contractor's work activities.
NN.Licenses,Certificates,and Permits:
1.The County reserves the right to require proof that the Bidder is an established business and is abiding by the ordinances,
regulations,and laws of their community and the state of Florida,such as but not limited to:Business Tax Receipts,business licenses,
Florida sales tax registration,Federal Employers Identification Number, Registration with the Florida Department of State,Division of
Corporations'Sunbiz at www.sunbizorg,AND;
2.The Bidder shall be required,upon notification of recommendation of award,to register with the Florida Department of State Division
of Corporations at www.sunbizorg in order to provide services under the resulting Agreement.
3. If a license is required,the Bidder shall be licensed to perform the required work in accordance with the laws of the State of Florida
and local ordinances.Bidder shall also verify that his/her subcontractors are licensed to perform the work in accordance with the laws
of the State of Florida and local ordinances.
4.At time of Bid submittal,Contractor shall hold the required licensure to be the prime Contractor for all work to be performed under
the resulting Agreement. If Contractor proposes to use a Subcontractor or sub-consultant to perform any work under the resulting
Agreement such subcontractor and/or sub-consultant shall,at the time of Bid submittal,hold the required licensure for all work to be
performed under the resulting Agreement as a subcontractor and shall maintain such license(s)in full force and effect during the term
of the resulting Agreement. All licenses and permits required to perform Contractor's duties under the resulting Agreement whether
such license or permit is required by the federal government,State of Florida,Volusia County,or any municipality,shall be at Bidder's
sole cost and expense,and shall not be a cost of the County. Al required licenses and permits shall be maintained in full force and
effect during the term of the resulting Agreement.
00.Records&Right to Audit: County shall have the right to audit the books,records,and accounts of Contractor and its
Subcontractors that are related to the resulting Contract. Contractor and its Subcontractors shall keep such books,records,and
accounts as may be necessary in order to record complete and correct entries related to the resulting Contract. Contractor shall preserve
and make available,at reasonable times for examination and audit by County,all financial records,supporting documents,statistical
records,and any other documents pertinent to this Contract for a retention period of five(5)years after completion or termination of the
Contract,and any renewals,as required by item 65,General Records Schedule GS1-SL for State and Local Government Agencies,
effective February 19,2015 and the Florida Public Records Act(Chapter 119, Florida Statutes). Contractor shall,by written Contract,
require its Subcontractors to agree to the requirements and obligations of this Section.Audits will be subject to applicable privacy and
confidentiality laws and regulations and Contractor's privacy and confidentiality policies and procedures.
PP.Claim Notice: The Contractor shall immediately report in writing to the County's designated representative or agent any incident that
might reasonably be expected to result in any claim under any of the coverage mentioned herein. The Contractor agrees to cooperate
with the County in promptly releasing reasonable information periodically as to the disposition of any claims,including a resume of claims
experience relating to all Contractor operations at the County project site. The designated representative for the County shall be:
QuestionnaireT8033 Exported on 24 K/lay2022(rue),21:16 Page 551 of 702
Agenda Item #25.
Name: County of Volusia, Florida
Human Resources/Risk Management Division
Address: 125 W.New York Avenue,Suite 141
DeLand,Florida 32720
Telephone: 386-736-5963
Fax 386-822-5006
QQ.Waiver of Claims: Once this Agreement expires,or final payment has been requested and made,the awarded Contractor shall
have no more than thirty(30)calendar days to present or file any claims against the County concerning this Agreement. After that period,
the County will consider the Contractor to have waived any right to claims against the County concerning this Agreement.
RR.Compliance with Laws and Regulations: The Contractor shall be responsible to know and to apply all applicable federal and state
laws,all local laws,ordinances,rules,regulations (including but not limited to the following statutes:Americans with Disabilities Act
(ADA),Titles I, II and III of the ADA;Federal Immigration Reform and Control Act of 1986(as amended);and Title VII of the Civil Rights Act
of 1964(as amended),and all orders and decrees of bodies or tribunals having jurisdiction or authority which in any manner affect the
work,or which in any way affect the conduct of the work. Contractor shall observe and comply with all such laws,ordinances,rules,
regulations,orders,and decrees for all work or services performed under this Agreement. The Contractor shall indemnify,defend and
hold harmless the County and all its officers,agents,servants,or employees against any liability or claim made against the County arising
from or based on the violation of any such law,ordinance,rule,regulation,order,or decree caused or committed by Contractor,its
representatives,Subcontractors,sub-consultants,professional associates,agents,servants,or employees.
SS.For Internet/Web Services:For the purposes of this paragraph,any Services or products offered to public via the internet or online
must comply with WCAG 2.0 AA in order to be deemed ADA compliant.The County will provide Contractor with prompt written notice with
respect to any ADA deficiencies of which the County is aware and Contractor will promptly correct such deficiencies.If the County,the
Department of Justice or other governmental entity tasked with the enforcement of the ADA("Enforcement Agency")notes any deficiency
in the facilities,practices,services,or operations of the Contractor furnished or provided in connection with this Agreement,Contractor
shall,at no additional charge or cost to the County,immediately cure any such deficiencies without delay to the satisfaction of such
Enforcement Agency. Contractor further agrees that it shall,to the extent permitted by law,indemnify,defend,and hold harmless the
County against any and all claims,sanctions,or penalties assessed against the County,which claims,sanctions,or penalties arise or
otherwise result from Contractor's failure to comply with the ADA or WCAG 2.0 AA,for online or internet Services or products.
TT.Scrutinized Companies-FL Statute Section 287.135 and 215.473: Contractor must certify that the company is not participating in
a boycott of Israel.For Contracts for goods or services of one million dollars or more,Contractor must also certify that Contractor is not on
the Scrutinized Companies that Boycott Israel List,not on the Scrutinized Companies with Activities in Sudan List,and not on the
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or has not been engaged in business operations in Cuba or
Syria. Subject to limited exceptions provided in state law. The County will not contract for the provision of goods or services with(i)any
company participating in a boycott of Israel,and,(ii)for Contracts for goods or services of one million dollars or more,any other
scrutinized company as described above.Contractor must submit the certification form.Submitting a false certification shall be deemed a
material breach of contract. The County shall provide notice,in writing,to the Contractor of the County's determination concerning the
false certification. The Contractor shall have five(5)Calendar days from receipt of notice to refute the false certification allegation. If
such false certification is discovered during the active contract term,the Contractor shall have ninety(90)days following receipt of the
notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not
demonstrate that the County's determination of false certification was made in error then the County shall have the right to terminate the
Contract and seek civil remedies pursuant to Section 287.135,Florida Statutes,as amended from time to time.
UU.Modifications Due to Public Welfare or Change in Law: The County shall have the power to make changes in the Agreement as
the result of changes in law and/or ordinances of Volusia County to impose new rules and regulations on the Contractor under the
Agreement relative to the scope and methods of providing services as shall,from time to time,be necessary and desirable for the public
welfare. The County shall give the Contractor notice of any proposed change and an opportunity to be heard concerning those matters.
The scope and method of providing services as referenced herein shall also be liberally construed to include,but is not limited to,the
manner,procedures,operations and obligations,financial or otherwise,of the Contractor. In the event any future change in Federal,
State or County law or the ordinances of Volusia County materially alters the obligations of the Contractor,or the benefits to the County,
then the Agreement shall be amended consistent therewith. Should these amendments materially alter the obligations of the Contractor,
then the Contractor or the County shall be entitled to an adjustment in the rates and charges established under the Agreement. Nothing
contained in the Agreement shall require any party to perform any act or function contrary to law. The County and Contractor agree to
enter into good faith negotiations regarding modifications to the Agreement,which may be required in order to implement changes in the
interest of the public welfare or due to change in law. When such modifications are made to the Agreement,the County and the
Contractor shall negotiate in good faith,a reasonable and appropriate adjustment for any changes in services or other obligations
required of the Contractor directly and demonstrably due to any modification in the Agreement under this clause.
VV.Right to Require Performance:
1.The failure of the County or Contractor at any time to require performance by the other of any provision hereof shall in no way affect
the right of the County or Contractor thereafter to enforce same,nor shall waiver by the County of any breach of any provision hereof
be taken or held to be a waiver of any succeeding breach of such provision or as a waiver of any provision itself.
2.In the event of failure of the Contractor to deliver services in accordance with the Agreement terms and conditions,the County,after
due written notice,may procure the services from other sources and hold the Contractor responsible for any resulting additional
purchase and administrative costs. This remedy shall be in addition to any other remedies that the County may have.
WW.Force Majeure: Neither party shall be liable for any failure or delay in the performance of its obligations under the Agreement to
the extent such failure or delay necessarily results from the occurrence of a Force Majeure Event beyond the control or reasonable
anticipation of either party,including,but not limited to,compliance with any unanticipated government law or regulation not otherwise in
effect at the time of execution of this Agreement,acts of God,acts of domestic or international terrorism,any virus,bacterium,or other
microorganism capable of inducing physical distress,illness,or disease,whether due to a pandemic or otherwise,unforeseeable
governmental acts or omissions,fires,strikes,natural disasters,wars,riots,transportation problems,and/or any other unforeseeable
cause whatsoever beyond the reasonable control of the parties(and such cause being referred to as a"Force Majeure Event").
Accordingly,the parties further agree that:
1.Upon the occurrence of Force Majeure Event,the non-performing party shall be excused from any further performance of those
QuestionnaireT8033 E)ported on 24 Mby2022(Tue),21:16 Page 552 of 702
Agenda Item #25.
obligations under this Agreement that are affected by the Force Majeure Event for as long as(a)the Force Majeure Event continues;
and(b)the non-performing party continues to use commercially reasonable efforts to recommence performance whenever and to
whatever extent possible without delay.
2. Upon the occurrence of a Force Majeure Event,the non-performing party shall notify the other party of the occurrence of such event
and describe in reasonable detail the effect(s)of such event upon the party's performance of its obligations and duties pursuant to this
Agreement. Such notice shall be delivered or otherwise communicated to the other party within three(3)business days following the
failure or delay caused by the Force Majeure Event,or as soon as possible after such failure or delay if the Force Majeure Event
precludes the non-performing party from providing notice within such time period.
3. In the event of a Force Majeure Event,the time for performance by the parties under the applicable statement of work shall be
extended for a period of time equal to the time lost by reason of such cause through execution of a Change Order pursuant to the
terms of the Agreement.
XX.Contractor's Personnel: During the performance of the Agreement,the Contractor agrees to the following:
1.The Contractor shall not discriminate against any employee or applicant for employment because of race, religion,color,sex,age,
handicap,or national origin,except when such condition is a bona fide occupational qualification reasonably necessary for the normal
operations of the Contractor. The Contractor agrees to post in conspicuous places,visible to employees and applicants for
employment,notices setting forth the provisions of this nondiscrimination clause.
2.The Contractor,in all solicitations or advertisements for employees placed by or on behalf of the Contractor,shall state that such
Contractor is an Equal Opportunity Employer.
3.The Contractor shall be responsible for ensuring that its employees,agents,and subcontractors comply with all applicable laws and
regulations and meet federal,state,and local requirements related to their employment and position;
4.The Contractor certifies that it does not and will not during the performance of the Agreement employ illegal alien workers or
otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986,as amended;
5. Notices,advertisements,and solicitations placed in accordance with federal law,rule,or regulation shall be deemed sufficient for the
purpose of meeting the requirements of this section;
6.The Contractor shall include the provisions of the foregoing paragraphs 1,2,3,4,and 5,above,in every subcontract or purchase
order so that the provisions will be binding upon each Contractor;
7.The Contractor and any Subcontractor shall pay all employees working on this Agreement not less than minimum wage specified in
the Fair Labor Standards Act(29 CFR 510-794)as amended;
8.Any information concerning the County,its products,services,personnel,policies,or any other aspect of its business learned by the
Contractor or personnel furnished by the Contractor in the course of providing services pursuant to the Agreement and exempt from
disclosure pursuant to Section 119.01,F.S.,shall be held in confidence and shall not be disclosed by the Contractor or any employee
or agents of the Contractor or personnel furnished by the Contractor,without the prior written consent of the County;and
9.Both Contractor and Subcontractors awarded an Agreement as a result of Section Local Preference,shall register all open positions
related to this Agreement with the Center for Business Excellence(CBE),and submit appropriate affidavit showing compliance.
YY.County/Contractor Relationship:
1.Any awarded Contractor shall provide the services required herein strictly under a contractual relationship with the County and is
not,nor shall be,construed to be an agent or employee of the County. As an independent Contractor the awarded Contractor shall
pay any and all applicable taxes required by law,shall comply with all pertinent Federal,State,and local statutes including,but not
limited to,the Fair Labor Standards Act,The Americans with Disabilities Act,the Federal Civil Rights Act,and any and all relevant
employment laws. The Contractor shall be responsible for all income tax, FICA,and any other withholdings from its employees'or
Subcontractor's wages or salaries. Benefits for same shall be the responsibility of the Contractor including,but not limited to,health
and life insurance,mandatory Social Security,retirement,liability/risk coverage,and workers'and unemployment compensation.
2.The Contractor shall hire,compensate,supervise,and terminate members of its work force;shall direct and control the manner in
which work is performed including conditions under which individuals will be assigned duties,how individuals will report,and the hours
individuals will perform.
3.The Contractor shall not be provided special space,facilities,or equipment by the County to perform any of the duties required by
the Agreement,nor shall the County pay for any business,travel,or training expenses or any other Agreement performance expenses
not explicitly set forth in the specifications.
4.The Contractor,except as expressly set forth herein,shall not be exclusively bound to the County and may provide professional
services to other private and public entities as long as it is not in direct conflict and does not provide a conflict of interest with the
services to be performed for the County.
2Z Disqualification of Bidders: One(1)Bid: Only one(1)Bid submittal from an individual firm,partnership or corporation under the
same or under different name will be considered. If a Bidder submitted more than one(1)Bid for the work involved,all Bids submitted from
such Bidder will be rejected. Collusion among Bidders: If it is believed that collusion exists among the Bidders,the Bids of all participants
in such collusion shall be rejected and no participants in such collusion will be considered in future proposals for the same work.
AAA Debarment:Purpose and Intent. The county endeavors to solicit offers from,award contracts to,and consent to subcontracts
with responsible vendors and contractors only. To further this policy,the county asserts its authority to debar certain vendors and
contractors from participating in solicitations pursuant to the policies and procedures herein. The serious nature of debarment requires
that this sanction be imposed only when it is in the public interest for the countys protection and not for purposes of punishment.
Debarment is intended as a remedy in addition to,and not in substitution of,the evaluation of the responsibility of county vendors and
contractors,and this policy and the procedures provided for herein shall not supplant or supersede county's authority to reject or
otherwise terminate vendors or contractors based on findings of non-responsibility on a case-by-case basis. Further information
regarding the Countys policies and procedures in regards to DEBARMENT may be found at
https://www.volusia.org/core/fileparse.php/5896/urlUDebarment-Policy-final-3-27-17.pd l
QuestionnaireT8033 Forted on 24 Mby2022(Tue),21:16 Page 553 bf 702
Agenda Item #25.
BBB.For purposes of this ITB and evaluation of responses hereto the following shall apply: unit prices shall prevail over extended prices;
written matter shall prevail over typed matter;numbers spelled in word form shall prevail over Arabic numerals("one"over"1"). When not
inconsistent with context words used in the present tense include the future,words in the plural number include the singular number,and
words in the singular number include the plural number. The word"shall"is always mandatory and not merely directory.
CCC.Dispute Resolution:
1. Good Faith Efforts to Resolve. The parties to this Agreement shall exercise their best efforts to negotiate and settle promptly any
dispute that may arise with respect to this Agreement in accordance with the provisions set forth in this Section 56,Dispute Resolution.
The Contractor and County Project Manager shall use reasonable efforts to arrange personal meetings and/or telephone conferences
as needed,at mutually convenient times and places,to address and work toward resolution of issues that arise in performance of this
Agreement and any applicable statement of Work or Services. Issues shall be escalated to successive management levels as needed.
2. Informal Dispute Resolution. If a dispute develops between the parties concerning any provision of this Agreement,or the
interpretation thereof,or any conduct by the other party under these agreements,and the parties are unable to resolve such dispute
within five(5)business days or longer,that party,known as the Invoking Party,through its applicable Project Manager,shall promptly
bring the disputed matter to the attention of the non-Invoking Party's Project Manager or designated representative,as the case may
be,of the other party in writing("Dispute Notice")in order to resolve such dispute.
3. Discovery and Negotiation/Recommended Procedures. Upon issuance of a Dispute Notice,the Project Managers or designated
representative shall furnish to each other all non-privileged information with respect to the dispute believed by them to be appropriate
and germane. The Project Managers shall negotiate in an effort to resolve the dispute without the necessity of any formal proceeding.
If such dispute is not resolved by the Project Managers or designated representative within five(5)County Work Days of issuance of
the Dispute Notice,or such other time as may be mutually allowed by the Project Managers as being necessary given the scope and
complexity of the dispute,the Project Managers may,depending upon the nature,scope,and severity of the dispute,escalate the
dispute as indicated below.
3.1. County Work Days:10 Contractor's Representative:Contractor's Project Manager
County Representative:Countys Project Manager
3.2. County Work Days:10 Contractor's Representative:Contractor's Sr.Vice President of Sales
County Representative:Director of Purchasing and Contracts
3.3. County Work Days:20 Contractor's Representative:Contractor's COO or President
County Representative:Deputy County Manager
4.Formal Dispute Resolution. At any point after issuance of a Dispute Notice under this section,either party may request and initiate
formal non-binding mediation before a single mediator,which mediation shall be completed within thirty(30)days of initiation or such
longer time as may be agreed upon by both parties as being necessary for the mutual selection of a mediator and scheduling of such
mediation. Any such mediation shall be convened and conducted in accordance with the rules of practice and procedure adopted by
the Supreme Court of Florida for court-ordered mediation,Rule 1.700 et seq.of the Florida Rules of Civil Procedure,and Chapter 44,
Florida Statutes. If the dispute remains unresolved after conducting such mediation,then either party may proceed to finalize any
pending termination remedies and commence litigation in a court of competent jurisdiction. Each party shall bear its own costs and
attorney's fees for mediation or arbitration of an issue arising under this Agreement.
5.Right to Terminate Reserved. Regardless of the dispute resolution procedures provided for in this Section,Dispute Resolution,
nothing herein shall affect,delay,or otherwise preclude a party from terminating this Agreement in accordance with the provisions of
Special Conditions, Termination,it being understood that these dispute resolution procedures are intended as a means of resolving
disputes both during the term of this Agreement and after termination or expiration thereof.
By checking yes,the Contractor/Proposer acknowledges that information provided in the response is true and correct and
agrees to all terms and conditions contained in this solicitation and related exhibits.Contractor/Proposer further agrees
and acknowledges that no proprietary or confidential information has been submitted and that the submission of a
response is final.Responses may be withdrawn by the Contractor/Proposer prior to the closing/offer date.Following the
closing/offer date,Contractor/Proposer understands that a response may not be withdrawn.
By submitting this proposal or entering into this contract,Contractor/Proposer acknowledges that all documents submitted
are public records and agrees that any records maintained,generated,received,or kept in connection with,or related to
the performance of services or delivery of products provided under this proposal or contract are public records subject to
the public records disclosure requirements of Florida Statutes sec.119 et seq.,and Article I,section 24 of the Florida
Constitution.
Yes.No Question
. Yes
. No
QuestionnaireT8033 Exported on 24 rvby2022 Jue),21:16 Page 554 of 702
Agenda Item #25.
1 1.6. Content of Invitation/Response:
The contents of this rrB,all terms,conditions,specifications,and requirements included herein and the accepted and awarded response
thereto may be incorporated into an agreement to purchase and become legally binding. Any terms,conditions,specifications,and/or
requirements specific to the item or service requested in this invitation to bid shall supersede the requirements as specified in the General
Terms and Conditions section of this solicitation.
Submission of Offers
The County of Volusia is requesting written bids for the service and/or product(s)detailed within this solicitation. If your company is
interested in submitting a bid to provide this service and/or product(s),please provide the requested information in this ITB,complete the
included forms,and submit these documents via your response through Mercell Source-to-Contract by the date and time posted. Bids
received after the posted date and time may not be considered. Bids shall be submitted through the County of Volusia online solicitation
system,Mercell,at iittps://app.negometrixcom/today.
Do not submit confidential information,proprietary information and/or trade secrets.
By checking yes,the vendor acknowledges the information provided above regarding offer submission.
YesiNG Question
• Yes
• No
1.1.7. Authorized Signatory
Vendor acknowledges that the name and title of the signatory(the"Authorized Signatory"),as completed below,is authorized to execute
contracts/agreements with the County of Volusia,and any affixed electronic or conformed signature of the Authorized Signatory shall be
the act of and attributable to the Authorized Signatory.By signing this Agreement electronically,the Authorized Signatory does thereby
adopt the electronic or conformed signature as his or her own and designates a copy of same for use as an official record by the County
of Volusia.
If the below-named individual is not an authorized agent of the firm,as listed with the Florida Division of Corporations(Sunbiz),a
Memorandum of Authority shall be uploaded giving that individual authorization to commit the firm to a contract.
Complete Name and Title below,which shall indicate acknowledgment.(Click Fill Out)
Open Question
1.2. Scope of Work
Section-2 Questions
1.2.1. A Technical Specifications/Scope of Work
TECHNICAL REQUIREMENTS AND SPECIFICATIONS FOR PIPE LINING AND REHABILITATION OF STORMWATER STRUCTURES
1.0 SCOPE OF WORK
Bidders may bid on any one or all of the following parts of this Invitation to Bid:
• Purchase and Installation of Resin Impregnated Cured—In—Place Pipe(RICIPP)Lining and Point Repair
• Purchase and Installation of Polyethylene Pipe Lining
• Rehabilitation of Concrete/Masonry Stormwater Structures
The contractor shall provide a complete job,including all labor,materials and equipment;including but not limited to:water supply and
traffic control.
Award may be to one vendor or to multiple vendors,whichever is deemed to be in the best interest of the County.
Any reference to lines contained in this ITB refers to storrm ater or sewer lines.
1.1 Quality Assurance
All service provided as a result of this ITB shall be the product of a Contractor who is fully experienced,reputable and qualified in the
processes requested.The Contractor shall be experienced with the means and methods of each process on which they are submitting a
bid.
1.2 Site Conditions and Safety
A.Contractor shall conform to all local,state,and federal regulations including those set forth by OSHA,RCRA and the EPA and any
other applicable authorities.
B.Particular attention shall be paid to those safety requirements involving entering confined spaces.Contractor shall maintain a
robust confined space entry program and other required safety training certifications to perform such work.
QuesdonnaireTB033 tported on 24 M3y2022(rue),21:16 Page 555 of 702
Agenda Item #25.
C. Flow diversion and/or bypass plans shall be submitted by Contractor to County as necessary to perform the specified work.
1.3 Maintenance of Traffic
The Contractor shall be responsible for implementing traffic control procedures in accordance with County standards.Maintenance of
Traffic(MOT)closure plans,as well as any field changes,must be processed and approved through Road and Bridge Division Traffic
Operations staff prior to any lane closures and shall adhere to the following schedule:
• Allow a minimum of seven(7)week days(non—holiday)for submitted MOT/Traffic Control plan County review and approval.
• Provide a minimum of five(5)week days(non—holiday)for County to dispatch advanced notification announcement processing and
agency notification.Volusia County Traffic Operations will dispatch advance notification to Emergency Response Agencies and local
Governments.
1.4 Bypassing Procedure
A. The Contractor,when required,shall provide for the flow of water around or through the section or sections of pipe designated for
service.Plugging the line at an eesting upstream manhole and pumping the flow into a downstream manhole or adjacent system shall
make a bypass.The primary pump,standby pump and the piping shall be of adequate capacity and size to handle the maximum flow
experienced in the line.
B. The Contractor shall be responsible for continuity of the system during the execution of the work of any resulting contract.In the
event that backup occurs,the Contractor shall be responsible for cleanup,repair,and property damage costs and claims and shall restore
property to its original condition,prior to damage.
1.5 Disposal of Debris
A. Under no circumstances shall sewage or solids be dumped onto the ground surface,streets or into ditches,catch basins or storm
drains.
B.The contractor shall remove all solids or semi—solids resulting from the operations from the site.Any truck hauling solids or semi—
solids from the site shall be watertight so that no leakage or spillage shall occur.
C.Disposal shall be at a suitable Volusia County owned landfill and all disposal fees shall be the responsibility of the Contractor.Any
alternate disposal locations shall require the prior approval of the County Project Manager.
1.6 Operating Procedures
Fours of operation shall be 8:00 a.m.to 5:00 p.m.,Monday through Friday,excluding county recognized holidays as listed at
https://www.volusia.org/about-us/holidays.stml.The pumps shall be in whisper mode at all times when the project is in the vicinity of any
hospital,school,daycare,or senior/rehab post—surgery facilities.
1.7 Damages
In the event that any property is damaged as a result of actions of the Contractor,the Contractor shall be responsible for cleanup,repair,
and property damage costs and claims.The Contractor shall restore the damaged property to its pre—damaged condition.
1.8 Warranty
A. Installation:The Contractor shall provide a full labor and materials warranty for a period of twelve months from the date of
acceptance by the County.
B. Liner:The Contractor shall provide Manufacturer's standard warranty
1.9 Reference
This specification references American Society for Testing and Materials(ASTM)standard specifications,which are made part hereof by
such reference and shall be the latest edition and revision thereof.
2.0 RESIN IMPREGNATED CURED—IN—PLACE PIPE(RICIPP)LINING AND POINT REPAIR
2.1 Scope of Work
A. The Contractor shall furnish all labor,materials(including water supply),equipment,permitting and tools necessary for the point
repair or full reconstruction of the lines by the installation of a resin—impregnated flexible felt tube,which is inverted into the existing
conduit by use of hydraulic head.Where inversion is not appropriate,a pull and inflate method shall be acceptable.
B. While cleaning,inversion or discharging of resins,a turbidity barrier shall be used at all discharge points and Micro Sort may be
used to neutralize the resins.Disposal shall be the responsibility of the Contractor.
C. Curing shall be accomplished by circulating hot water within the liner tube to cure the encapsulated resin system.Any other
method of curing shall require prior approval of the County Project Manager.
D. When cured,the finished pipe shall be continuous,watertight and formed to the original conduit.
E. Cleaning and inspection of conduits,bypass pumping,line obstruction removal,re—establishment of services,pre—installation
video recording,installation of Resin Impregnated Cured—In—Place Pipe(RICIPP)including installation,television inspection,post—
installation video recording,connections,reconnections,testing and final inspections shall all be included as part of this work.
2.2 Quality Assurance/Qualifications
A. The Contractor shall have a minimum of three(3)years experience with the means and methods utilized in installing RICIPP to
include 100,000 feet minimum installed of eight(8)inch to sixty(60)inch liner in the state of Florida.
B. During the inversion/installation of the RICIPP,the Contractor shall conduct television inspection of the work to verify that the liner
installation is acceptable as defined herein.The lines shall be thoroughly cleaned prior to performing the television inspections.The
installation television inspections shall be performed such that the lining can be clearly seen.The camera shall be panned,tilted and
rotated at all pipe defects and at service lateral connections for the complete video documentation assuring no material drain—down/loss.If
required,the Contractor shall halt inversion in order to video close—up viewing.
QuestionnaireT8033 E)ported on 24IVby2022(Tue),21:16 Page 556 of 702
Agenda Item #25.
C. The Contractor shall submit a sample television inspection after the first liner is installed so that the Contractor and the County
Project Manager(or designee)can agree on performance and quality of the inspections,which shall be met throughout any resulting
contract.Lines not inspected to the County Project Manager's satisfaction shall be re-inspected by the Contractor,at no additional cost to
the County,prior to payment.
D. The County has determined that modified polyester resins are critical to the successful rehabilitation of these pipelines and the
bidder must have experience wetting-out and installing RICIPP liner tubes using modified polyester resin.
2.3 Warranty
A. Installation:The Contractor shall provide a full labor and materials warranty for a period of twelve months from the date of
acceptance by the County.
B. Liner:The Contractor shall provide the manufacturer's standard warranty.
2.4 Submittals After Bid Opening,Upon Request
A. The Contractor shall submit,upon request,the following information regarding quality:
1.A signed and notarized certification from the resin manufacturer(not supplier/distributor)that the polyester resin to be furnished for
this project shall not mix with stormwater,lake water or moisture on inversion/insertion.
2.A viscosity profile and procedure showing that the resins to be supplied on this project shall not absorb/mix with water.
3.County will provide the testing services.Contractor shall assist the County in obtaining a small sample of catalyzed resin from the
saturated liner tube on site prior to installation.The County shall conduct a water-mixing test(proof of the resin and water not mixing)
and the Contractor shall receive and dispose of the sample according to Federal,State and Local Regulations.Failing tests shall be
reimbursed by the Contractor.
4.A certification from the felt manufacturer that states the coating shall not be effected by styrene at 100 degrees F.
B.The Contractor shall submit,upon request,a statement by the resin manufacturer(not supplier/distributor)that the polyester resin to
be furnished for each project contains no fumed silica,fillers or solid modifying agents. In addition,the statement shall include an IR
Spectrum fingerprint for each batch of resin and thickener along with a certification from the manufacturer that the detailed resin shall
have a viscosity of 1.5 million centipoises or greater when the liner is installed.The resin manufacturer must agree to furnish notarized
Certificates of Authenticity with the IR Spectrum fingerprint for each batch of resin and thickener for each project.An estimate of the
pounds of resin and thickener to be used on each project is to be included in the letter with the number of shipments anticipated.
2.5 Products
A Materials
1.The RICIPP shall be fabricated to a size that,when installed,will fit the internal circumference of the conduit specified.Allowance
shall be made for circumference/radial stretching during insertion.
2.The finished RICIPP shall be fabricated from materials which,when cured,will be chemically resistant to withstand internal exposure
to contaminates associated with stornmoter.
3.The outside layer of the tube(before inversion)shall be plastic coated with a transparent flexible material that is compatible with the
resin system used.The plastic coating shall not be subject to delaminating in the cured pipe.
4.The tube shall contain no intermediate or encapsulated layers.No materials shall be included in the tubes that are subject to
delaminating in the cured pipe.
5.The wall color of the interior pipe surface of the RICIPP after installation shall be a light reflective color so that a clear detail
examination with closed circuit television inspection equipment may be made.
6.The resin system shall be a corrosion resistant polyester resin,modified to contain no fumed silica,fillers or solid theology modifying
agents,with a suitable catalyst system and thickening agent that when properly cured within the tube composites meets the
requirements of American Society for Testing and Materials(ASTM)F-1216 and other requirements of this specification.The resin
manufacturer shall certify that the resin described above will have viscosity 1.5 million centipoises or greater when installed,or the
manufacturer shall certify that the resin will not drain,form slugs and mix with water.
7. Hydraulic capacity calculations shall support the CIPP requirement for 100%of the full flow capacity of the original pipe as installed.
8.The bidder shall submit liner thickness calculations to the County Project Manger for review.The RICIPP shall be designed in
accordance with the applicable provisions of ASTM F1216 and D2412 for fully deteriorated gravity pipe conditions and shall meet the
following design conditions;
• AASHTO H-20 Live Load with two trucks passing for RICIPP in streets.
• A soil modulus of elasticity of 700 psi shall be used.A soil weight 120 pounds per cubic foot and a coefficient of friction of Ku'=0.130r
shall be used for the installed depths.
• The long-term flexural modulus used in the design calculations shall be estimated by multiplying the lowest short-term flexural
modulus specified in the ASTM standards by a retention factor of 0.50.
• Safety factor of 2.0 shall be use
• Groundwater levels shall be estimated to be at the ground surfac
• Service temperature range shall be 40 to 140 degrees F.
• Maximum long-term deflection shall be 5 percent.Contractor will provide a deflection information graph with the materials submittal
for approval by County Project Manager or designee.
9.The minimum length shall be that deemed necessary to effectively span the footage that is requiring repair.
10. The thickness(in millimeters)to be used for the liner shall be the largest thickness as determined by calculations for deflection,
QuestionnaireT8033 Forted on 24 Nby2022(Tue),21:16 Page 557 of 702
Agenda Item #25.
bending,buckling and minimum stiffness.The minimum installed liner thickness with the pre—determined resin/felt ratio shall be
as follows: See Exhibit A
2.6 Structural Requirements
A. The RICIPP shall be designed per ASTM-1216,with the following additional
requirements:
1.The design shall assume no bonding to the original pipe wall.
2. External hydraulic design based on acceptable third party testing and verification of the enhancement factor,K,shall be submitted
for review.
3.The bond between the RICIPP layers shall be strong and uniform.All layers,after cure,shall form one homogeneous structural pipe
wall with no part of the tube left unsaturated.
4.The cured pipe material(RICIPP)shall conform to the following structural properties:
Property Results Test Method Minimum Test Result
Modulus of Elasticity ASTM D-790 250,000 psi
Flexural Strength ASTM D-790 4,500 psi
5. Design parameters shall be in accordance with ASTM F-1216.Design parameters shall be for a fully deteriorated pipe with a
long—term flexural modulus of 50%of the short—term modulus and the design safety factor for two(2)remaining unchanged.
B. If required by the County,RICIPP field tube samples shall be cured in the hot water contained in the inversion column contained within
steel plates and Mylar sheeting.These sample pieces shall be at least 20 inches in length with enough width for a test laboratory to run a
minimum of three samples from each specimen.A testing laboratory acceptable to the County shall produce the tests,noting thickness
and enough strength as specified without a laboratory post cure.Post cure shall be accomplished in the initial in—ground curing cycle.
2.7 Execution
A. Prior to Liner Installation—
1. Cleaning of lines—It shall be the responsibility of the Contractor to remove all internal debris/sediments from the lines,unless the
Contractor is directed otherwise by the County Project Manager.The Contractor shall clear the line of obstruction such as solids,dropped
joints or collapsed pipe that will prevent the insertion of RICIPP.
2.Television Inspection—The Contractor shall perform video inspection of pipelines prior to lining.The interior of the pipeline shall be
carefully inspected to determine the location of any conditions,which may prevent proper installation of the RICIPP into the pipelines,and
it shall be noted so that these conditions can be corrected.Pipe Video(on thumb drive)and a suitable log of inspection shall be provided
to the County Project Manager.
2.8 Installation
A. The method of installation of the RICIPP shall be in accordance with design criteria supplied by the manufacturer and approved by the
County Project Manager or designee.
B. The finished RICIPP shall be continuous over the entire length of the repair and be as free as commercially practicable from visual
defects such as foreign inclusions,dry spots,pinholes and delaminating.
C. The County shall locate and designate all manhole access points for the work and provide rights of access to these points.
D.The pipeline to be rehabilitated with the RICIPP liner shall be rendered free of accumulated debris.If cleaning of the pipe is required,
refer to section 1.4.Any hazardous waste material encountered during this contract shall be considered as a changed condition.
E.The Contractor,when required,shall provide for the flow around or through the section or sections of pipe designated for RICIPP
rehabilitation.Plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system
shall make a bypass.The primary pump,standby pump and the piping shall be of adequate capacity and size to handle the maximum flow
experienced in the line.The Contractor shall be responsible for continuity of the system during the execution of the work of any resulting
contract. In the event that backup occurs,the Contractor shall be responsible for cleanup,repair and property damage costs and claims.
F.The pipe to be RICIPP lined shall be video inspected.The inspection shall verify that the pipe is ready to be lined and a copy of the
Pipe Video of the pipe condition shall be retained for review and given to the County.If any condition is found to exist that prevents the
lining of the pipe,or that cannot be removed with conventional line cleaning equipment,the contractor shall notify the County of the
condition and review the Pipe Video with the County Project Manager.If an excavated point repair is necessary,the County shall make the
appropriate repair or the County shall issue written authorization to the contractor to make the necessary repairs and the work shall be
paid for as a separate item.
G.The Contractor shall be responsible for contacting each home or business in close proximity to the sewer to be RICIPP lined.They will
be informed of the work to be conducted and the projected length of time for the lining.The Contractor shall provide a copy to the County
for review and approval prior to neighborhood contact.The contact shall be by approved letter or door hanger forty—eight(48)hours prior
to work beginning on the affected section of pipe.A personal contact shall be made twenty—four(24)hours prior to work beginning.
H.Resin Impregnation—The quality of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube
assuring no resin loss through cracks and irregularities in the original pipe wall with viscosity control.A vacuum impregnation process shall
be used.A roller system shall be used to uniformly distribute the resin throughout the tube.
I.Thermocouples shall be placed between the RICIPP tube and the existing pipe wall at the inversion and discharge locations to monitor
the liner temperature.Readings shall be entered on logs that are submitted to the County at the end of each lining.For every five
installations,the County Project Manager or designee shall perform a miscibility test demonstrating that water will not mix with the resin
system.
J. A Contractor's representative shall remove a small amount of catalyzed resin from the saturated liner,when requested and in the
presence of the County Project Manager prior to inversion.The material shall exhibit the characteristic of an elastic gel.A water mix test
shall be performed on site,catalyzed resin shall be placed in a jar and equal amount of water added,the jar sealed and shaken
Cues6onnaireT8033 Exported on 24 May2022(Tue),21:16 Page 558 of 702
Agenda Item #25.
vigorously.The material shall not mix or form an emulsion. If the resin material mixes,the saturated liner tube shall be rejected and shall
be removed from the site.The rejected liner shall be disposed of in accordance with Federal,State and Local requirements.A pre—liner
shall be required and the thickness of the entire circumference of the line shall have to meet or exceed the minimum thickness required by
the County.
K. At the County's request, no more than five(5)times per 10 inversions,a video camera shall be inserted into the pipe to be lined and
positioned within one to two(1-2)feet of the inverting tube in the presence of the County Project Manager.The County Project Manger
shall view the inversion of the tube from the video monitor in the Contractor's CCTV truck. If resin discharge from the tube is observed the
Contractor shall immediately stop the inversion and remove the tube from the pipe.The rejected liner shall be removed from the site and
disposed of in accordance with Federal,State and Local requirements.
L.Reforming—After insertion is completed,the Contractor shall supply a suitable heat source.The equipment shall be capable of
delivering hot fluids throughout the section to uniformly raise the temperature of the liner mass to the temperature required to cure the
liner.The heat source shall be fitted with monitors to gauge the temperature and pressure of the fluid injected.
M.Cool down shall be accomplished by the introduction of cool water and air or other approved method.
N.During the warranty period,any defects that will affect the integrity or strength of the liner shall be repaired at the Contractor's expense
in a manner mutually agreed upon by the County and the Contracto
2.9 Sealing RICIPP at Manholes/Inlets
A.Leakage testing of the pipe shall be accomplished during the cure while under positive head.
B. If the RICIPP fails to make a water tight seal,the Contractor shall apply a sealing material at that point.The seal shall be of a resin
mixture compatible with the RICIPP.
C, There shall be no visible leaks in the completed system.During the warranty period,any defects that will affect the integrity or strength
of the RICIPP or any visible leaks shall be repaired at the Contractor's expense.
2.10 Inspection
A.The Contractor shall inspect all piping to ensure that the RICIPP is free from defects in materials and workmanship.
B.A pipe video(on thumb drive)shall be provided to the County showing the completed work.The pipe video shall include the pre—
installation footage,the inversion/installation footage(when required)and the post—installation footage. NO INVOICE SHALL BE
APPROVED FOR PAYMENT WITHOUT ACCOMPANYING VIDEO.
C.RICIPP samples shall meet or exceed the specified structural properties of:
Property Results Test Method Minimum Test Result
Modulus of Elasticity ASTM D-790 250,000 psi
Flexural Strength ASTM D-790 4,500 psi
D.Visual inspection of wet out facility and process parameters noted/inspected(i.e.,gap setting).
E.Visual inspection of the RICIPP shall be in accordance with ASTM F-1216,section 8.6.
F.IR Spectrum fingerprints shall be submitted and approved prior to payment.
G.At least one(1)Miscibility Test shall be performed on—site for each five installations.
H.No payments shall be made for rejected liner tubes or for liner tubes not meeting these specification requirements,including testing
2.11 Chemical Thickened System Miscibility Guidelines
A.The purpose shall be to define properties that the resin/resin—impregnated flexible tube must have to perform effectively and
consistently in all field conditions.
B.All resin/resin—impregnated flexible tube materials used shall have the following properties(greater than 1.5 million centipoises):
1. Must react/perform in the presence of water;
2. Must withstand submergence in water without degradation(pre—cure and post—cure);
3. Must prevent the passage of water through the sewer pipe joint(infiltration);
4. Must stay at a constant viscosity during reaction period;
5. Must stay in the confines of the host pipe being rehabilitated;
6. Must not produce slugs that require excavation;
7. Shall meet liner thickness per contract/design specifications(0%to+10%)measured eight times around the perimeter;
8. Residual must not impede on downstream lines or water tables;
9. Must withstand internal exposure to sewage/chemical specified.
2.12 Miscibility Test Procedure
A. Resin+Chemical Thickener+premixed at wet—out facility.Test tube/glass—pint jars shall be filled half full with material.When mixed
in the proper proportions and stored at temperatures above 40 degrees F,thickening shall be complete in 18-24 hours.Once thickening
is complete(invert test tube/jar:non—flowing.The container shall be filled with water.The lid shall be replaced and the contents shall me
mixed by shaking.Resin system shall be immiscible.
B. Resin+Chemical Thickener.Mix a 50/50,by volume,mixture of resin+thickener in a glass test tube/glass jar.The mixture shall
thicken to 1.5MM cps in short time(approximately 15 minutes).Once thickening is complete(invert test tube/jar:non—flowing),fill the
container full with water,replace lid/seal top and mix by shaking. Resin system shall be immiscible.
QuesdonnaireT8033 Forted on 24 Wy2022(Tue),21:16 Page 559 bf 702
Agenda Item #25.
All samples/waste shall be disposed of properly and in accordance with Federal,State and Local requirements.For a more scientific
approach—quantifying rate of thickening,see Time—Test Viscosity Method(ASTM D-1545).
3.0 POLYETHYLENE PIPELINING
3.1 Scope of Work
The Contractor shall furnish all labor,materials,equipment,and tools necessary for the installation of a deformed polyethylene line into
existing lines.
3.2 Submittals After Bid Opening,Upon Request
Bidders shall submit three(3)copies of manufacturer's technical literature and recommended installation procedures.
3.3 Materials
A. The liner pipe shall be fabricated from materials(i.e.polyethylene)which are chemically resistant to withstand internal exposure to
domestic sewage.
B. The following material is approved for installation in lines:
The line pipe and fittings shall be manufactured from high density polyethylene pipe compound which meets the performance
requirements of ASTM F15333—Standard Specifications for Deformed Polyethylene Liner.
C. Tests for compliance with this specification shall be made according to the applicable ASTM specifications.A certificate of compliance
with this specification for all material furnished under the contract shall be provided by the manufacturer upon request.
D. The outside diameter shall be fabricated to a size that when installed will neatly fit the internal circumference of the conduit.The
outside diameter of the liner shall be at least equal,preferably larger than the inside diameter of the conduit.Allowance shall be made for
misaligned and missing conduit.The standard dimension ration(SDR)of liner shall be based on the evaluation of the design
considerations.
E. These considerations normally include an evaluation of:
1.Flow capacity
2. External loads(hydrostatic pressure and/or static and dynamic earth loads)
Internal pressure,if applicable.The Contractor shall recommend liner SDR based on an evaluation of these conditions.
F. The Contractor shall determine the minimum length for each section to provide at least two(2)feet excess at both ends of the liner
pipe section to be processed.The Contractor shall verify the lengths in the field before insertion. Individual insertion runs can be made
over one or more manhole sections as determined in the field by the Contractor and approved by the County Project Manager.
3.4 Preparation
A. Prior to Installation
1.Cleaning of line
Line sections shall be cleared of all debris,roots and other materials that would hinder proper insertion of the liner by the Contractor.
2. Close Circuit Television Inspection
a. Line sections to be lined shall be CCTV inspected with a video recording by the Contractor,noting locations of all
obstructions.Any other obstructions encountered that will prevent proper liner installation or damage the liner during installation shall be
called to the attention of the County so the County can determine the method for their removal or repair.
b.Pio lining shall be performed until the line has been properly prepared.If the line is unacceptable for lining,the Contractor shall
review the TV inspection report and determine the location(s)where spot repairs or additional cleaning is required.
3.5 Installation
A. The polyethylene liner shall be inserted into the existing line with a power winch and steel cable connected to the end of the liner by
use of an appropriate pulling header or other approved pulling method.A second pulling head may be attached to the other end of the
liner for attachment of a tag line to pull the liner back out of the line,if necessary.Length of the liner pipe to be inserted at any one time
shall be governed by the winch drum capacity and winching power available and consideration of the size and condition of the sewer.
B. After insertion is completed,the Contractor shall supply a suitable heat/pressure source.The equipment shall be capable of delivering
steam or hot fluid and pressure throughout the section to uniformly raise the plastic temperature of the mass of plastic to the temperature
required to form the liner.
C. The heat source shall be fitted with suitable monitors to gauge the temperature and pressure of the fluid injected.
D. Cool—down may be accomplished by the introduction of cool water and air or other approved method.
E. The finished liner shall be continuous over the entire length of the insertion and be as free as practicable from visual defects such as
splits,creases or foreign inclusions.it shall all meet the pressure test specified below.
F. During the warranty period,defects which will affect the integrity or strength of the liner shall be repaired at the Contractor's expense
in a manner mutually agreed upon by the County and the Contractor.
3.6 Sealing Liner at Manholes/Securing liner at Manholes
A. For a leak tight seal between the liner and the manhole wall,the Contractor shall apply a sealing material at that point.The sealing
materials and methods shall be approved by the County prior to installation and shall be performed at no additional cost.
B. All liner ends in manholes shall be secured to help eliminated contraction,expansion and other movement of liner pipe.Liner pipe ends
shall be secured by either inserting two stainless steel bolts/nuts with washers or two 2"x 2"x 1/2"blocks of polyethylene heat welded at
OuesbonnaireT8033(ported on 24 May2022(Tue),21:16 Page 560 of 702
Agenda Item #25.
10:00 and 2:00 position on the liner ends that are protruding into manholes.
3.7 Inspecting
After the work is completed the Contractor shall provide the County with a video(on thumb drive)showing the completed work.
4.0 REHABIUTATION OF CONCRETE/MASONRY STORMWATER STRUCTURES
4.1 Summary
This specification covers all labor,materials,equipment,and services necessary to complete the installation of corrosion protection for
concrete and masonry stormwater structures as herein specified.
4.2 References
A. ACI-The published standards of the American Concrete Institute,Farmington Fills,MI.
1.ACI 506.2-77-Specifications for Materials,Proportioning,and Application of Shotcrete.
B. ASCE-The published Manuals and Reports on Engineering Practices of the American Society of Civil Engineers,Reston,VA.
1.ASCE Manual No.92-Manuals and Reports on Engineering Practice;Manhole Inspection and Rehabilitation(2008
Update).
C. ASTM-The published standards of the American Society for Testing and Materials,West Conshohocken,PA.
1.ASTM D638-Tensile Properties of Plastics.
2.ASTM D790-Flexural Properties of Unreinforced and Reinforced Plastics.
3.ASTM D695-Compressive Properties of Rigid Plastics.
4.ASTM D4541-Pull-off Strength of Coatings Using a Portable Adhesion Tester.
5.ASTM D7234-Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion Testers.
6.ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates.
7.ASTM D2584-Volatile Matter Content.
8.ASTM D543-Resistance of Plastics to Chemical Reagents.
9.ASTM D4258-Standard Practice for Surface Cleaning Concrete
10.ASTM D4259-Standard Practice for Abrading Concrete
11.ASTM C109-Compressive Strength Hydraulic Cement Mortars.
12.ASTM C579-Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars.
D. ICRI-The published standards of the International Concrete Repair Institute,Des Plaines,IL.
1. ICRI Technical Guideline No.310.2-1997-Selecting and Specifying Concrete Surface Preparation for Sealers,Coatings,
and Polymer Overlays.
E. RACE-The published standards of National Association of Corrosion Engineers(RACE International),Houston,TX
1. RACE RPO 188-99 Discontinuity(Holiday)Testing of New Protective Coatings on Conductive Substrates
F. SSPC-The published standards of the Society of Protective Coatings,Pittsburgh,PA.
1. SSPC-SP 1 -Solvent Cleaning
2. SSPC-SP 5-White Metal Blast Cleaning
3. SSPC-SP 10-Near White Metal Blast Cleaning
4. SSPC-SP 12 Surface Preparation and Cleaning of Metals by Water jetting prior to Recoating.
5. SSPC SP-13/MACE No.6-Surface Preparation of Concrete.
6.SSPC-PA 9-Measurement of Dry Coating Thickness on Cementitious Substrates Using Utrasonic Gages.
G. SSPWC-Standard Specifications for Public Works Construction"Greenbook",2009.
1. SSPWC 210-2.3.3&211-2-Chemical Resistance Test(Pickle Jar Test).
2. SSPWC 500-2-Manhole and Structure Rehabilitation.
4.3 Submittals
A. Product Data:
1.Technical data sheet for each repair and coating product to be used;including application,cure time,surface preparation
procedures,and certification from coating product manufacturer as to the compatibility of the repair material(s)and coating system.
2.Material Safety Data Sheet(MSDS)for each product to be used.
3.Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein.
Coating product physical properties shall be substantiated through submittal of testing results as documented by an accredited third
party laboratory and shall be representative of the actual field applied product including cure mechanism(s)as to be employed in the
field.
4.Five(5)references of manufacturer indicating successful coating system performance greater than five(5)years in age of the
submitted coating product(s)within the municipal stormnrater environment.
QuestionnaireT8033 Dported on 24 May2022(rue),21:16 Page 561 of 702
Agenda Item #25.
B. Contractor Data:
1.Current documentation from repair and coating product manufacturer(s)certifying Contractor's training and equipment complies with
the Quality Assurance requirements specified herein.
2. Five(5)references of Contractor indicating successful coating system installation performance greater than five years in age of
coating product(s)of the same material type as specified herein,applied by spray application within the municipal storrnwrater
environment.
3. Documentation of requirements of stated within.
4.4 Quality Assurance
A. Coating and repair product(s)shall be capable of being installed and curing properly within the specified environment(s).
B. Coating and Repair product(s)shall be fully compatible;including ability to bond effectively(as tested for in Section 3.5 C.)to
each other and/or the host substrate,forming a composite system.
C.Contractor shall utilize equipment for the application of the coating and repair product(s)which has been approved by the
product manufacturer;and Contractor shall have received training on the operation and maintenance of said equipment from the product
manufacturer. Written certification of such approval(s)and training shall be submitted by the coating and repair product manufacturer(s).
D. Contractor and contractor personnel shall be certified by,or have their training approved and certified by,the coating and repair
product(s)manufacturer(s)for the handling,mixing,application and inspection of the product(s)to be used as specified herein. Written
certification of such training shall be submitted by the coating and repair product manufacturer(s)and shall include the individual
contractor personnel to be employed on the project.
E. Inspectors shall be trained in the use of testing or inspection instrumentation and knowledgeable of the proper use, preparation
and installation of the product(s)to be used as specified herein.
F. Contractor shall initiate and enforce quality control procedures consistent with the coating product(s)manufacturer
recommendations and applicable RACE,SSPC, ICRI or other standards as referenced herein.
4.5 Delivery,Storage,and Handling
A. Materials are to be kept dry,protected from weather,and stored under cover.
B. Coating and repair materials are to be stored between 50 deg F and 90 deg F. Do not store near flame,heat,or strong oxidants.
C. All materials are to be handled according to their material safety data sheets.
4.6 Site Conditions and Safety
A. Contractor shall conform to all local,state,and federal regulations including those set forth by OSHA,RCRA and the EPA and
any other applicable authorities.
B. Particular attention shall be paid to those safety requirements involving entering confined spaces.Contractor shall maintain a
robust confined space entry program and other required safety training certifications to perform such work.
C. Flow diversion and/or bypass plans shall be submitted by Contractor to Owner as necessary to perform the specified work.
4.7 Warranty
A. Contractor shall warrant all work against defects in materials and workmanship for a period of one(1)year,unless otherwise
noted,from the date of final acceptance of the project. Contractor shall,within a reasonable time after receipt of written notice thereof,
repair defects in materials or workmanship which may develop during said one(1)year period,and any damage to other work caused by
such defects or the repairing of same,at his own expense and without cost to the Owner.
B. Coating and repair product supplier(s)shall warrant all coating materials for a period of one(1)year from the date of final
acceptance,unless otherwise noted,to be free of manufacturing defects;and products will meet current published physical properties
when applied and tested in accordance with the manufacturer's standards. If,within said one(1)year period,any product does not meet
the physical properties or is defective in manufacture the manufacturer will either replace the defective product or refund the purchase
price.
4.8 Existing Products
A. Standard Portland cement or new concrete must cured a minimum of 28 days prior to application of the coating product(s)or
surfaces must be prepared and coating materials applied according to the coating product manufacturer's recommendations for such
conditions.
B. Existing coatings shall be removed which may affect the performance and adhesion of the specified coating product(s). Contractor
is to maintain strict adherence to the protective coatings manufacturer's recommendations with regard to proper surface preparation and
compatibility with existing coatings.
C. Thoroughly clean and prepare existing products/surfaces to effect a seal with and promote the adhesion of the coating
product(s).
4.9 Repair Products
A. Repair products shall be used to fill voids or bugholes,smooth transitions between components,replace lost mortar in masonry
structures,smooth rough surfaces,and rebuild severely deteriorated substrates and/or to remediate infiltration prior to the installation of
the coating product(s).
QuestionnaireT8033 Fported on 24 May2022(Tue),21:16 Page 562 of 702
Agenda Item #25.
1. Repair materials must be supplied by the coating product(s)manufacturer or shall be expressly approved by the coating product(s)
manufacturer in writing for compatible with the specified coating product(s).
2. All materials shall be mixed,applied,and cured in accordance with the manufacturer's recommendations.
3. Repair product physical properties shall be substantiated through submittal of accredited third party testing results and shall be
representative of the actual field applied product and cure mechanism(s)to be employed in the field.
B. 100%solids,solvent—free epoxy grout;specifically the specified coating product(s)(Section 2.3 C.)enhanced with Raven 200
polyolefin fiber filler or other approved aggregate.
C. Factory blended,rapid setting,high—early strength,non—shrink repair mortar to be trowel or pneumatically spray applied to the
entire surface
1. Manufacturer: Raven Lining Systems,Broken Arrow,Oklahoma 800-324-2810 or 918-6150-140 fax
2. Product:Raven 755 Cement Mortar having the following characteristics:
a.Product Type:Fiber filled high early strength Portland cement mortar
b.Tensile Strength,psi(ASTM C496):>800
c.Compressive Strength,psi(ASTM C109):>9,000 @ 28 days
d.Flexural Strength,psi(ASTM C293):>1500
e.Shrinkage @ 90%R.H.,%(ASTM C596):0
f.Adhesion to Concrete,psi(ASTM C882):>2000 psi
g. Freeze/Thaw(ASTM C666): 100 Cycles,no visible damage
3. Or equal as approved by County representative
D. Factory blended,high strength,non—shrink,cementitious repair mortar to be troweled or otherwise manually applied to repair/fill
minor surface defects from featheredge to X"in thickness.
1. Manufacturer:Raven Lining Systems
2. Product:Raven 710—Cement Mortar having the following characteristics
a.Product Type:Calcium aluminate mortar
b. Compressive Strength,psi(ASTM C109):>5,000 @ 28 days
c.Shrinkage @ 90%R.H.,%(ASTM C596):0
d.Adhesion to Concrete,psi(ASTM C882):>1600 psi
e.dhesion to Concrete,psi(ASTM D7234): >150 psi
3. Or equal as approved by County representative
E. Factory blended,high—early strength,non—shrink,cementitious repair mortar to be trowel applied to fill large voids or repair bench
and inverts.
1.Manufacturer:Raven Lining Systems
2. Product:Raven 700 Cement Mortar having the following characteristics:
a. Product Type:Calcium aluminate mortar
b. Compressive Strength,psi(ASTM C109):>1,800 @ 24 hours
c.Adhesion to Concrete,psi(ASTM C882):>1600 psi
d. Adhesion to Concrete,psi(ASTM D7234): >150 psi
e. Density of wet mix 100—110 lbs./ft3.
3. Or equal as approved by County representative
F. Factory blended,non—shrink,hydraulic cement to be used for infiltration remediation.
1. Manufacturer:As applicable
2. Product:Hydraulic cement having the following characteristics:
a. Product Type:Hydraulic cement
b.Compressive Strength,psi(ASTM C109):>1,000 @ 1 hour,>2500 psi @ 24 hours
c.Shrinkage @ 90%R.H.,%(ASTM C596):0
G. Hydrophobic or Hydrophilic injectable urethane chemical grout to be used for the remediation of high volume infiltration or crack repair
and/or soil stabilization and void filling.
1. Manufacturer:As applicable
2. Product:Urethane chemical grout as appropriate for infiltration,crack repair and soil stabilization.
H. (OPTIONAL)Fiberglass woven roving cloth using E—Glass,9 oz/yd2 minimum weight;typical of Hexcel or BFG Industries style#7500.
4.10 Coating Products
A. Coating product shall be applied to all interior surfaces to impart a degree of structural enhancement.
B. Coating product physical properties shall be substantiated through submittal of accredited third party testing results and shall be
representative of the actual field applied product and cure mechanism(s)to be employed in the field.
C. 100%Solids,Solvent—Free, Ultra—High Build Epoxy Coating to be spray applied to all interior surfaces of exposed concrete above the
spring line or as otherwise detailed.
QueslionnalreT8033 Exported on 24 May2022(Tue),21:16 Page 563 of 702
Agenda Item #25.
1. Manufacturer:Raven Lining Systems,Broken Arrow,Oklahoma 800-324-2810 or 918-6150-140 fax or equal as approved by
County representative.
2. Product: Raven 405—100%solids,solvent—free ultra high—build epoxy system exhibiting the following characteristics:
a.Product Type: amine cured epoxyOC Content(ASTM D2584):
b.VOC Contnt(ASTM D2584): 0%
c.Compressive Strength,psi(ASTM D695): 18,000(minimum)
d.Tensile Strength,psi(ASTM D638): 7,500(minimum)
e. Flexural Modulus,psi(ASTM D790): 700,000(minimum)
f.Adhesion to Concrete,psi/mode of failure(ASTM D4541/7234):200 psi(minimum)with substrate(concrete)failure
g.Product shall be applied at a minimum 125 mils minimum
D. Product primer to be applied as recommended by the coating product manufacturer as installation conditions warrant.
1.Manufacturer:Raven Lining Systems or equal as approved by County representative.
2. Product: Raven 171 —100%solids epoxy primer having the following characteristics: 100%Solids,Solvent—Free, Utra—High Build
Epoxy Coating to be manually or spray applied to interior surfaces of exposed concrete below the typical flow line;specifically designed
for accelerated cure and suitable for release of flow in less than 45 minutes at normal service temperatures or as otherwise detailed.
4.11 Product Application Equipment
A. Cementitious repair products for spot repair may be mixed and applied using hand and/or power tools
B. Cementitious repair products to be spray applied shall be mixed and applied using manufacturer approved batch mixing and low
velocity spray devices.
C. Coating product primer may be applied using hand tools or other convention/airless spray application device(s).
D. Coating product to be spray applied shall be mixed and applied using manufacturer approved heated plural component spray
equipment.
E. Coating product application to hard to reach areas or for touch—up may be performed using hand tools.
4.12 Examination
A. Appropriate actions shall be taken by Contractor to comply with local,state,and federal regulatory and other applicable agencies
with regard to environment,health,and safety during work.
B. All structures to be coated shall be readily accessible to Contractor.
C. New Portland cement concrete structures shall have endured a minimum of 28 days since manufacture prior to commencing coating
installation. Should earlier coating be required,coating product manufacturer shall recommend specifications including appropriate cure
assessment testing and use of specialty primers and sealers such as Raven 171.
D.Any active flows shall be dammed,plugged,or diverted as required to ensure all liquids are maintained below or away from the
surfaces to be coated until final applications are cured as recommended by the manufacturer.
E. Temperature of the surface to be coated should be maintained between 40 and 120 deg F.
F. Specified surfaces should be shielded to avoid exposure of direct sunlight,other intense heat source or,where cementitious
products are employed,excessive ventilation. Where varying surface temperatures do exist,coating installation should be scheduled
Men the temperature is falling versus rising.
G. Prior to commencing surface preparation,Contractor shall inspect all surfaces specified to receive the coating and notify Owner,in
writing,of any noticeable disparity in the site,structure or surfaces which may interfere with the work,use of materials or procedures as
specified herein.
4.13 Repairs and Surface Preparation
A. Excessive debris,sediment,root intrusion or other foreign materials which may impact the effectiveness of the surface preparation
process shall be removed prior to the commencement thereof.
B. Offset structural components,lids,covers,frames,etc.shall be repaired,replaced,or reset prior to the commencement of surface
preparation.
C. External soil/fill voids shall be remediated and/or stabilized by replacement or injection of stabilizing grout as determined appropriate
by the County representative.
D. Oils,grease,incompatible existing coatings,waxes,form release,curing compounds,efflorescence,sealers,salts,or other
contaminants which may affect the performance and adhesion of the coating to the substrate shall be removed in accordance with SSPC—
SP 1 —Solvent Cleaning.Choice of surface preparation method(s)should be based upon the condition of the structure and concrete or
masonry surface,potential contaminants present,access to perform work,and the required cleanliness and profile of the prepared
surface to receive the repair and/or coating product(s).
E. Surface preparation method,or combination of methods,that may be used include high—pressure water cleaning,water jetting,
abrasive blasting,shotbiasting,grinding,scarifying,detergent water cleaning,hot water cleaning and others as referenced in industry
accepted standards such as:
1.SSPC SP-13/NACE No.6 Surface Preparation of Concrete,
QuestionnaireT8033 Exported on 24 M3y2022(Tue),21:16 Page 564 of 702
Agenda Item #25.
2.ASTM D-4258 Standard Practice for Surface Cleaning Concrete for Coating and ASTM—D�4259 Standard Practice for Abrading
Concrete,
3. ICRI Technical Guideline No.03732 Selecting and Specifying Concrete Surface Preparation for Sealers,Coatings,and Polymer
Overlays.
4. NACE/SSPC Standards for the surface preparation of steel.
F. Whichever method(s)are used,they shall be performed in a manner that provides a uniform,sound,clean,and neutralized surface
suitable for the specified coating product(s).
1. Resulting concrete surface profile(CSP)of the prepared concrete substrate shall be(as described in ICRI Technical Guideline No.
310.2-1997):
a, For application of cementitious materials;at least a CSP-2
b.For application of coating products:at least a CSP-2.
2. Concrete and/or mortar damaged by corrosion,chemical attack or other means of degradation shall be removed so that sound
substrate remains,
a. In conditions where severe chemical/microbiological attack has occurred the prepared substrate shall exhibit a pH of 8-12.
Additional cleaning and/or contaminated substrate removal may be required to achieve the specified pH level.
3. Steel surfaces to be coated shall be abrasive blast cleaned.
a. Blast air shall be free of oil and water.
b. Abrasive shall be as required to produce the specified level of cleanliness and profile in an efficient and uniform manner.
Abrasive shall not be recycled.
c. Abrasive blasting shall not be performed when the air or steel temperature is below40 deg F,when the relative humidity
exceeds 80%,or when the steel is less than 5 deg F warmer than the dew point. The Contractor will provide dehumidification,and/or
temperature control as necessary to meet these conditions.
d. Blast cleaning shall be in accordance with SSPC—SP 5,White Metal Blast Cleaning for immersion service of the coated areas.
Blast cleaning for other surfaces shall be in accordance with SSPC—SP 10, Near White Blast Cleaning. Anchor profile shall be 2.5-5.0
mils and relative to the coating thickness specified.
e. Alternatively,surfaces to be recoated may be cleaned according to SSPC—SP 12/NACE No.5 Surface Preparation and
Cleaning of Metals by Water jetting prior to Recoating.
f. Preparation shall be to SSPC—SP 12,WJ-1,Clean to Bare Substrate using a minimum of Figh—Pressure Water Jetting(10,000
psi-30,000 psi).
g. Water jetting does not produce an etch or profile of the magnitude currently recognized by the coatings industry. Rather,it
exposes the original abrasive—blasted surface profile if one exists. An anchor profile of at least 2.5 mils is required to be exposed. If
sufficient profile does not exist,abrasive blasting shall be performed as specified in section 3.2 D.
h. At the time of the recoating,the amount of flash rust shall be no greater than"No Flash Rust"as defined in SSPC—SP 12.
i. If inhibitors are to be used with the standard jetting water,the coatings manufacturer shall be consulted to ensure the
compatibility of inhibitors with the coatings.
G. Prior to the application of the coating product repairs shall be completed to ensure the following:
1. All inflow and infiltration shall be eliminated by use of appropriate repair material(s),such as hydraulic cements and/or chemical
grouts as described in Section 2.2.
2. All repairs to joints,pipe seals,steps,mechanical penetrations,benches,inverts,pipes or other appurtenances to be coated shall
be completed and repaired surfaces prepared according to this section.
a. Benches or other horizontal surfaces shall have adequate slope(1"rise per lineal foot minimum)to minimize the retention of
debris following surcharge.
b. Inverts or flow channels shall be smooth without lips,rough edges or other features which may cause debris to collect;
contoured to minimize turbulent flow,and be sloped to promote adequate flow from the inlet(s)to the outlet pipe.
c.All joints,pipe seals,steps or other penetrations shall be sealed against inflow,infiltration and exfiltration and be adequately
filled,smoothed and contoured to promote monolithic coating application.
H. Areas where reinforcing steel has been exposed shall be repaired in accordance with the County representative's recommendations
or at the minimum all exposed steel shall be prepared in accordance with Section 3.2 Par G.2 prior to coating with the coating product
specified or other approved primer as specified by the coating product manufacturer.
4.14 Application of Repair and Resurfacing Products
A.Repair products as per section 2.2 D shall be used to fill voids,bugholes,and other surface defects which may affect the performance
or adhesion of the coating product(s).
B. Repair products as per section 2.2 C and/or D shall be used to repair,smooth or rebuild surfaces with rough profiles to provide a
concrete or masonry substrate suitable for the coating product(s)to be applied. These products shall be installed to''1W minimum
thickness or as recommended within manufacturers published guidelines. Should structural rebuild be necessary,these products shall be
installed to a thickness as specified by the Project Engineer
C. Repair products as per section 2.2 F and/or G shall be used to remediate all active inflow,infiltration,and/or external soil/fill voids.
D. All Repair products shall be handled,mixed,installed,and cured in accordance with manufacturer guidelines.
E. All repaired or resurfaced substrates shall be inspected for cleanliness and suitability to receive the coating product(s). Additional
surface preparation may be required prior to coating application as per section 3.2.
F. (OPTIONAL)Fiberglass woven roving cloth may be rolled into the coating for added tensile and flexural strength where desired and/or
required.
1. A tack coat of a minimum of 20-30 mils shall be applied and allowed to cure to a tack free state,followed by and additional coat
of 20-30 mils of coating into which the fiberglass matte shall be inlayed and rolled while wet,an additional 50-60 mil coat minimum shall be
QuestionnaireT8033 E)ported on 24 N6y2022(Tue),21:16 Page 565 of 702
Agenda Item #25.
applied over the fiberglass inlay as part of the overall coating application.
2. Fiberglass matte shall be woven roving cloth with an approximate weight of 9 oz/yd2. Fiberglass matte shall be rolled into the
epoxy tack coat(s)using a notched roller fully relieving trapped air and wrinkles. The final topcoat shall encapsulate all fiberglass
strands. Care should be taken to ensure adequate cure time between applications above 100 mils to relieve exothermic heat in order to
avoid thermal degradation of the coating.
4.15 Application of Coating Product(s)
A. Application procedures shall conform to the recommendations of the coating product(s)manufacturer,including environmental
controls,product handling,mixing,application equipment,and methods.
B. Spray equipment shall be heated plural component specifically designed to accurately ratio and apply the coating product(s)and
shall be in proper working order.
C. Contractors qualified in accordance with Section 1.4 of these specifications shall perform all aspects of coating product(s)installation.
D. Prepared surfaces shall be coated via spray application of the coating product(s)described herein unless otherwise recommended by
the coating product manufacturer.
E.Coating thickness shall be in relation to the profile of the surface to be coated as recommended by the coating product manufacturer.
In all cases the coating product(s)shall be applied to a minimum dry film thickness of 80 mils to surface profiles of CSP-2 to CSP-5 or 125
mils minimum DFT to surface profiles of CSP-6 or greater.For resistance to ground water head pressure the coating shall be a minimum
of 80 mils for depths up to 15'and 125 mils minimum for depths from 15'to 80'. For depths greater than 80'consult the coating
manufacture for recommendations.
F. Subsequent topcoating or additional coats of the coating product(s)shall occur within the product's recoat window or 24 hours
whichever is less. Additional surface preparation procedures will be required if this recoat window is exceeded.Coating product(s)shall
interface with adjoining construction materials/components throughout the manhole structure to effectively seal and protect substrates
from attack by corrosive elements and to ensure the effective elimination of infiltration into the drainage system.Procedures and materials
necessary to effect the interface between dissimilar materials and the coating product shall be as recommended by the coating product(s)
manufacturer.
G. Termination points of the coating product(s)shall be made at the manhole frame and chimney joint(or other man way as is present),
1"below normal flow levels at the bench or within the invert[unless invert is specified to receive coating],and a minimum of 1"interfacing
within each pipe penetration.
H. Stormwater flow shall be stopped,bypassed,or diverted as necessary for application of the coating product(s)to the invert and
interface with pipe materials.
4.16 Testing and Inspection
A. Coating system thickness shall be inspected to ensure compliance with the specifications herein.During application a wet film
thickness gauge,meeting ASTM D4414-Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched
Gages,shall be used. Measurements shall be taken,documented,and attested to by Contractor for submission to Owner.After the
coating product(s)have cured in accordance with manufacturer recommendations,coating system thickness may be measured according
to SSPC-PA 9-Measurement of Dry Coating Thickness on Cementitious Substrates Using ultrasonic Gages.
B. High voltage holiday detection for coating systems installed in corrosive environments,when it can be safely and effectively employed,
shall be performed to ensure monolithic protection of the substrate. After the coating product(s)have cured in accordance with
manufacturer recommendations,all surfaces shall be inspected for holidays in accordance with NACE RPO 188-99 Discontinuity(Holiday)
Testing of New Protective Coatings on Conductive Substrates or ASTM D4787 Standard Practice for Continuity Verification of Liquid or
Sheet Linings Applied to Concrete Substrates. All detected holidays shall be marked and repaired according to the coating product(s)
manufacturer's recommendations.
1.Test voltage shall be a minimum of 100 volts per mil of coating system thickness.
2. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit.
3.All areas repaired shall be retested following cure of the repair material(s).
4. In instances where high voltage holiday detection is not feasible a close visual inspection shall be conducted and all possible
holidays shall be marked and repaired as described above.
5. Documentation of areas tested,equipment employed,results,and repairs made shall be submitted to the Owner/Engineer by
Contractor.
C. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating affecting the
performance of the coating system or the operational functionality of the structure shall be marked and repaired according to the
recommendations of the coating product(s)manufacturer.
D. The drainage system may be returned to full operational service as soon as the final inspection has taken place and all coating
materials have been adequately cured according to the coating product(s)manufacturer's recommendations.
By checking yes,vendor acknowledges the above Scope of Work/Technical Specifications and will furnish said product or
services according to the specifications or scope of work detailed within this ITB if awarded.
. Yes
. No
QuestionnaireT8033 E)ported on 24 Mby2022 Jue),21:16 Page 566 of 702
Agenda Item #25.
1.2.2. E)Oibit A- Line Thickness Chart(Ground Cover in Feet)
Please responded yes that you have reviewed this chart.
Yes/No Question
• Yes
• No
E)diibit A-Pipe Diameter(441861).Ddf
1.3. Revisions/Addenda/Questions&Answers
Section-1 Questions
1.3.1. REVISIONS I ADDENDA I QUESTIONS&ANSWERS
All answers to questions of substance will be publicly published using the Question&Answer feature.
Participants are required to review all revisions and answers to questions published.Revisions within the Solicitation as well as responses
posted through the'Question&Answer'feature are authoritative and shall be considered an addendum to the Solicitation.All information
in this Solicitation,including information provided through the'Question&Answer'feature are incorporated into the Solicitation or any
Contract resulting from this Solicitation.
By selecting YES below,participants are confirming that they have reviewed revisions and all answers to
questions published and any addenda up until the bid closing date and have given consideration to all information in
preparing the response to this solicitation.Selecting YES will serve as confirmation of acknowledgement.
To review all the published questions and answers,click on the Question and Answer Tab on the left hand side of the screen.
Yes/No Question
• Yes
• No
1.4. Insurance Requirements
Section-4 Questions
1.4.1. By checking yes,vendor agrees to the insurance requirements as detailed in the attached Required Types and Limits of
Insurance Chart and the Required Types of Insurance;Insurance Requirements;and Proof of Insurance sections as detailed
below.
Yes/No Question
• Yes
• No
Reauired Types and Limits of Insuran..(439357).ydf
1.Required Types of Insurance
The Contractor shall purchase and maintain at its own epense,during the term of the Agreement,the types and amounts of insurance with limits
no less than those shown in the Required Types and Limits of Insurance Chart associated with this solicitation,in the form and from companies
satisfactory to the County.The Required Types and Limits of Insurance Chart is a listing and general summary of insurance policies required and is
not intended to be comprehensive as to the requirements of each specific policy.Contractors shall review the additional requirements in this section
and ensure that the insurance policies comply with the specific terms and conditions therein.
A For the purposes of indemnification of the County or an endorsement or insurance coverage under this Agreement/Contract under which the
County is a"named insured","additional named insured",or "additional insured",the term"County"includes the County of Volusia(a body
corporate and politic and a subdivision of the State of Florida),including its districts,authorities,separate units of government established by law,
ordinance or resolution, partners,elected and non-elected officials,employees,agents,volunteers,and any party with Mom the County has
agreed by contract to provide additional insured status.
B.Subcontractors and Independent Contractors.All subcontractors&independent contractors utilized by Contractor to provide services to County
and its employees under this Agreement/Contract shall be required to maintain all insurance policies with the same terms,conditions,and
requirements required of the Contractor in the Required Types and Limits of Insurance Chart and described below in this E)Oibit.
C.Claims Made Basis Insurance Policies.All insurance policies written on a Claims Made Form shall maintain a retroactive date prior to or equal to
the effective date of the Agreement. The Contractor shall purchase a Supplemental E)dended Reporting Period("SERP")with a minimum reporting
period of not less than three(3)years in the event the policy is canceled,not renewed,switched to occurrence form,or any other event which
requires the purchase of a SERP to cover a gap in insurance for claims which may arise under or related to the Agreement. The Contractor's
purchase of the SERP shall not relieve the Contractor of the obligation to provide replacement coverage. In addition,the Contractor shall require
the carrier immediately inform the Contractor,the County Risk Manager,and the Purchasing and Contracts Division of any contractual obligations
that may alter its professional liability coverage under the Agreement.
D.Risk Retention Groups and Pools.Contractor shall not obtain an insurance policy required under this Agreement from a Risk Retention Group or
Pool.
QuestionnaireT8033 E)ported on 24 Nby2022(Tue),21:16 Page 567 of 702
Agenda Item #25.
E.Minimum Required Policies and Limits.Minimum underlying policies,coverages,and limits shall include all policies listed in the Required Types
and Limits of Insurance Chart.
F.Additional Insured,Policies,Coverages.Limits.Primary and Non-Contributory Basis.Under all insurance policies where the County is required to
be an additional insured,the coverage and limits provided to the County under Contractor's insurance policies shall be that listed in the Required
Types and Limits of Insurance Chart or the Contractor's actual limits,whichever is higher.All coverage provided to the County as an additional
insured by said policies shall be primary and shall not be additional to or contributing with any other insurance carried by or for the benefit of the
County with any other insurance available to the County.The Contractor shall utilize ISO Form CG 20 38 04 13 and CG 20 37 04 13 or equivalent
to provide additional insured status to the County and any party to whom the County is contractually bound to provide additional insured status
under a commercial general liability policy.
G.If the services provided require the disposal of any hazardous or non-hazardous materials off the job site,the disposal site operator must furnish
a certificate of insurance for Pollution Legal Liability with coverage for bodily injury and property damage for losses that arise from the facility that is
accepting the waste under the Agreement.
H.Workers'Compensation, Workers'Compensation insurance is required for all employees of the Contractor,employed or hired to perform or
provide work or services under the Agreement or that is in any way connected with work or services performed under the Agreement,without
exclusion for any class of employee,and shall comply fully with the Florida Workers'Compensation Law(Chapter 440,Florida Statutes,Workers'
Compensation Insurance)and include Employers'Liability Insurance with limits no less than the statutory.Policy shall include a waiver of
subrogation in favor of the County. If Contractor is using a"leased employee"or an employee obtained through a professional employer
organization("PEO"),Contractor is required to have such employees covered by worker's compensation insurance in accordance with Florida
Worker's Compensation law and the insurance carrier of the PEO execute a waiver of subrogation in favor of the County,its employees and
insurers.
(1)Contractor and its Subcontractors,or any associated or subsidiary company doing work on County property or under the Agreement must be
named in the Workers'Compensation coverage or provide proof of their own Workers'Compensation coverage,without exclusion of any class of
employee,and with a minimum of the statutory limits per occurrence for Employer's liability coverage.Further,if the Contractor's Subcontractors fail
to obtain Workers'Compensation insurance and a claim is made against the County by the uncovered employee of said Subcontractor of the
Contractor,the Contractor shall indemnify,defend,and hold harmless the County from all claims for all costs including attorney's fees and costs
arising under said employee(s)Workers'Compensation insurance claim(s).
I.Commercial General Liability Insurance. The Contractor shall acquire and maintain Commercial General Liability insurance,with limits of not less
than the amounts shown in the Required Types and Limits of Insurance Chart.Contractor shall not obtain an insurance policy wherein the policy
limits are reduced by defense and claim expenses.Such insurance shall be issued on an occurrence basis and include coverage for the
Contractor's operations,independent Contractors,Subcontractors and"broad form"property damage coverages protecting itself,its employees,
agents,Contractors or subsidiaries,and their employees or agents for claims for damages caused by bodily injury,property damage,or personal or
advertising injury,and products liability/completed operations including what is commonly known as groups A,B,and C.Such policies shall include
coverage for claims by any person as a result of actions directly or indirectly related to the employment of such person or entity by the Contractor or
by any of its Subcontractors arising from work or services performed under the Agreement. Public liability coverage shall include either blanket
contractual insurance or a designated contract contractual liability coverage endorsement,indicating expressly the Contractor's Agreement to
indemnify,defend and hold harmless the County as provided in the Agreement. The commercial general liability policy shall provide coverage to
County when it is required to be named as an additional insured either by endorsement or pursuant to a blanket additional insured endorsement,
for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form(ISO Form
CG 00 01),as filed for use in the State of Florida by the Insurance Services Office,without the attachment of any endorsements excluding or limiting
coverage for Bodily Injury,Property Damage,Products/Completed Operations,Independent Contractors,Property of County in Contractor's Care,
Custody or Control or Property of County on which contracted operations are being performed,Explosion,Collapse or Underground hazards(XCU
Coverage,Contractual Liability or Separation of Insureds.When County is added as additional insured by endorsement,ISO Endorsements CG 20
38 and CG 20 37 or their equivalent shall be used and shall provide such additional insured status that is at least as broad as ISO form CG 20 10
11 85. If County has agreed by separate contract to require Contractor to name another party as an additional insured,Contractor shall add said
party as an additional insured to the commercial general liability policy by ISO Endorsement CG 20 38.Contractor shall require its subcontractors
performing work under this Agreement to add the County and any other party that the County has agreed by separate contract to require
Contractor to name as an additional insured to their Commercial General Liability policy as an additional insured by ISO Endorsement CG 20 38.All
commercial general liability policies shall provide a waiver of subrogation in favor of the County and any other party required by this Agreement to
be named as an additional insured.
J.Motor Vehicle Liability. The Contractor shall secure and maintain during the term of the Agreement motor vehicle coverage in the split limit
amounts of no less than the amounts shown in the Required Types and Limits of Insurance Chart,per person,per occurrence for bodily injury and
for property damage or a combined single limit of the amount shown above with"Any Auto", Coverage Symbol 1,providing coverage for all
autos operated regardless of ownership,and protecting itself,its employees,agents or lessees,or subsidiaries and their employees or
agents against claims arising from the ownership,maintenance,or use of a motor vehicle.The County shall be an additional insured under this
policy when required in the Required Types and Limits of Insurance Chart.
AA.Primary and Excess Coverage. Any insurance required may be provided by primary and excess insurance policies.
2.Insurance Requirements
A.General Insurance Requirements:
(1)All insurance policies shall be issued by insurers licensed and/or duly authorized under Florida Law to do business in the State of Florida and all
insuring companies are required to have a minimum rating of A-and a Financial category size of VIII or greater in the"Best Key Rating Guide"
published by A.M.Best&Company,Inc.
(2)Approval by County of any policy of insurance shall not relieve Contractor from its responsibility to maintain the insurance coverage required
herein for the performance of work or services by the Contractor or its Subcontractors for the entire term of the Agreement and for such longer
periods of time as may be required under other clauses of the Agreement.
(3)Waiver of Subrogation. The Contractor hereby waives all rights against the County and its Subcontractors for damages by reason of any claim,
demand,suit or settlement(including workers'compensation)for any claim for injuries or illness of anyone,or perils arising out of the Agreement.
The Contractor shall require similar waivers from all its Subcontractors. Contractor's insurance policies shall include a waiver of subrogation in
favor of the County.This provision applies to all policies of insurance required under the Agreement(including Workers'Compensation,and
general liability).
QuestionnaireT8033 Evorted on 24 Nby2022(Tue),21:16 Page 568 of 702
Agenda Item #25.
(4)County Not Liable for Paving Deductibles.For all insurance required by Contractor,the County shall not be responsible or liable for paying
deductibles for any claim arising out of or related to the Contractor's business or any Subcontractor performing work or services on behalf of the
Contractor or for the Contractor's benefit under the Agreement.
(5)Cancellation Notices. During the term of the Agreement,Contractor shall be responsible for promptly advising and providing the County Risk
Manager and the Purchasing and Contracts divisions with copies of notices of cancellation or any other changes in the terms and conditions of the
original insurance policies approved by the County under the Agreement within two(2)business days of receipt of such notice or change.
(6)Deductibles.Contractors that maintain and administer a self-insured retention or a large deductible program exceeding the insurance
requirements listed in this solicitation using a formal program to fund either program may submit an exception in accordance with the solicitation
section detailing Questions,Exceptions,and Addenda,to be considered for this solicitation.
The request must include a summary of the program's design,funding method,and the program's supporting financial information. If additional
information is necessary,the County will request more specific information,which must be provided by the Contractor. The County Risk Manager
will review the information submitted and determine whether the program is acceptable to the County.
Contractors with no formal risk management program in place to manage and fund deductibles or self-insured retentions may not be considered.
Subject to County approval,Contractor may obtain a letter of credit in the amount equivalent to the deductible,which shall remain in effect during
the term of the Agreement at no additional cost to the County.
(7)Contractor's obligations or services shall not be construed to negate,abridge,or reduce other rights or obligations of indemnity or insurance
defense of additional or named insureds which would otherwise exhaust or be unavailable as to a party or person described in this Contract.
3.Proof of Insurance
A The Contractor shall be required to furnish evidence of all required insurance in the form of certificates of insurance,which shall clearly outline all
hazards covered as itemized herein,the amounts of insurance applicable to each hazard and the expiration dates.
B.The Contractor shall furnish proof of insurance acceptable to the County prior to or at the time of execution of the Agreement and the Contractor
shall not commence work or provide any service until the Contractor has obtained all the insurance required under the Agreement and such
insurance has been filed with and approved by the County.Upon request from the County,the Contractor shall furnish copies of all requested
policies and any changes or amendments thereto,immediately,to the County,the County Risk Manager,and Purchasing and Contracts Divisions,
prior to the commencement of any contractual obligations. The Agreement may be terminated by the County,without penalty or expense to County,
if at any time during the term of the Agreement proof of any insurance required hereunder is not provided to the County.
C.All certificates of insurance shall clearly indicate that the Contractor has obtained insurance of the type,amount and classification required by
this Section. No work or services by Contractor or its Subcontractors shall be commenced until County has approved these policies or certificates
of insurance.Further,the Contractor agrees that the County shall make no payments pursuant to the terms of the Agreement until all required
proof or evidence of insurance has been provided to the County. The Agreement may be terminated by the County,without penalty or expense,if
proof of any insurance required hereunder is not provided to the County.
D.The Contractor shall file replacement certificates with the County at the time of expiration or termination of the required insurance occurring
during the term of the Agreement. In the event such insurance lapses,the County expressly reserves the right to renew the insurance policies at
the Contractor's expense or terminate the Agreement but County has no obligation to renew any policies.
E.The provisions of these sections,Required Types of Insurance;Insurance Requirements;and Proof of Insurance,shall survive the cancellation
or termination of the Agreement.
1 A.2. Damages to Rental Equipment
Rental Contractor(s)agree to purchase such insurance,as they consider necessary to protect their equipment from damage or
destruction during the term of this Agreement for rental of equipment. Rental Contractor(s)also agree that the County shall have no
obligation for payment of damages of any nature to equipment provided with or without an operator unless clear and convincing evidence
demonstrates that gross negligence of either the County or its employees acting within the scope of their employment was the direct cause
of such damage or destruction.
Rental Contractor(s)further understand and agree that no employee of the County other than the Director of Purchasing and Contracts is
authorized to sign any rental or other agreement that contains terms and conditions other than those contained in this solicitation,and that
any signature of a County employee other than the Director of Purchasing and Contracts shall be interpreted as the County's
acknowledgement of delivery only.
By checking yes,the vendor acknowleges and agrees to the terms and conditions regarding damages to rental equipment
as described in this section.
Yes:Jo C_uestir,n
. Yes
. No
1.4.3. Please provide Proof of Insurance-evidence of required insurance coverage or proof of insurability in the amounts indicated. If available,
a properly completed ACORD Form is preferable. Upon award,final forms must contain the correct solicitation and/or project
number and Volusia County contact person.
Firms that have owner/operators that have filed a"Notice of Election to be Exempt"shall submit a copy with the response.
Document question
QuestionnaireT8033 Exported on 24 May2022(Tue),21:16 Page 569 of 702
Agenda Item #25.
1.4.4. Incorporated and unincorporated firms that qualify for an exemption under the Florida Workers'Compensation law in Chapter 440, Florida
Statutes,shall submit the attached Hold Harmless Agreement.
Document question
Fold Harmless Aareement(438908).odf
1.5. Forms
Section-2 Questions
1.5.1. Bid Submittal Form
Please fill out and submit the attached Bid Submittal Form.
Document question
Bid Submittal Form(438909).odf
1.5.2. W-9
Please attach current W-9 Form.
Document question
1.5.3. Florida Department of State,Division of Corporations'Detail by Entity Name Report
Provide a Florida Department of State,Division of Corporations'detail by entity name report for your firm,available at:;:.r:,,rc'7 o ].
The Respondent shall be required,upon notification of recommendation of award,to register with the Florida Department of State Division
of Corporations at�Nnw.sunbizorg in order to provide services under the resulting Contract.
Document question
1.5.4. Certification Affidavit by Prime Contractor as Local Business
Vendor acknowledges that,as the respondent:
• Vendor has been in business for a minimum of six(6)months prior to the date of this submission
• Vendor acknowledges the ability to provide proof of local business presence in the form of a business tax receipt from a local
jurisdiction per Volusia County local preference ordinance found at
By selcting'Yes',I acknowledge the local preference requirements and understand these requirements shall remain for the entire term of
the agreement. I further understand that failure to notify the County of Volusia of any change in status as a result of an awarded
agreement may result in breach.
Yes/No Question
• Yes
• No
1.5.5. Certification Affidavit of Subcontractor as Local Business
The respondent certifies to the best of its knowledge and belief,that any subcontractor/supplier in accordance with a response to this
solicitation:
• Subcontractor/supplier has been in business for a minimum of six(6)months prior to the date of this submission
• Subcontractor/supplier acknowledges the ability to provide proof of local business presence in the form of a business tax receipt
from a local jurisdiction per Volusia County local preference ordinance found at
,. ,...i:i a oral'o r- L���a'-Pry (r�,�n t,liin C,1 nt
By selecting'Yes',I acknowledge the subcontractor local preference requirements and understand these requirements shall remain for the
entire term of the agreement. I further understand that failure to notify the County of Volusia of any change in status as a result of an
awarded agreement may result in breach.
Yes/No Question
• Yes
• No
QuestionnaireT8033 Forted on 24 Nby2022(Tue),21:16 Page 570 of 702
Agenda Item #25.
5.6. Business Tax Receipt
Please attach Business Tax Receipt.
To be responsive to this solicitation,each Respondent who is currently required to have a Business Tax Receipt(BTR)at the time of
submittal shall provide a copy of their current BTR.
There are two exceptions to this ITB submission requirement:
1. If Respondent's business does not have a physical location in Lake,Orange,Osceola,Seminole,or Volusia County, no submission
is required, OR
2. If Respondent's business type is exempt,submit with proposal a Proof of Exemption Form,approved by the Volusia County
Treasury and Billing Director, located at -
For more information and to access Ch. 114,Article 1,Sect. 114-1 of the Volusia County Code of Ordinances,go to:
http://www.volusia.org/services/financial-and-administrative-services/revenue-services/local-business-taxibusiness-tax-frequently-asked-
questions.stml
Document question
1.5.7. Conflict of Interest
The award of this solicitation is subject to Chapter 112,Florida Statutes.All respondents must disclose with their response the name of
any officer,director,or agent who is also an employee of the County of Volusia.Further,all respondents must disclose the name of any
County of Volusia employee who owns,directly or indirectly,an interest of the Respondent's/Supplier's firm or any of its subsidiaries
associated with this project. I certify that this proposal is made without prior understanding,agreement or connection with any corporation,
firm or person submitting a proposal for the same services,and is in all respects fair and without collusion or fraud.
Respondent shall select'No'if a conflict of interest as defined in this question does NOT exist.Please select'Yes'if a conflict of interest as
defined in this question DOES epst and shall be further described in the explanation below.
Yes/No QuesUon
• Yes-
triggers
• No
Conditional question when answer is Yes
Enter explanation of the conflict of interest as indicated above.
Open Question
1.5 8 Public Entity Crime
Public Entity Crimes-Pursuant to Section 287.133(12)(a)of the Florida Statutes,a person or affiliate who has been placed on the
convicted vendor list following a conviction for a public entity crime may not submit a Submittal Package(Bid Response)on a contract to
provide any goods or services to a public entity,may not submit a bond on a contract with a public entity for the construction or repair of a
public building or public work,may not submit Submittal Package(Bid Response)on leases of real property to a public entity may not be
awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity,and may not
transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category Two($25,000)for a
period of 36 months from the date of being placed on the convicted vendor list.Respondent should read carefully all provisions of
287.133 and 287.134,Florida Statutes(2005).
By selecting'Yes',the Respondent represents and warrants that the submission of its response/proposal does not violate Section
287.133,Florida Statutes(2005),nor Section 287.134,Florida Statutes(2005)or their successor. In addition to the foregoing,the
Respondent represents and warrants that Respondent,Respondent's subcontractors and Respondent's implementer,if any,is not under
investigation for violation of such statutes.
Yes/No Question
• Yes
• No
QuestionnaireT8033 Exported on 24 Nby2022(Tue),21:16 Page 571 of 702
Agenda Item #25.
1.5.9. Scrutinized Companies Certification
Per State of Florida Statute s.287.135(5)Suppliers(companies)must acknowledge and agree to the'Certification Regarding Prohibition
Against Contracting with Scrutinized Companies'paragraph listed below. Respondents shall agree by marking the option
below. Respondents neglecting to respond may be disqualified from consideration of award and deemed non-responsive.
I hereby certify that neither the responding entity,nor any of its wholly owned subsidiaries,majority-owned subsidiaries,parent companies,
or affiliates of such entities or business associations,that exists for the purpose of making profit have been placed on the Scrutinized
Companies That Boycott Israel List created pursuant to s.215.4725 of the Florida Statutes,or are engaged in a boycott of Israel.
In addition,if this solicitation is for a contract for goods or services where the total contract value is one million dollars($1,000,000)or
more,I hereby certify that neither the responding entity,nor any of its wholly owned subsidiaries,majority-owned subsidiaries,parent
companies,or affiliates of such entities or business associations,that exists for the purpose of making profit are on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,created
pursuant to s.215.473 of the Florida Statutes,or are engaged in business operations in Cuba or Syria as defined in said statute.
I understand and agree that the County may immediately terminate any contract resulting from this Solicitation upon written notice if the
responding entity(or any of those related entities of respondent as defined above by Florida law)are found to have submitted a false
certification or any of the following occur with respect to the company or a related entity:(i)it has been placed on the Scrutinized
Companies that Boycott Israel List,or is engaged in a boycott of Israel,or(ii)for any contract for goods or services of one million dollars
($1,000,000)or more,it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List,or it is found to have been engaged in business operations in Cuba or Syria.
By selecting'Yes',the respondent acknowledges and agrees to the'Certification Regarding Prohibition Against Contracting with
Scrutinized Companies.'
Yes/No Question
. Yes
. No
1.5.10. Drug-Free Workplace
By selecting"Yes",Rspondent hereby acknowledges it has implemented the requirements of Florida statute 287.087 and is in compliance
with the requirements of a drug-free workplace program.
Yes/No Question
. Yes
. No
1.5.11. Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion
By selecting'Yes',the Respondent certifies to the best of its knowledge and belief,that the firm and any subcontractor/supplier in
accordance with a response to this solicitation:
• are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from covered
transactions by any Federal department or agency
• have not within a three-year period preceding this bid proposal been convicted of or had a civil judgment rendered against them for
commission of fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public(Federal,State,or
local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,
theft,forgery,bribery,falsification or destruction of records,making false statements,or receiving stolen property.
• are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal,State,or local)with
commission of any of the offenses enumerated in the previous paragraph of this certification.
• have not within a three(3)year period preceding this bid proposal had one or more public transactions(Federal,State,or local)
terminated for cause or default.
Yes/No Question
. Yes
• No-
triggers
Conditional question when answer is No:
Enter explanation of the'No'response to the Certification Regarding Debarment,Suspension,Ineligibility and Voluntary
Exclusion.
Open Question
1.5.12. Licenses and/or Certifications
Please attach copies of Licenses and/or Certifications as may be required per the specifications of this solicitaiton.
Document question
QuestionnaireT8033 E)ported on 24 Nby2022(Tue),21:16 Page 572 of 702
Agenda Item #25.
1.6. Additional Information
Section-11 Questions
1.6.1. Can you meet the minimum warranties(Section 1.8,Section 2.3 and Section 4.7)listed in this solicitation?
Open Question
1.6.2. Please provide a copy of your State of FL Certified General Contractor,or Underground Utility and Excavation Contractor.
Document question
1.6.3.
Do you accept electronic funds transfer(EFT)?
Yes/No Question
• Yes
• No
1.6.4.
V you indicated YES to accepting Electronic Funds Transfer,what percentage discount will you offer when accepting payment via EFT?
Value question
1.6.5.
Will you offer a discount for payment terms less than the County's NET45?If so,please provide the%and day requirement for the
discount.(Example:5%for payment within 30 days)
Open Question
1.6.6.
Please submit your total number of employees.
VaLie questior
1.6.7. Are you a sole proprietor?
YeslNo Question
• Yes
• No
1.6.8. The following information is required in order to be considered for a future price redetermination for fuel.
Assuming that the prices quoted include costs for vehicles,maintenance,repair,insurance,fuel,wages,insurances and other employee
benefits,materials,overhead,operating expenses,etc.,what percentage of the rate is directly attributed to the cost of fuel?
The total for all of the pricing redetermination percentages in these sections shall not exceed 100.
Complete percentage amount below.
Value question
1.6.9. Which fuel type does your firm use primarily:
NLltiple choice question
• diesel fuel
• gasoline
1.6.10. The following information is required in order to be considered for a future price redetermination for wages.
Assuming that the prices quoted include costs for vehicles,maintenance,repair,insurance,fuel,wages,materials,overhead,operating
expenses,etc.,what percentage of the rate is directly attributed to the cost of wages?
The total for all of the pricing redetermination percentages in these sections shall not exceed 100.
Complete percentage amount below.
Value question
QuestonnaireT8033 Exported on 24 Nby2022(Tue),21:16 Page 573'bf 702
Agenda Item #25.
1.6.11. The following information is required in order to be considered for a future price redetermination for materials.
Assuming that the prices quoted include costs for vehicles,maintenance,repair,insurance,fuel,wages,insurances and other employee
benefits,materials,overhead,operating expenses,etc.,what percentage of the rate is directly attributed to the cost of materials?
The total for all of the pricing redetermination percentages in these sections shall not exceed 100.
Complete percentage amount below.
Value question
1.7. References
Section-1 Questions
1.7.1. References
List at least three(3)recent references where the proposed product/services has been provided within the past three(3)years. Unless
specifically asked by the County,the County of Volusia shall not be listed as a reference.
Complete and upload the attached References Form.Additional documentation may be provided to aid in evaluation.
Document question
References Form(438910).odf
1.8. Definitions
Section-0 Questions
QuestionnaireT8033 Exported on 24 Nty2022(Tue),21:16 Page 574 of 702
Agenda Item #25.
Definitions
As used in this Bid,the following terms shall have the meanings set forth below.
Agreement:Result from this solicitation between the County and the Contractor,which is this Bid,along with any written addenda and other written
documents,which are expressly incorporated by reference.
Agreement Administrator:The Director of Purchasing and Contracts or designee shall serve as Agreement Administrator. The Agreement
Administrator shall be responsible for addressing any concerns within the scope of the Agreement. Any changes to the resulting Agreement shall
be made in writing and authorized by the Director of Purchasing and Contracts.
Bid: A Contractor's offer to the County in response to an invitation to bid(ITB)issued by a purchasing authority.
Bidder: One who submits a response to an invitation to bid(ITB).
Contractor:The person or entity duly authorized,upon award of an invitation to bid(ITB),to have an Agreement with the County to provide the
product and/or services set forth herein and incurring liability for the same.
Contractor's Proiect Manager:The Project Manager has responsibility for administering this Agreement for the successful Bidder(s)and will be
designated prior to the issue of the resulting Master Agreement or Purchase Order.
Con Shall mean the County of Volusia(a body corporate and politic and a subdivision of the State of Florida)including its districts,authorities,
separate units of government established by law,ordinance or resolution,partners,elected and non-elected officials,employees,agents,
volunteers,and any party with whom the County has agreed by contract to provide additional insured status.
CountVs Proiect Manager(s):The Project Manager(s)have responsibility for the day-to-day administration of the resulting Agreement for the
County and will be designated prior to award of the resulting Master Agreement or Purchase Order.
Day:The word"day"means each calendar day or accumulation of calendar days.
Director:The Director of Purchasing and Contracts for the County of Volusia,Florida.
Master Agreement:The payment vehicle through with the successful Bidder(s)shall be compensated. This Agreement will be issued in
accordance with the specifications,terms,and conditions of this Bid document and shall be valid for a specified period of time with a specific dollar
value,which shall not be exceeded annually.
Person or Persons:An individual,firm,partnership,corporation,association,executor,administrator,trustee,or other legal entity,whether
singular or plural,masculine or feminine,as the context may require.
Preference:The method of the reducing the proposed Bid or quote price by a designated percentage for the sole purpose of determining the
lowest price when compared to other prices submitted during a competitive solicitation.
Protest:See process at www.volusia.org/purchasing.
Purchase Order: The County's written document to the Contractor formaliang the proposed transaction,such as a description of item(s)/services,
delivery location,payment terms,invoice address and transportation. If there are any conflicts between the Purchase Order and the resulted
awarded ITB the terms of the ITB shall prevail.
Subcontractor:A person other than a materialman or laborer who enters into a contract with a Contractor for the performance of any part of the
Agreement documents.
QuestionnaireT8033 Forted on 24 M3y2022(Tue),21:16
Page 575 of 702
Agenda Item #25.
�. Master Agreement No. 750 4140 - 2
TERM: 2022-09-20 to 2025-09-19 Page 1 of 2
Volusia County
FLORIDA
Date Issued: 11/30/2022
Vendor contact: County contact: Bill To:
Name: Michael Cannon Name: LORI KOONTZ County of Volusia
Phone: 407-260-9668 Ext.: Phone: 386-822-6422 Ext.: 20455 AS REQUIRED BY
E-mail: mcannon@reynoldsinliner.com E-mail: Ikoontz@volusia.org USING DEPARTMENT
VOLUSIA COUNTY,FL 32720
Vendor Name: Vendor No. VSOOOOO00057 Ship To:
GRANITE INLINER LLC AS REQUIRED BY
INLINER SOLUTIONS LLC USING DEPARTMENT
2531 JEWETT LANE
SANFORD,FL 32771 VOLUSIA COUNTY,FL 32720
Solicitation Number: 22-B-41HO Purchasinq HEIDI OTT
Phone: 386-626-6626 Ext: 16626
E-mail: hott@volusia.org
Award Date: 2022-09-20
Payment Terms: Net 45 Days, FOB Dest, Freight allowed
Award Authorization: COUNCIL
Document Description:
Pipe Lining
Line Commodity Unit Description Unit Price or
Item Code P Contract Amount
1 65951 EA Pipe lining- In accordance with 22-B-41 HO 0.000000
Pam Wilsky,CPPO,CPPB County of Volusia
Purchasing& Contracts Director Sales Tax Exemption Number
85-8012622393C-9
Remainder of page is blank
A delivery order is required for the release of items/services from the referenced Master Agreement. If a solicitation number is referenced then the terms and conditions of
said solicitation become part of the Master Agreement. Deviation from prices stated is not permitted without a signed corrected Change Order.
If vendor terms and conditions conflict with County of Volusia Terms and Conditions,the County's Terms and Conditions prevail. See reverse side for terms and conditions.
age b I b CIT 702
Agenda Item #25.
Purchase Order (PO) or Master Agreement (MA) Terms and Conditions
Providing any good or service constitutes acceptance of this entire PO or MA without exception.
in she event thls Ctorument is issued haled on a solicitation or quote,the terms and corldition ,of the
solicitation or quote prevail.
Ag-epfenca pulciased As 1eEuli of&his PCl or MA liter Na lelted ForconpllanDa rvsir,ape[11csilonE Items_YJ,WBr9d not In uw4arrTmance INrih me somiklrellane
may be rfae[tte9 ang ratumE0 at the rurcv.*F s atlpenE,e fhoas Items and items not delivered to Ine dBnve-y 3ale,eF-vte+7*lts 3orxauBd Orley atarar PO Sr MA may o=
purchased an 1ha open market-
G�r�llaubtl ul Linde,.A 19itllesl by emhBr viiltV ro p❑to t:ancal the Little-al not ttus,
L'Sswary_1'gln inn rMlt off Ytvo 11c111 lrnson when IVvrr.Nwil bilml,ts111yfrsi lilm elm null lrnq plmn try Gllrrnly ut Volrlvir(t;fnrny"),All w*aosirtWirll101!Intl.'„-0hrrmrlv".Malt rill
rr,lo"r,va4D shall tin(vane(ly pn/vkow
F500CAll*lu,1d 7ltyvldbr 1htty U1VV County'n Ill I day=atvrpec"ICC ut r 01000 nlnl.lntl ItMr"(%I an that 1:-ouriv :art pwrv-z lb addlPofta'quUntlllni at 1:11-oritmoi A 19nr01
Govioly vitAt vivo Wr1lffor apot9w ni rap"myrols)*iheir•xoftSla araWoull pr1Co or I"to I14W4 ty,IIiMp. iDIR fit.or ltf"tllorl 31 Ifte 0-bor1lnUod MOM.Tlf1*la tit Ittu•Iosini-n
rogprrlina f orforrrrnce of Sorwxs and thir P4 Cs MA call bo lnrmmntod toy UW moldy k-MvIi-t'nlanao,rton opptoprink-of rurxte of Vtnpodt7rmaow
DN utes- If!IwM dIstrole arlszs under Ihls Pt-i r#Mh tied snot r'EMed InfcWI311y bV[ME IJBfl a Aghln five(5)%sirien days,the pady brvy;cy 4 GM W I'DINNIlnp Peny'l malls
deliver la the(list faviat represenlaGroe of the OPW party a written at-AWMem(VispUte NoKelt,descAhlfg the 9tapute,it title resp9cilve Wesentatives cannot re"Ve Ine dlEpulE
IMlhln Yen t I01 fM+ys.the draPut?Snap le esaletEa tflr>G.IQrr IWC'hlgfleroY9U of ntAmtfQe"enl R ifir?•'15pUte has rwl Deer,fRlltltyed WIIf1rA 25(tW9nty-Ilye)t;e2a43!Gaya alt5i
dall',cry of tyre i upUMV Pjionyk-2 natfce atner pony nvy give*nttesi Police tb Itte-drier party lvdarngr the ra%*^Alan proms Iyrm+-ated end pursue o11per legal racautae ur
Irrodle eprrw nombinding rhedtTWn tleWe A aingle 11100W Whirl 41140 Ire 400101441anl wtlnln;N3(nYlny)dnya CA#THAW--.T.tismbrdanae iMh roues elf pr5ti11ce ono p70.*dkI*
rrlkloW by IhrSupl lfrft COW d c'IDrtdA Ks WO( Owed matiaUaN Rule,1 7?- Nf=%,,co,Ihr r-a>osittr Rultte r!fasis gWrrntb,rr+ ilhd QjWW,f*AA.rlungn 314tulas.N ihr(papule
rerrwlrm�wnrusplved Affttr r ridWing Alnico F11041"101m1 Uteri,Iwlhiii fifirty ITury arrMaNd to It"uh&u fuiJt Ivwrflin111►)n rUffiWi+ntdl UNnr1'Afnm IItlyAlirin it,A cuuft 6A kuollrNNpr,l
luntodion.
ramnlaenrn wih EEMA 7 CFR 21M 31&1 fi wit!Anlmndu II rmir,=PrGyis aim Tits Agra.,mani and We prcdurt,tharv,tes prnv,dad m:ly its idlimW In Ilia uvenl 91 Apdari"d
SL=WFederal Ertvrpercy 9nd ConharJco,a MaA he prefmrerl to comply with IYR renv--- rnortts of 1ho F-tW Sgp#r ClrylviE-r CFR 2U0.811f-32t1 arty Apt,If f'Ontrass Pmvls,nnr
aE am9rltled.These doc inrev L-owl,be found on Ike mlenai at'hlips rfwww•goo:arrundsys.'grenulelCEFi-?pt�111te�wol i rCF::�01�-b119z mil-sec21lD-31 B
Gov�more:LawhFsjdlcltuniVenub.-this W)at IAA shall be gsvemed uy ore laws.td frost Ewa ut Ftunus and venue sour any IILeNIan airing lrofn IhIE PO at IAA shall he st Iht•
Coady of Volusl9.Florida.and any Irvin Saab be nun-tut v provider shell t_7nggv Will all atl-tklc 131E f9tve and lepulal,o-c
ICiurd"l= For ghulls niod ierv0a-3 fsavered tit prrrunilerl bV Provider ar,GaWdy pleptiwa_,,Ptuvsolde I=lllfl"II nyatook"1115 tanmlin-010fl-ttvt gLlleltil adld%tlfflutgllLe died spill.
klfwvlm,!r IN 11111 llRlpUllls~UWwil In Most Itnlmit.,llnn fsq"or tmntrosOl ono Piny ar+m +gmbntr 11rgrOtn VOMbining to Itllt PQ car MA,or front tun A,M'S01"A of hrPr ratal InflurerrYt
loonstsprlhvriy,ai by Ills,IMi"lls,n(4,14dt,Insurr1V1.VU Ca"mYihxltlriNr TIMs C-owily rt_Mdt4'rtN I►tu ltfthl(rl notiult"iI1N tCwoily ifr voill1'Nr'tl!114htraY}4s 4ddlWoml tow lino W.ojW;;*H-o
dtar111U7 mbcre wry For%*dims:w1orwd DO r'.qumly DWI,liW-rind abo&tWIVO M by Ulihi bitty r issio r,, Pill Phiv'ft'kr,"UW tmtth,A91Nattl Ihtlt nIYINIVI 4U0h I►If UIffir art
covdrago as aaI.WFI aboioa
hltaliscwal r-r;2" Pruvdv cgreie5 In Itrgter:i,aelend.vVemnity,rind save:he 00t►Ay,Its aryenr,officials in"o�q sioaa ]oftuusil5,aid emprryyeee of the GQU-Ity harmllase
from aria aaalnsl any and at csm ir.osman4a,ectiohE,w4 uses of arffprt wnrch may aftoe 3rsanlno mnl a dopr-rrt Li-mark,trade seCret.,y PatEatl I'Imellaetlal 410001 t1
aE praw 3Ul ded und s a PG MA-trilh as�ngea or masapproprletM1y third perry'a IrllelleruE m l-LV*eny•I(Provldai uEH tray a third Pinny any iltsanse.royalty'or other ouch tSBgE Fee
In prdr^,*deliver th&IISmlE)Umv Pie F't or MA,swit lhirll pally and usage tee nfat f e apeCrIlad rm pie Prolomlaft•31fer Vp Ea W ttse i:oUnly,
I,.=n,nllr attbl,. rho OnlrwCrp, F>e inpernn,ly deland and 1,01 hnrrtve5: (tt: t;Njortty And Ito rtnptayo,m anl,rfa. elected .iro iippofniml u(WAI.. t9onlol, 41torymy,,
I flrlirlstntrinv*f.,,olillIt s".alvlslurm dnPAllplf 11A 11101GIS.AiIVIOMIr4•iri:issitSurlAtbl IerPAIRIk hr,fn srL)jIgAipi4l r ilAfm6 i1Anup_'1Ef` lrtwo-k and lrkpalAbA1,e14OUt1aIR.lief trill
illll4nd IS,41101Tlttylk IrM7r,,i111aafy PUY 0 so feftuiluf!t IN01 Ina-joerlorlm ts"n,it per,Aipwmirnunl Ott the r-Xtf:rd UUll Nlty Shill 13fn,•Qoss"J de,1450 Ahtl 04flet15w.Z iaktbAlr1 rV lfoy
ImuI111dId ad('I wim-•dill 114 ohm rAtlll."Im,an)tufltt oln,llfy tit InduPicily emp hivel Ily E-o+r11 nmat
f tcrir(czsIirm s Aal;=runt.r,rnlnty may,safardlty rhengn, it Pin nddole-0 norf,this rll,ankly Anti rtrre.yfnp p,nn)tvlthln the>aunty Frio,itamr,tons yNl F.lty-2 All r4hNr 4'sm;m1t51
he muu,rrliy agna.,d upfm fit evilinq Gnunly is nal required Ia pr.y for dufncl,va Items. hied&-order..MID dtWvonoF Ihoss qunnalins e,raoolnq the PI?or MA rfuarhry or hems
gwppw at 3 highff pncE than slated on rho PO ix MA ISWAhor I1016 PG or MA nor any Inken?sl tea e r shnn loss,awfgnad lranEfon9d, or ancumbered by Provider olry_s l gF
sutn>ued m willing by the Gpu%1y
Noah ee-.All nuum:a given Uy one"vly Ic the alher;. ny under Ihtti PG as MA shell be cliellvoinia Its the,ever%+-mot ped'y'a ae:,,Eus sH fan+,an it-PO eiU -by huw,qualified
Modify.or a-mall site st-3a be aE-emra lecsred the aaV altar It K 0anarrdhad lair tR taunty,11 stw be to-Peewee W the*}_aches--zg and Unno is 1]e,arrnrtrtl, IIIN Wesl
Itffe,e,lisAveffue.Bit[iluut,br-arYd*IurWO 32120ftrpurulWamggvulu .ufy
Nei W:,Iyci Ix1 r-dp„ro tv dt+iny fit,Ohm pall of l'7,yhly In NrltnlWis any 10%1,ivytvrfr.of fmn" 0.IN k-mmefnad n
WMYor N"Wbirif•not V-,O my t tnftlo of mliont ayn►alm(rl any CV41 no,ran". L prnr-udtt prry'Alipf at Ntmftnr yyist"M ltmtntv,i no,Uir.rtNr6rin Its any,1!hm Iipltt,poHw,Ur
rdnfrwty
0rdar of Pre rdenc* In Uw event of corm,0WWh Ihis PCI Dr B Masers ftreernshl 110 A),Uri a'grallnd V91use r ounly wntr4m em anien0nimlts Inurmrr_,shrill be tdrittolht4i
TM"s control shall pertain to air sr_clrat:alicr,s and%Qpes of Wont indude+i In the cra Ifng voilusts County contrao amid any err-uvments Iheretb,
Payment.Except lax mrstrurto-,&arviees.Whim s'ey be paid p rruefit to fr*Florida Preempt Payment Act t.',-ounly shall pay Plnvida»hfhln 45(tony IyeI day,E Eller rExip!of Ell
aomrate afa undisputed Ifvuxae.s+ras the CouAty auvept3 a promCt payment discount Irom P"Wer am His goods at-ervicESare not detective Invowa.�It 4,4ra aiip,asilYers
tscWL'Yrw ack nr,Wleggem-=x--s14 con'ewwoe-ce inap cteany Indlcale me ice,or MA .vnp W er. W addlltom or difieren mes f farm and mndNwns on Pmvw--r; alm mu
tt
utt
Ira rt✓w1awerl Ilull enol yaw rho cAa.ay mNy khfeTt Ct gn,ounla it ljoy 11o,wilwi lhy*re+tam11 aW li rlltigWe Its rerulyad.Ngehlr,o is,Ihly pow
hell 91*1f aaarr Any abflgrrllon on the pat"of rw County h)poly,&-actry to Any'Aublalnlr,soC'Ssr u1 Prnv,eted Any mowo4 due tau zaah St,kWntrliscWt,11r dorms C4 iturt,Fnhrxralrrelof IN
tthklttokW GWt11t ay Provldt+t tat viWAI tlrAito+elf%W,0A to atrn strw pro'Adlltl under Vila PO cp MA
Spytisegon Inlfnuniry This Qr%Ialy rlltrisMy rriamlr rill righLA,owastfilc and Imm1m11t/y:a1 uJVNr4gJn immunity In itrcrorlamro wile!bmIsson 7111-28 Fimtdn$IIlLA1ue,•ranlwtlllplAn"i,tt
on$ihinq:terrain,In any Raritan of Ine Agream.d ocr l Mtif AgvMtgnnn n l,aft it IN!.Pnn*;,e Drifter art thu caul:ary,nhmp lh r an
y ny such dnurmunl;:holl bw detrmw asd a waiver;1
Immunirp rr the ard1241onG or%;bt+rly of the County beyond any anA.lory Ilmlwd waiver rO lmmuniky ris,Umur-f ItatAnty which may Nova hoen nor may be apbt,49d by Ine Rands
Lagiso-alure aad the cefi on tt:e anouni ary kaPaAy cI Ine Coonly for damage-ragardlec-- of the numew or nalum of clawnD yi loin equity,or[rniraci Elul vt eaceed IrtE dollar
arrt$+rl sEe by tte-V%IBture for Will.Nothing In the A[grawriBnl,MaslEs,Agreem9nL.9r imE F#Thaoe Chttar shall+run?to Uie baororl bl arty Ihwd party far the purpose m avowing
any down agwml the Caunly,wh uh would Lotherw,se ba!Harrod under the ltcb><a of fievere,gn nnmunlly a by Does alit•of law
raw&Guvwly is tsen'r,l frtml Mallufuckuaetil'Pederal E_.ase ran fATaletrlklonN d9£br)(y 5Ct5y--to Cluild0 wales inv(ErnmYtflonR 65 8011fi'1NOX-% Cettlhcbl�--as available 31
iWW,Wmsut µtW_p Ai�Ng I- tar—_llig wnu•.le a0r3*tk:--g 9u!§htl4.:2t with Ur4d11A Uilurfiry,rillu IC--lum--*t--rpfl;t to rn11 *,tatiMkul'print illy'wrnlAl'IF
limp-.amort"$M Mpar a nit,y-$filh t'urlll1wil t
Tesinitmo,,h nN+ithtsntlldpinn Tow CrwlAy hrky eoh,m fir.Pre IN MA tit tvllrk,.Pit Cot WhNll a-Is Ur hold'hbltdtd 411 Imb r:,4,Me *tit Ihlrty I W1 flays,lyltlli
�J_r.r In anudlan to arty rtphLs,x ram H;ree cuhrarosse.In Ihls P 0, nanli vs3rtyzrwt haW'(latitz,duos Arid lerncnlus;uvaflgtnhl Ihrodall ihn Uniform Gommorriml Gobi tVC,C I
01mo.'lanl'+_Prwmm-Watranit'no,sit Work C+.3--vires performed under 11lie A.',.y MA shall he parkrmad in g .•i_era camp"ent WarFenaanllke manlier to Ule saialaCl4n of Ine
Ca6riiy,zm mnliti alE shell rx or goad atoomy sunless obirrrlAr,a Seguin all Pl:s,x KIA).and N.-e from jetects and pure taril to speUllrallOnE-and requirsmenle df bit.wnws.ji,
relates to,,tots PLt,Jf Mil
Vulusia Cuuniy i'urchaslny & contacts oivision, (rev.O5a19.17 apprvd CMJJ)
Page 577 of 702
Agenda Item #25.
Exhibit B
4[infiner Office
253q Jewett Street
Sanford, FL 32771
r 407-472-0014
g ra nitecon struction.corn
November 17, 2022
Mr. David Tinoco
Village of Tequesta
345 Tequesta Drive
Tequesta, FL 33469-0273
RE: Volusia County Contract T8033 22-B-41 HO
Gentlemen,
Please accept this letter as Inliner Solutions consent to utilize our Volusia County T80833 22-B-41 HO
as a piggyback contract for the work identified in our proposal dated 11/4/2022.
Inliner Solutions will complete the identified work in accordance the requirements of the Volusia County
contract.
If you have any questions, do not hesitate to contact us.
Sincerely,
INLINER SOLUTIONS, LLC
Daniel Banken
Area Director- Florida Operations
Page 578 of 702
Agenda Item #25.
MEMORANDUM (Cont'd) Page 3 of 10
RE: Consider Approval of a Piggyback Agreement on a Volusia County Contract with Inliner Solutions for Urgent/Emergency
Stormwater Drainage Pipe Lining Repairs
To: Jeremy Allen,Village Manager
From: David Tinoco,Distribution&Stormwater Superintendent Through:Marjorie Craig,PE,Director,Utilities Department
Date: January 23,2023
fticad;rk hole, _ _
- has been repair?� _ -
m4ltipie times in -
+ 4t-11e last t2 mcmths.
FEW—
Page 579 of 702
Agenda Item #25.
MEMORANDUM (Cont'd) Page 4 of 10
RE: Consider Approval of a Piggyback Agreement on a Volusia County Contract with Inliner Solutions for Urgent/Emergency
Stormwater Drainage Pipe Lining Repairs
To: Jeremy Allen,Village Manager
From: David Tinoco,Distribution&Stormwater Superintendent Through:Marjorie Craig,PE,Director,Utilities Department
Date: January 23,2023
I �
+3
-Road sinf:hole, ^
has been repaired _
multiple times in
the Last 12 months.
I
I,
Sink hole due to 4N
,structural failure.
Has:leer)repaired
-- - - multip:e times in
the last 12 months.
•ls�i=R �I:�a1i.'�'f,�„�I .J��y,.1Y�.. n ,a}�Na�7' y6} _
o7 'ALL .rY.d ;fit i
-A
h�•
iCa,
'A Air f
t�1�1
oI �A JJaL'Y/1
Page 580 of 702
Agenda Item #25.
MEMORANDUM(Cont'd) Page 5 of 10
RE: Consider Approval of a Piggyback Agreement on a Volusia County Contract with Inliner Solutions for Urgent/Emergency
Stormwater Drainage Pipe Lining Repairs
To: Jeremy Allen,Village Manager
From: David Tinoco,Distribution&Stormwater Superintendent Through:Marjorie Craig, PE,Director,Utilities Department
Date: January 23,2023
Separation inside
the pipe
u:
Page 581 of 702
Agenda Item #25.
MEMORANDUM (Cont'd) Page 6 of 10
RE: Consider Approval of a Piggyback Agreement on a Volusia County Contract with Inliner Solutions for Urgent/Emergency
Stormwater Drainage Pipe Lining Repairs
To: Jeremy Allen,Village Manager
From: David Tinoco,Distribution&Stormwater Superintendent Through:Marjorie Craig,PE,Director,Utilities Department
Date: January 23,2023
Sand accumulation
inside pipes.
Page 582 of 702
Agenda Item #25.
MEMORANDUM (Cont'd) Page 7 of 10
RE: Consider Approval of a Piggyback Agreement on a Volusia County Contract with Inliner Solutions for Urgent/Emergency
Stormwater Drainage Pipe Lining Repairs
To: Jeremy Allen,Village Manager
From: David Tinoco,Distribution&Stormwater Superintendent Through:Marjorie Craig,PE,Director,Utilities Department
Date: January 23,2023
Structural Damage
Inside Pipe
•8 Y y �.
Page 583 of 702
Agenda Item #25.
MEMORANDUM (Cont'd) Page 8 of 10
RE: Consider Approval of a Piggyback Agreement on a Volusia County Contract with Inliner Solutions for Urgent/Emergency
Stormwater Drainage Pipe Lining Repairs
To: Jeremy Allen,Village Manager
From: David Tinoco,Distribution&Stormwater Superintendent Through:Marjorie Craig,PE,Director,Utilities Department
Date: January 23,2023
f1�
Inside -1 Bunker PI's Yard a
r I
�f : 1
Ston wrater manhole
outside fence_next
to v htte pipe d
1 t
i
i
Depression caused by — —`
failing 42"storn-raater a
S.
Page 584 of 702
Agenda Item #25.
MEMORANDUM (Cont'd) Page 9 of 10
RE: Consider Approval of a Piggyback Agreement on a Volusia County Contract with Inliner Solutions for Urgent/Emergency
Stormwater Drainage Pipe Lining Repairs
To: Jeremy Allen,Village Manager
From: David Tinoco,Distribution&Stormwater Superintendent Through:Marjorie Craig,PE,Director,Utilities Department
Date: January 23,2023
i ,
3 Bunker PI
- Inside 'I Bunker Pi's Yard
• 1 Y • 1
' 00`
-100
Page 585 of 702
Agenda Item #25.
MEMORANDUM(Cont'd) Page 10 of 10
RE: Consider Approval of a Piggyback Agreement on a Volusia County Contract with Inliner Solutions for Urgent/Emergency
Stormwater Drainage Pipe Lining Repairs
To: Jeremy Allen,Village Manager
From: David Tinoco,Distribution&Stormwater Superintendent Through:Marjorie Craig,PE,Director,Utilities Department
Date: January 23,2023
r �
i
f� • wow
11
i
-.3
4_
i
I
I _
I
PIu 1 Bunker I � I
I
42'Pipe Locator
ti ti � d *ir fir
Page 586 of 702