Loading...
HomeMy WebLinkAbout2025 Agreement 25-05-ITB Page 1 of 21 CITY OF SEBASTIAN AGREEMENT FOR LIFT STATION PREVENTATIVE MAINTENANCE AND REPAIR WITH MEEKS PLUMBING, INC. THIS AGREEMENT made and entered into on ________________________by and between the City of Sebastian, Florida, whose address is 1225 Main Street, Sebastian, FL 32958, a municipal corporation of the State of Florida, hereinafter referred to as the "City" and Meeks Plumbing, Inc. (FEIN: 65-0021660), whose principal and local address is 5555 US HWY 1, Suite 1, Vero Beach, FL 32967 hereinafter referred to as the “Contractor.” The City and the Contractor are collectively referred to herein as the “Parties.” WITNESSETH: WHEREAS, the City desires to retain the Contractor for the work identified in the proposal specifications outlined in the Invitation to Bid 25-05, Lift Station Preventative Maintenance and Repair; and WHEREAS, the City desires to retain the Contractor to provide lift station preventative maintenance and repair services, as subsequently specifically set out in purchase orders to be issued under this agreement; and WHEREAS, the City desires to employ the Contractor to support the activities, programs, and projects of the City upon the terms and conditions hereinafter set forth, and the Contractor is desirous of performing and providing such goods/services upon said terms and conditions; and WHEREAS, the Contractor hereby warrants and represents to the City that it is competent and otherwise able to provide professional services to the City; and WHEREAS, all City promulgated bid documents pertaining to Invitation to Bid 25-05, Lift Station Preventative Maintenance and Repair, and all submissions by the Contractor (including the bid proposal and proposal clarifications) are incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein; and WHEREAS, the City desires to retain the Contractor to provide all labor, materials, equipment, facilities, and services included in, but not limited to, the guidelines in the scope of work; and WHEREAS, the City desires to use the expertise and knowledge of the Contractor; and WHEREAS, the Contractor recognizes the importance of strict adherence to all laws, rules, and regulations, particularly regarding safety procedures and processes. NOW THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, it is agreed by and between the parties hereto as follows: Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E February 19, 2025 25-05-ITB Page 2 of 21 SECTION 1: GENERAL PROVISIONS 1.1 The term "Contractor" as used in this agreement is hereby defined herein as that person or entity, including employees, servants, partners, principals, agents, and assignees providing services under this agreement. 1.2 The Contractor acknowledges that the City may retain other service providers to provide the same services for City projects. At its option, the City may request proposals from the Contractor and the service providers for City projects. The City reserves the right to select which service providers shall provide services for the City’s projects. 1.3 This agreement is for lift station preventative repair and maintenance services, as set forth herein and as otherwise directed by the City to include all labor and materials that may be required. 1.4 The recitals above are true and correct and form and constitute a material part of this agreement upon which the parties have relied. 1.5 Each party hereto represents to the other that it has undertaken all necessary actions to execute this agreement and has the legal authority to enter into it and undertake all obligations imposed on it. The person(s) executing this agreement for the Contractor certify that they are authorized to bind the Contractor fully to the terms of this agreement. 1.6 Time is of the essence of the lawful performance of the duties and obligations contained in this agreement, including, but not limited to, each purchase order. The parties agree that they shall diligently and expeditiously pursue their respective obligations outlined in this agreement and each purchase order. 1.7 When the term “law” is used herein, it shall include statutes, codes, rules, and regulations of any type or nature enacted or adopted by a governmental entity of competent jurisdiction. 1.8 The Contractor hereby guarantees the City that all work and all material, supplies, services, and equipment listed on a Purchase Order meet the requirements, specifications, and standards provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. 1.9 It is agreed that nothing herein contained is intended or should be construed as creating or establishing a relationship of co-partners between the parties or as constituting the Contractor (including, but not limited to its officers, employees, and agents) as the agent, representative, or employee of the City for any purpose or in any manner whatsoever. The Contractor is to be and shall remain independent concerning all services performed under this agreement. 1.10 Persons employed by the Contractor in the provision and performance of the goods and/or services and functions under this agreement shall have no claim to pension, workers’ Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 3 of 21 compensation, unemployment compensation, civil service, or other employee rights or privileges granted to the City’s officers and employees either by operation of law or by the City. 1.11 No claim for goods and/or services furnished by the Contractor not specifically provided for herein or in a purchase order shall be honored by the City. SECTION 2: SCOPE OF SERVICES 2.1 The Contractor shall safely, diligently, and professionally and timely perform with its equipment and assets and provide goods and/or services included in each subsequently entered purchase order. Unless modified in writing by the parties hereto, the Contractor's duties shall not be construed to exceed the provision of the goods and/or services pertaining to this agreement. 2.2 The Contractor shall provide the goods and/or services as generally set forth and described in Exhibit “A” to this agreement and specifically detailed in various purchase orders as may be issued from time to time by the City. SECTION 3: PURCHASE ORDERS 3.1 The provision of services to be performed under the provisions of this agreement shall be commenced as outlined in the City’s bid/procurement documents upon the execution of this agreement and a purchase order issued on a form provided by the City hereunder commencing the provision of goods and services. Additional services to be performed by the Contractor to the City shall be authorized in a written change order issued by the City on a form provided by the City. Purchase orders executed by the City shall include a detailed description of quantities, services, and a completion schedule. The Contractor shall review purchase orders and notify the City in writing of asserted inadequacies for the City’s correction if warranted. In every case, if the Contractor completes work without authorization by a purchase/work order or a change order, the City is not obligated to compensate the Contractor for the unauthorized work. 3.2 The Contractor shall perform all services required by the purchase order, but the Contractor shall not be paid more than the negotiated Fixed Fee amount stated therein. 3.3 The Contractor may invoice the amount due based on the percentage of total services performed and completed, but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services completed. 3.4 The City shall make payments to the Contractor when requested as work progresses for services furnished, but not more than once monthly. Each purchase order shall be invoiced separately. The Contractor shall render to the City, at the close of each calendar month, an itemized invoice properly dated, describing any services rendered, the cost of the services, the name and address of the Contractor, purchase order number, contract number, and all other information required by this agreement. Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 4 of 21 SECTION 4: CONTRACTOR UNDERSTANDING OF SERVICES REQUIRED 4.1 Execution of this agreement by the Contractor is a representation that the Contractor is familiar with the services to be performed and local conditions. The Contractor shall make no claim for additional time or money based upon its failure to comply with this agreement. The Contractor has informed the City, and hereby represents to the City, that it has extensive experience in performing and providing the services and/or goods described in this agreement and to be identified in the purchase orders and that it is well acquainted with the work conditions and the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the City's projects. Execution of a purchase order shall be an affirmative and irrefutable representation by the Contractor to the City that the Contractor is fully familiar with all requisite work conditions of the provisions of the goods and/or services. SECTION 5: CHANGE ORDERS 5.1 The City may revise the scope of services outlined in any particular purchase order. 5.2 Revisions to any purchase order shall be authorized in writing by the City as a change order. Each change order shall include a schedule of completion for the services authorized. Change orders shall identify this agreement and the appropriate purchase order number. Change orders may contain additional instructions or provisions specific to certain aspects of this agreement pertinent to the services provided. Such supplemental instructions or provisions shall not be construed as modifying this agreement. An agreement between the parties on and execution of any change order shall constitute a final settlement and a full accord and satisfaction of all matters relating to the change and to the impact of the change on unchanged goods and/or work, including all direct and indirect costs of whatever nature, and all adjustments to the Contractor’s schedule. SECTION 6: CONTRACTOR RESPONSIBILITIES 6.1 The Contractor shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all goods and/or services furnished by the Contractor under this agreement as well as the conduct of its staff, personnel, employees, and agents. The Contractor shall provide the City a list of employees working days, times, and assignments within two (2) hours of the City’s request for such information, which the City may request. The Contractor shall provide employee addresses and driver’s licenses. All Contractor employees shall at all times wear identification badges which, at a minimum, give the name of the employee and the Contractor. The Contractor shall work closely with the City to provide the goods and/or services. Concerning services, the Contractor shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy, and coordination of all of the following, which are listed for illustration purposes only and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and all other services of whatever type or nature furnished by the Contractor Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 5 of 21 under this agreement. Without additional compensation, the Contractor shall correct or revise any errors or deficiencies in its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The Contractor’s submissions in response to the subject bid or procurement processes are incorporated herein by this reference. 6.2 Neither the City’s review, approval, or acceptance of nor payment for any of the goods and/or services required shall be construed to operate as a waiver of any rights under this agreement or of any cause of action arising out of the performance of this agreement and the Contractor shall be and remain liable to the City per applicable law for all damages to the City caused by the Contractor’s negligent or improper performance or failure to perform any of the goods and/or services furnished under this agreement. 6.3 The rights and remedies of the City, provided for under this agreement, are in addition to any other rights and remedies provided by law. 6.4 Time is of the essence in the performance of all goods and/or services provided by the Contractor under the terms of this agreement and every purchase order. SECTION 7: CITY RIGHTS AND RESPONSIBILITIES 7.1 The City shall reasonably cooperate with the Contractor promptly at no cost to the Contractor as outlined in this Section. 7.2 The City shall furnish a City project manager to administer, review, and coordinate the provision of services under purchase orders. 7.3 The City shall make City personnel available where, in the City’s opinion, they are required and necessary to assist the Contractor. The availability and necessity of said personnel to assist the Contractor shall be determined solely at the discretion of the City. 7.4 The City shall examine all of the Contractor's services and indicate the City's approval or disapproval within a reasonable time so as not to delay the provisions of services of the Contractor materially. 7.5 The City shall transmit instructions and relevant information and interpret and define City policies and decisions concerning all materials and other matters pertinent to the services covered by this agreement. 7.6 The City shall give written notice to the Contractor whenever the City's designated representative knows of a development that affects the goods and/or services provided and performed under this agreement, the timing of the Contractor’s provision of goods and/or services, or a defect or change necessary in the Contractor's goods and/or services. 7.7 The rights and remedies of the City provided under this agreement are in addition to any other rights and remedies provided by law. The City may assert its right of recovery by any Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 6 of 21 appropriate means including, but not limited to, set-off, suit, withholding, recoupment, or counterclaim, either during or after the performance of this agreement as well as the adjustment of payments made to the Contractor based upon the quality of work of the Contractor. 7.8 The City shall be entitled to recover all legal costs, including, but not limited to, attorney fees and other legal costs, that it may incur in any legal actions it may pursue to enforce the terms and conditions of this agreement or the responsibilities of the Contractor in carrying out the duties and responsibilities deriving from this agreement. 7.9 The failure of the City to insist in any instance upon the strict performance of any provision of this agreement or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 7.10 Neither the City’s review, approval, or acceptance of nor payment for any of the goods and/or services required shall be construed to operate as a waiver of any rights under this agreement nor any cause of action arising out of the performance of this agreement and the Contractor shall be and always remain liable to the City per applicable law for all damages to the City or the public caused by the Contractor’s negligent or wrongful provision or performance of any of the goods and/or services furnished under this agreement. 7.11 After final payment is made to the Contractor, all deliverable analysis, reference data, survey data, plans, reports, or any other form of written instrument or document that may result from the Contractor’s services or have been created during the Contractor’s performance under this agreement shall become the property of the City. SECTION 8: COMPENSATION 8.1 Compensation for performance of work per Exhibit A, subject to additions and deletions by change order as provided for in this agreement. 8.2 Compensation to the Contractor shall be as outlined in the purchase order, which assigns services to be accomplished by the Contractor. 8.3 The Contractor shall be paid per the charges outlined in Exhibit “B” attached hereto. 8.4 There are no reimbursable expenses to be paid to the Contractor except as specifically set forth herein. 8.5 The total contract expenditure shall not exceed $25,000 without prior approval from the City Council. Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 7 of 21 SECTION 9: INVOICE PROCESS 9.1 Invoices, in an acceptable form to the City and without disputable items, will be processed for payment within thirty (30) days of receipt by the City. 9.2 The City will notify the Contractor of any disputable items in invoices submitted by the Contractor within fifteen (15) days of receipt, explaining the deficiencies. 9.3 The City and the Contractor will try to resolve all disputable items in the Contractor’s invoices. 9.4 Each invoice shall reference this agreement, the appropriate purchase order and Change Order if applicable, and the billing period. 9.5 The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the Contractor completed goods and/or services referenced in an invoice. 9.6 Invoices are to be forwarded directly to the project manager: • Name: Jim Testa Email: jtesta@cityofsebastian.org SECTION 10: COMMENCEMENT SCHEDULE OF AGREEMENT 10.1 The Contractor shall commence providing services as described in this agreement upon execution of a purchase order issued by the City. 10.2 The Contractor and the City agree to make every effort to adhere to the schedules required by the City or as established for the various purchase orders as described in each purchase order. However, if the Contractor is delayed at any time in the provision of goods and/or services by any act or omission of the City, or of any employee, tumult of the City, or by any other Contractor employed by the City, or by changes ordered by the City, or by strikes, lockouts, fire, unusual delay in transportation, terrorism, unavoidable casualties, or any other causes of force majeure not resulting from the inactions or actions of the Contractor and beyond the Contractor’s control which would not reasonably be expected to occur in connection with or during performance or provision of the goods and/or services, or by delay authorized by the City pending a decision, or by any cause which the City shall decide to justify the delay, the time of completion shall be extended for such reasonable time as the City may decide in its sole and absolute discretion. It is further expressly understood and agreed that the Contractor shall not be entitled to any damages or compensation or be reimbursed for any losses due to any delay or delays resulting from any of the causes as mentioned earlier or any other cause whatsoever. SECTION 11: TERM/LENGTH OF AGREEMENT 11.1 The initial term of the Agreement is for a term of two years. The Agreement may be Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 8 of 21 renewed by the parties for two additional terms of one year if agreed to in writing thirty days prior to the end of the initial term. 11.2 The City has the right to extend any contract for the period necessary for the Contractor to complete their contractual obligations and/or release, award, and implement a replacement agreement. Such extension shall be based on the same prices, terms, and conditions this contract outlines. SECTION 12: DESIGNATED REPRESENTATIVES 12.1 The City designates the City Manager or their designated representative, to represent the City in all matters pertaining to and arising from the work and the performance of this agreement. 12.2 The City Manager, or his/her designated representative, shall have the following responsibilities: 12.3 Examination of all work and rendering, in writing, decisions indicating the City's approval or disapproval within a reasonable time so as not to materially delay the work of the Contractor; 12.4 Transmission of instructions, receipt of information, and interpretation and definition of City's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this agreement; 12.5 Giving prompt written notice to the Contractor whenever the City official representative knows of a defect or change necessary in the project; and 12.6 Coordinating and managing the Contractor’s preparation of any necessary applications to governmental bodies to arrange for submission of such applications. 12.7 Until further notice from the City Manager, the designated representative for this agreement is concerning this section of the Agreement: Jim Testa, Facilities Foreman Phone: 772-453-9722 Email: Jtesta@cityofsebastian.org Or Richard Blankenship, Parks, Recreation, and Facilities Director Phone: 772-300-1957 Email: rblankenship@cityofsebastian.org The Contractor’s designated representative is: Clayton Kyle Meeks Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 9 of 21 Phone: 772-569-2285 Email: Kmeeks@meeksplumbing.com SECTION 13 - LIQUIDATED DAMAGES 13.1 Upon failure of the Contractor to complete the project by the Completion Date, the Contractor shall pay to the City the sum of One Hundred Dollars ($100) for every calendar day until the project reaches the Substantial Completion Date, as fixed and agreed liquidated damages and not as a penalty to represent the damages City will sustain in the event of delay. The Parties agree and recognize the impossibility of precisely ascertaining the number of damages the City will sustain if the Contractor fails to achieve the Substantial Completion Date timely. 13.2 When the Contractor defaults on the Agreement or any material provision thereof or fails to remedy any deficiency in performance, the City may procure the necessary supplies or services from an alternative source and hold the contractor financially responsible for any excess costs incurred. The difference between the bid price of the product or service and the actual price paid may be deducted from any current or future obligations owed to the contractor as liquidated damages. SECTION 14: TERMINATION FOR CAUSE OR CONVENIENCE. 14.1 Notwithstanding any other provision of this agreement, the City shall have the right at any time to terminate this agreement in its entirety, with or without cause, as outlined herein. 14.2 WITH CAUSE: If the Contractor is found to have failed to perform services in a manner satisfactory to the City, the Contractor shall have ten (10) days to correct deficiencies. 14.2.1 Failure of the Contractor to remedy said specified deficiencies within ten (10) days of receipt of such notice shall result in the termination of the agreement, and the City shall be relieved of any responsibilities and liabilities under the terms and provisions of the contract. 14.3 WITHOUT CAUSE: The City shall have the right to terminate this agreement without cause with thirty (30) days' written notice to the Contractor. Notice shall be served to the parties as specified in the agreement. 14.4 Upon receipt of notice of termination, the Contractor shall promptly discontinue the provision of all services unless the notice provides otherwise. 14.5 If this agreement is terminated, the City shall identify any specific purchase order(s) being terminated and the specific purchase order(s) to be continued to completion according to the provisions of this agreement. 14.6 This agreement will remain in full force and effect as to all authorized purchase order(s) to be completed as outlined above. Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 10 of 21 SECTION 15: PAYMENT IN THE EVENT OF TERMINATION 15.1 In the event this agreement or any purchase order is terminated or canceled before completion without cause, payment for the unpaid portion of the satisfactorily, undisputed services provided by the Contractor before the date of termination will be paid. SECTION 16: EQUAL OPPORTUNITY EMPLOYMENT 16.1 The Contractor shall not discriminate based on race, color, sex, age, national origin, religion, and disability or handicap by the provisions of: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000 et seq.), Title VII of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.), Florida Civil Rights Act of 1992 (§ 760.10 et seq.), Title 41 CFR Part 60 for compliance with Executive Orders 11246 and 11375, Title 49 CFR 23 and Title 49 CFR 26 for Disadvantaged Business Enterprises, Age Discrimination Act of 1975 (42 U.S.C. § 6101, et seq.), Title 49 CFR 21 and Title 49 CFR 23, Nondiscrimination based on handicap, Title 49 CFR 27, Americans with Disabilities Act of 1990 (42 U.S.C. 12102, et. seq.), Federal Fair Labor Standards Act (29 U.S.C. § 201, et seq.), and any other federal and state discrimination statutes. The contractor shall furnish pertinent information regarding its employment policies and practices and those of their proposed subcontractors the City may require. The above shall be required of any subcontractor hired by the Contractor. All equal employment opportunity requirements shall be included in all non-exempt subcontracts entered into by the Contractor. Subcontracts entered into by the Contractor shall also include all other applicable labor provisions. No subcontract shall be awarded to any noncomplying subcontractor. Additionally, the Contractor shall insert in its subcontracts a clause requiring subcontractors to include these provisions in any lower tier subcontracts that may be made. The Contractor shall comply with all state laws and local ordinances. SECTION 17: INDEMNIFICATION 17.1 The Contractor and any subcontractors shall indemnify, defend and hold harmless the City, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or its subcontractors and other persons employed or utilized by the Contractor or its subcontractors in the performance of the contract; irrespective of the negligence of the indemnitee or its officers, directors, agents, or employees. However, such indemnification shall not include claims of, or damages resulting from, gross negligence or willful, wanton, or intentional misconduct of the City or its officers, directors, agents, or employees. Upon request of the City, the Contractor or its subcontractors shall, at no cost or expense to the City, indemnify and hold the City harmless of any suit asserting a claim for any loss, damage, or liability specified above, and the Contractor or its subcontractors shall pay any cost and reasonable attorneys’ fees that may be incurred by the City in connection with any such claim or suit or in enforcing the indemnity granted above. Nothing in this agreement shall be construed as the City waiving its sovereign immunity under Florida Statute §768.28 or any other sovereign or governmental immunity, nor an admission of any liability. This provision shall survive the termination of this agreement. Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 11 of 21 SECTION 18: INSURANCE 18.1 The Contractor shall obtain or possess and continuously maintain the following insurance coverage from a company or companies with a Best Rating of A- or better, authorized to do business in the State of Florida and a form acceptable to the City and with o nly such terms and conditions as may be sufficient to the City: 18.1.1 Worker’s Compensation: The Contractor shall provide and maintain Coverage for all employees for statutory limits as required by the State of Florida’s Statutory Workers’ Compensation Law and all applicable Federal laws. Any policy must include the Employer’s Liability with minimum limits of $1,000,000 for each accident and a waiver of subrogation. 18.1.2 Comprehensive General Liability: The Contractor shall provide minimum combined single limits of $1,000,000.00 for each occurrence / $2,000,000.00 general aggregate for bodily injury and property damage liability. This shall include premises/operations, personal & advertising injury, products & completed operations, broad form property damage, personal and advertising injury, and contractual liability coverage. 18.1.3 Comprehensive Automobile Liability: The Contractor shall provide minimum liability limits of $1,000,000.00 for each accident, combined with a single limit for bodily injury and property damage. This shall include coverage for: 18.1.3.1 Owned Automobiles 18.1.3.2 Hired Automobiles 18.1.3.3 Non-Owned Automobiles 18.1.4 Umbrella/Excess Liability: The Contractor shall provide umbrella/excess coverage with limits of no less than $1,000,000.00 excess of Comprehensive General Liability, Automobile Liability, and Employers’ Liability. **This coverage is optional if the CONTRACTOR carries $2,000,000 Commercial General Liability Insurance with a $2,000,000 general aggregate** 18.1.5 All insurance other than Worker’s Compensation to be maintained by the Contractor shall specifically include the City as an additional insured. 18.2 The Contractor shall provide certificates of insurance to the City, evidencing that all such insurance is in effect before the issuance of the first purchase order under this agreement from the City. These certificates of insurance shall become part of this agreement. Neither approval by the City nor failure to disapprove the insurance furnished by a Contractor shall relieve the Contractor of the Contractor’s full responsibility for performance of any obligation, including the Contractor’s indemnification of the City under this agreement. If, during the period which an insurance company is providing the insurance coverage required by this agreement, an insurance company shall: (1) lose its Certificate of Authority, (2) no longer comply with Section 440.57, Florida Statutes, or (3) fail to Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 12 of 21 maintain the requisite Best’s Rating and Financial Size Category, the Contractor shall, as soon as the Contractor knows any such circumstance, immediately notify the City and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this agreement. Until the Contractor has replaced the unacceptable insurer with insurance acceptable to the City, the Contractor shall be deemed to be in default of this agreement. 18.3 The insurance coverage shall contain a provision that requires that before any changes in the coverage, except increases in aggregate coverage, thirty (30) days prior notice will be given to the City by submission of a new certificate of insurance. 18.4 The Contractor shall furnish a certificate of insurance directly to the City ’s procurement/contracts manager. The certificates shall indicate that the Contractor has obtained insurance of the type, amount, and classification required by this agreement. 18.5 Nothing in this agreement or any action relating to this agreement shall be construed as the City’s waiver of sovereign immunity beyond the limits outlined in Section 768.28, Florida Statutes. 18.6 The City shall not be obligated or liable under the terms of this agreement to any party other than the Contractor. There are no third-party beneficiaries to this agreement. 18.7 The Contractor is an independent Contractor and not an agent, representative, or employee of the City. The City shall have no liability except as specifically provided in this agreement. 18.8 All insurance shall be primary to, and not contribute to, any insurance or self-insurance maintained by the City. SECTION 19: STANDARDS OF CONDUCT 19.1 The Contractor shall promptly notify the City in writing of the filing of any voluntary or involuntary petition for bankruptcy and/or any insolvency of the Design-Builder or any of its subcontractors involved in the provision of the Services under this Agreement. 19.2 The Contractor hereby certifies that no undisclosed (in writing) conflict of interest exists concerning the agreement, including, but not limited to, any conflicts that may be due to the representation of other clients, customers, or vendees, other contractual relationships of the Contractor, or any interest in property that the Contractor may have. The Contractor further certifies that any conflict of interest arising during this agreement's term shall be immediately disclosed in writing to the City. Violation of this Section shall be considered as justification for immediate termination of this agreement. 19.3 If the City determines that any employee or representative of the Contractor is not satisfactorily performing his/her assigned duties or is demonstrating improper conduct under any assignment or work performed under this agreement, the City shall notify the Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 13 of 21 Contractor in writing. The Contractor shall immediately remove such employee or representative of the Contractor from such assignment. 19.4 The Contractor shall not publish any documents or release information regarding this agreement to the media without prior approval of the City. 19.5 The Contractor shall certify, upon request by the City, that the Contractor maintains a drug- free workplace policy following Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination of this agreement. 19.6 If the Contractor or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action will result in termination of this agreement by the City. Under a contract with any public entity, the contractor, supplier, or subcontractor may not transact business with any public entity above the threshold amount provided in s. 287.017, Florida Statutes for CATEGORY TWO for 36 months after being placed on the convicted vendor list. 19.7 Contractor certifies to the best of their knowledge and belief, that they and their principals (1) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any municipal, City, state or federal department or agency; (2) have not, within a three year period preceding execution of this agreement, 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; (3) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated above; (4) have not within a three year period preceding execution of this Agreement had one or more public transactions (Federal, State, or local) terminated for cause or default; and (5) will advise the City immediately if their status changes and will explain the change in status. 19.8 The City reserves the right to unilaterally terminate this agreement if the Contractor refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the Contractor in conjunction, in any way, with this agreement. 19.9 The Contractor shall comply with the requirements of the Americans with Disabilities Act (ADA), and all related federal or state laws which prohibit discrimination by public and private entities based on disability. 19.10 The City will not intentionally award publicly-funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The City shall consider the employment by the Contractor of Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 14 of 21 unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this agreement by the City. 19.11 The Contractor agrees to comply with federal, state, and local environmental, health, and safety laws and regulations applicable to the goods and/or services provided to the City. The Contractor agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens, residents, users, neighbors, or the surrounding environment will ensure compliance with all employment safety, environmental, and health laws. 19.12 The Contractor shall ensure that all goods and/or services are provided to the City after the Contractor has obtained any permits, licenses, permissions, approvals, or similar consents at its sole and exclusive expense. 19.13 If applicable, per Section 216.347, Florida Statutes, the Contractor shall not use funds provided by this agreement to lobby the Legislature, the judicial branch, or state agency. Furthermore, Contractor shall not, in connection with the contract, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any City officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty; or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any City officer or employee. “Gratuity” means any payment of more than nominal monetary value in cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, money deposits, services, employment, or contracts. 19.14 The Contractor shall advise the City in writing who has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. 19.15 The Contractor shall not engage in any action that would create a conflict of interest in the performance of that actions of any City employee or other person during the performance of, or otherwise related to, this agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. SECTION 20: PUBLIC RECORDS 20.1 The Contractor will keep and maintain public records required by the City to perform the service. Upon request from the City’s custodian of public records, the Contractor will provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time and at a cost that does not exceed the cost provided in Chapter 119, Florida Statues, or as otherwise provided by law. Upon completion of the Agreement, the Contractor will transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. The Contractor will ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 15 of 21 except as authorized by law for the term of the Agreement and following completion of the Agreement if the Contractor does not transfer the records to the City. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology system of the City. If the Contractor does not comply with the City’s request for public records, the City shall enforce the provisions of the Agreement per the terms of the Agreement and may terminate 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 AGREEMENT, CONTACT JEANETTE WILLIAMS, CUSTODIAN OF PUBLIC RECORDS, AT 1225 MAIN STREET, SEBASTIAN, FL 32958; EMAIL: jwilliams@Cityofsebastian.org; PHONE: 772-388-8215. SECTION 21: CODES AND DESIGN STANDARDS 21.1 All services to be performed by the Contractor shall, at a minimum, be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any federal, state, and local regulatory agencies. 21.2 The Contractor shall be responsible for keeping apprised of any changing laws applicable to the goods and/or services to be performed under this agreement. SECTION 22: ASSIGNABILITY 22.1 The Contractor shall not sublet, assign, or transfer any interest in this agreement or claims for the money due or to become due out of this agreement to a bank, trust company, or other financial institution without written City approval. When approved by the City, written notice of such assignment or transfer shall be furnished promptly to the City. 22.2 The Contractor agrees to reasonably participate in the contract “piggybacking” programs pertinent to local governments. SECTION 23: SUBCONTRACTORS 23.1 Any Contractor’s proposed subcontractors shall be submitted to the City for written approval before the Contractor enters a subcontract. Subcontractor information shall include, but not be limited to, state registrations, business address, occupational license tax proof of payment, and insurance certifications. Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 16 of 21 23.2 The Contractor shall coordinate the provision of goods and/or services and work product of any City approved subcontractors and remain fully responsible for such goods and/or services and work under the terms of this agreement. 23.3 Any subcontract shall be in writing and shall incorporate this agreement and require the subcontractor to assume the performance of the Contractor’s duties commensurately with the Contractor’s responsibilities to the City under this agreement; it is understood that nothing herein shall in any way relieve the Contractor from any of its duties under this agreement. The Contractor shall provide the City with executed copies of all subcontracts. 23.4 The Contractor shall reasonably cooperate with the City and other City Contractors and professionals. SECTION 24: CONTROLLING LAWS/VENUE/INTERPRETATION/WAIVER OF JURY TRIAL 24.1 The laws of the State of Florida shall govern the agreement. In the event of litigation arising under this agreement, the venue of such action shall be an appropriate State or Federal Court in and for Indian River County, Florida. The parties agree that in the event of litigation arising from this agreement, each shall waive any right to trial by jury. 24.2 This agreement is the result of bona fide arms-length negotiations between the City and the Contractor, and all parties have contributed substantially and materially to the preparation of the agreement. Accordingly, this agreement shall not be construed or interpreted more strictly against any one party than against any other party. SECTION 25: FORCE MAJEURE 25.1 Neither party shall be considered in default in the performance of its obligations hereunder to the extent that the performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, pandemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. SECTION 26: EXTENT OF AGREEMENT/INTEGRATION/AMENDMENT. 26.1 This agreement and the exhibit(s) constitute the entire integrated agreement between the City and the Contractor and supersedes all prior written or oral understandings in connection therewith. This agreement and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof and supersedes and controls over any prior agreements, understandings, representations, correspondence, and statements whether Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 17 of 21 written or oral. 26.2 This agreement may only be amended, supplemented, or modified by a formal written amendment. 26.3 Any alterations, amendments, deletions, or waivers of the provisions of this agreement shall be valid only when expressed in writing and duly signed by the parties. SECTION 27: NOTICES 27.1 Whenever either party desires to give notice unto the other, it must be given by written notice, sent by email and/or registered United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified. The place for giving notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. 27.2 For the present, the parties designate the following as the representative places for giving of notice, to wit: TO THE CITY: City Manager Procurement/Contracts Manager City of Sebastian City of Sebastian 1225 Main Street 1225 Main Street Sebastian, FL 32958 Sebastian, FL 32958 P: 772-388-8231 E: jessgraham@cityofsebastian.org TO THE CONTRACTOR: Clayton Kyle Meeks Meeks Plumbing, Inc. 5555 US HWY 1, Suite 1 Vero Beach, FL 32967 P: 772-569-2285 E: kmeeks@meeksplumbing.com 27.3 Written notice requirements of this agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The Contractor agrees not to claim any waiver by the City of such notice requirements based upon the City having actual knowledge, implied, verbal or constructive notice, lack of prejudice, or any other grounds as a substitute for the failure of the Contractor to comply with the express written notice requirements herein. Computer notification (e-mails and message boards) shall not constitute proper written notice under the terms of the agreement. SECTION 28: WAIVER 28.1 The failure of the City to insist in any instance upon the strict performance of any provision Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 18 of 21 of this agreement or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. SECTION 29: NO GENERAL CITY OBLIGATION 29.1 In no event shall any obligation of the City under this agreement be or constitute a general obligation or indebtedness of the City, a pledge of the ad valorem taxing power of the City, or a general obligation or indebtedness of the City within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. 29.2 The Contractor shall not have the right to compel the exercise of the ad valorem taxing power of the City. SECTION 30: EXHIBITS 30.1 Each exhibit referred to and attached to this agreement is an essential part of this agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this agreement. SECTION 31: SEVERABILITY/CONSTRUCTION 31.1 If any term, provision, or condition contained in this agreement shall, to any extent, be held invalid or unenforceable, the remainder of this agreement, or the application of such term, provision, or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision, and condition of this agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. 31.2 All provisions of this agreement shall be read and applied in para materia with all other provisions hereof. SECTION 32: SURVIVAL 32.1 All express representations, waivers, indemnifications, and limitations of liability included in this agreement shall survive completion or termination of the agreement for any reason. Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 19 of 21 IN WITNESS WHEREOF, the parties hereto have approved and executed this Agreement through their duly authorized representatives as of the date set forth below. ATTEST: MEEKS PLUMBING, INC. By: ________________________________ ________________________________ Witness Clayton Kyle Meeks, President Date: ______________________ ATTEST: CITY OF SEBASTIAN, FL By: _________________________________ ________________________________ Jeanette Williams, MMC Brian Benton, City Manager City Clerk Date: ______________________ For the use and reliance of the City of Sebastian only. Approved as to form and legal sufficiency. _________________________________ Jennifer D. Cockcroft, Esq. City Attorney Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 2/12/2025 | 3:08:26 PM EST 2/19/2025 | 11:29:12 AM EST 25-05-ITB Page 20 of 21 Exhibit “A” Scope of Services Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 6 of 49 SECTION 1 – SCOPE OF WORK 1.1 SCOPE OF WORK This is an indefinite-quantity contract with no guarantee of the volume of services that may be required. The City does not guarantee a minimum or maximum dollar amount to be expended on any contract. The City reserves the right to make awards on the lowest price basis by individual item, group of items, all or none, or a combination with one or more Contractors, to reject any and all offers, or to waive any minor irregularity or technicality in bids received. 1.2 TECHNICAL 1.2.1 The CONTRACTOR shall perform inspection, maintenance, repair, and testing on lift stations to ensure proper operation, functionality, and system efficiency. 1.2.2 Services shall be performed per manufacturer’s specifications with parts, materials, and components operating safely and efficiently as to which they were designed. Parts shall be obtained from the Original Equipment Manufacturer (OEM) or approved equal. 1.2.3 This contract shall not be subcontracted to another firm or individual without specific written authorization from the City’s Procurement/Contracts Manager. 1.2.4 The CONTRACTOR shall be responsible for obtaining permits/certification when required. The CONTRACTOR shall bear any cost associated with obtaining the permit/certification. The actual permit/certification fee, if any, shall be reimbursed to the CONTRACTOR at the actual cost with no markup. A copy of the permit/certification shall be provided to the City’s Project Manager beginning the work. 1.3 INSPECTION AND MAINTENANCE 1.3.1 Inspection and maintenance shall include, but not be limited to, pumps (submersible and dry), valves, float system, alarm system, electrical components, control panel, manual switches, and all other related accessories. 1.3.2 QUARTERLY PM/INSPECTION 1.3.2.1. The quarterly inspection and maintenance shall include, but not be limited to, the following applicable items listed below: A. Wash and clean both pumps B. Wash and clean all floats and properly set C. Inspect control panel relays, contacts, hours, amps D. Use a tester to verify and log that pumps are pulling the correct amps when running E. Fill out a log sheet for each visit to be left in the control panel to verify amps and hours are consistent F. Test Hand-Off-Automatic switch G. Check that the water level is consistent with pump activation permit requirements Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 7 of 49 H. Complete the log sheet for each visit, including pump hours, amps, water level, work completed, and comments to be sent with the invoice. 1.3.3 REPORT AND RECORD MANAGEMENT 1.3.3.1. The Contractor shall record and document all findings in a report and submit such documentation to the City after each maintenance period. Reports shall be submitted no later than three (3) days after each quarterly PM. 1.3.3.2. The report shall include, but not be limited to: A. Name of technician B. Date and time of service C. Description of the service performed. D. Flow reading for each pump E. Run hours F. Amperage readings G. Megohmmeter readings H. Date of pump and equipment calibrations. I. Pump ratings in gallons per minute. 1.3.4 REPAIR SERVICES 1.3.4.1. If deficiencies are found during the annual inspection and repairs are required, the CONTRACTOR shall submit a proposal and cost estimate. 1.3.4.2. During the lift station’s service life, the City may require repairs. These repairs may also include diagnostic services. The City’s Project Manager shall request via telephone or email that the CONTRACTOR perform such services. The CONTRACTOR shall acknowledge this request with either a return call or email to the City’s Project Manager within twenty-four (24) business hours of the notification. If required, the CONTRACTOR shall troubleshoot and diagnose any issues and provide a cost estimate as outlined below to perform the needed work to return the machine to full operational service. All cost estimates shall include, but not limited to, the following details: A. Unique Proposal/Estimate Number (assigned by CONTRACTOR) B. Date inspected. C. Date cost estimate was prepared. D. Diagnosis E. Parts required, as well as direct costs plus the bid markup. F. Labor – time required to perform work multiplied by the appropriate labor rate bid. G. Timeframe for completion of repairs. Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 8 of 49 H. Total Price 1.3.4.3. The CONTRACTOR may only proceed with repairs upon approval of the cost estimate and issuance of a purchase order number. The CONTRACTOR shall perform all work within the timeframe specified within the cost estimate. The CONTRACTOR may perform only such work included in the approved cost estimate or as included in properly authorized amendments. Parts and material(s) installed by the CONTRACTOR shall be new, original equipment manufacturers (OEM) parts and materials or approved equals. The City’s Project Manager shall approve parts and materials manufactured by a company other than the original manufacturer before being utilized for the specific repair. The CONTRACTOR shall complete all required repair work to ensure and guarantee that the item(s) repaired is operable and functioning correctly. The City will not be responsible for paying for the CONTRACTOR’s labor or any parts or materials ordered and/or installed on the City’s equipment due to the CONTRACTOR’s misdiagnosis. 1.3.4.4. Original Invoices for Materials and/or Parts, including the cost‐plus percentage allowed per contract, must be submitted for payment; copies will not be acceptable. 1.3.4.5. Repairs and replacement: This shall include but not be limited to pumps, floats, alarm system components, valves, piping, pipelines, control panels, wiring, and complete systems. All estimates shall be submitted within 48 hours, and work shall commence within 4 days of receipt of a request to proceed. 1.3.4.6. Emergency repairs and replacements: This shall include, but not be limited to, pumps, floats, alarm system components, valves, piping, pipelines, control panels, wiring, and complete systems. All emergency repairs or replacements should be responded to within 4 hours and completed without delay. 1.3.4.7. Pump outs: This shall include, but not be limited to, lift stations and septic tanks. All pump outs will be completed within 7 days of notification. 1.3.4.8. Emergency Pump outs: This shall include but not be limited to lift stations and septic tanks. Emergency pump outs will be completed within 4 hours of notification. 1.3.4.9. Addition and removal of lift stations: The City of Sebastian reserves the right to add or remove stations from this agreement and will not be held to any minimum/maximum dollars for the term of this agreement. 1.4 Material Mark-Up 1.4.1 The cost of the materials shall be based on the Contractor's wholesale price from the supply house plus a maximum of a 10% percent markup. A markup on sales tax will not be allowed. The Contractor's invoices shall clearly show the manufacturers' part number, description, manufacturer cost, and percent markup cost. A copy of the supply house invoice shall be submitted with the Contractor's invoice. Contractor shall only be Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 9 of 49 reimbursed for materials requested by the City and not for materials utilized by the Contractor in the normal course of the work covered under this Contract. 1.5 FACILITY LOCATIONS Facility Name Address 1 Airport Terminal Building 202 Airport Dr. E Sebastian, FL 32958 2 Airport Hangar B 212 Airport Dr. E Sebastian, FL 32958 3 Football Field @ Barber Street Sports Complex 1123 Barber Street Sebastian, FL 32958 4 Softball Field @ Barber Street Sports Complex 1101 Barber Street Sebastian, FL 32958 5 Creative Playground @ Barber Street Sports Complex 1101 Barber St. Sebastian, FL 32958 6 Yacht Club 820 Indian River Dr. Sebastian, FL 32958 7 Working Waterfront 1532 Indian River Dr. Sebastian, FL 32958 8 Main Street Boat Launch 700 Indian River Drive Sebastian, FL 32958 9 Schumann Park 1096 Schumann Dr. Sebastian, FL 32958 10 Splash Pad 710 Harrison St. Sebastian, FL 32958 11 Pickleball Courts 160 Airport Dr. E Sebastian, FL 32958 12 Riverview Park 600 U.S. Highway 1 Sebastian, FL 32958 1.6 CONTRACTOR MINIMUM QUALIFICATIONS 1.6.1 Bidders that do not meet the minimum requirements listed herein as determined by the City, at its sole discretion, will be deemed non-responsive and not considered for award. All decisions made by the City are final. 1.6.2 No contract will be awarded to any BIDDER who, as determined by the CITY, has an unsatisfactory performance record, inadequate experience, lack of organization, labor, and equipment to perform the required services, and is in arrears to the CITY on a debt or contract or is a defaulter on surety to the CITY or whether the BIDDER’s taxes or assessments are delinquent. The City has the right to disqualify any BIDDER that does not meet any or all qualifications necessary as determined by the City. 1.6.3 Contractor shall be licensed by the state of Florida as a Certified Plumbing Contractor and must provide proof of certification with the bid. 1.6.4 The contractor must have a pump truck and be able to respond to emergency 24/7 service. Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 10 of 49 1.6.5 The contractor must have a vac-con truck to properly and safely clean lift stations when needed. 1.6.6 The contractor must be confined space certified to be able to make any necessary repairs in lift stations 1.6.7 The contractor must have a minimum of three (3) years of experience performing lift station maintenance and repairs for government (state or local) or commercial businesses, and have an office within the state of Florida and maintain an office within the state of Florida which shall be kept for a minimum of one (1) year; and 1.6.8 If the bidder's business is located in Sebastian, FL, or Indian River County, they must provide a copy of their business tax receipt. 1.7 OTHER The contractor will appoint one of their employees as the key contact for approval by the City’s Project Manager. The city believes that the service required is adequately described herein. Therefore, any negotiated contract may include the entire effort required of the bidder to provide the service described. Specifically, no additional fees will be allowed for any further services performed or for any reason whatsoever except those directly attributable to the City’s errors or omissions. REMAINDER OF PAGE INTENTIONALLY LEFT PLANK Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E 25-05-ITB Page 21 of 21 Exhibit “B” Price Proposal Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E Docusign Envelope ID: AC54D41D-6B1F-4B35-AA10-CB1F28C3AD8E