HomeMy WebLinkAboutItem 15 Approval to Piggyback City of Zephyrhills Contract to Rehabilitate City of Ocoee Lift Station #34 (Lake Bennet Center)
City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761
Phone: (407) 905-3100 ▪ www.ocoee.org
STAFF REPORT
Meeting Date: December 3, 2024
Item #: 15
Contact Name: Trent Hopper Department Director: Jen Bolling
Contact Number: Ext. 4306 City Manager: Craig Shadrix
Subject: Approval to Piggyback City of Zephyrhills Contract to Rehabilitate City of Ocoee Lift
Station #34 (Lake Bennet Center). (Acting Utilities Director Bolling)
Background Summary:
As part of the approved City of Ocoee budget for Fiscal Year 2024-2025, the Wastewater Facilities Repair &
Replacement (R&R) includes the funds to rehabilitate the wet well at Lift Station #34 (Lake Bennet Center) in
the amount of $40,800.00. Staff identified additional hurricane resilience infrastructure improvements not
included under the initial rehabilitation scope that could be completed in the most cost-effective manner if
combined with this rehabilitation.
Staff reached out to RCM Utilities and Cathcart Construction for quotes to rehabilitate Lift Station
#34. Cathcart Construction provided a quote for $189,705.00 and RCM Utilities provided a quote of
$54,251.82 for the same scope of work. RCM Utilities is currently under contract with the City of Zephyrhills for
“Water & Wastewater Miscellaneous Construction/Maintenance Service”, providing for the opportunity to
piggyback on this contract.
Issue:
Should the Honorable Mayor and City Commissioners approve to piggyback the City of Zephyrhills Contract
41-19-30C to rehabilitate Lift Station #34 (Lake Bennet Center)?
Recommendations:
Staff recommends that the Honorable Mayor and City Commissioners authorize the City Manager to cause the
rehabilitation of Lift Station #34 (Lake Bennet Center) by utilizing the City of Zephyrhills Contract 41-19-30C.
Staff also recommends that the City Manager be authorized to approve changes to this contract up to the limit
of his purchasing authority for each change order.
Attachments:
1. RCM Estimate
2. City of Zephyrhills Agreement
3. RFP & Contract Number Email Clarification
4. Ocoee Lift Station #34 Rehab - Proposal
Financial Impacts:
None, as this will be funded using the Wastewater Facilities Repair & Replacement Fund.
City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761
Phone: (407) 905-3100 ▪ www.ocoee.org
Type of Item: Consent
RCM Utilities, LLC
1451 Pine Grove Road
Eustis, FL 32726
352-561-2990
billing@rcmutilities.com
Estimate 21438422
Estimate Date 10/3/2024
Billing Address
City Of Ocoee
1 Bluford Ave
Ocoee, FL 34761 United States
Job Address
Lift Station 34 Mechanical
Rehabilitation
1 Bluford ave
Ocoee, FL 34761 United StatesDescription of work
Lift Station 34 Mechanical Rehab
RCM Utilities to furnish materials, labor, and equipment for the following scope of supply:
Wet Well
- Supply, install, and maintain duplex bypass pumping system with auto dialer alarm box.
- Remove existing base elbows, piping and valving from the wet well floor to the existing discharge piping.
- New (2ct.) 316 stainless steel base elbow base plates.
- New (2ct.) 4" base elbow.
- New guide rail brackets and guide rails
- New 4" HDPE DR11 green strip piping from the new base elbows to the check valves in the valve box.
- 316 stainless steel cross brace to be installed on HDPE risers.
- Install (1ct.) SEWPERCOAT wet well lining system. Pure fused calcium aluminate mortar technology. 15,000 PSI and 10 year
product defect warranty.
Valve Vault
- Valve box to be piped in a two-in/two-out configuration.
- New (2ct.) 4" flange check valves.
- New (2ct.) 4" flange plug valve with op nut.
Pump Off
- New (1ct.) tee to be installed between check valve.
- New (1ct.) 4" flange plug valve with op nut for pump off isolation.
- New (1ct.) 4" Kam Lok adapter with dust cap.
- Valve box interior to be coated with coal tar epoxy.
**NOTES**
- RCM Utilities warrants all supplied materials and workmanship to be free of defects for a period of one year after
installation.
- Site restoration will be backfill and compact only, all sod, seed, mulch, rock, and/or landscaping by others.
Service #Description Quantity Your Price Total
LSR Mechanical Lift Station Rehab 1.00 $41,519.62 $41,519.62
Sewpercoat:Sewpercoat - Service Sewpercoat: wet well lining system 1.00 $12,732.20 $12,732.20
Sub-Total $54,251.82
Tax $0.00
Total Due $54,251.82
Deposit/Downpayment $0.00
A service charge of 4% will be applied to all credit card purchases. For your convenience, customers may avoid this extra fee by paying with cash or
a check. Payment is due within 30 days of the date of invoice. Thereafter, monthly finance charges of 1.5% or the maximum allowed by law,
whichever is less, will be assessed on unpaid amounts.
**ESTIMATE IS VALID FOR 30 DAYS**
**ESTIMATE INCLUDES ALL APPLICABLE SALES TAXES.**
- DUE TO CURRENT MARKET CONDITIONS MATERIAL PRICING IS SUBJECT TO CHANGE. RCM HOLDS THE RIGHT TO REPRICE BASED ON
DATE OF ORDER. DATE OF ORDER IS WHEN ALL STAMPED PLANS AND SUBMITTALS ARE RETURNED, NOT THE RELEASE OF PURCHASE
ORDER OR SUB CONTRACT.
Force Majeure. Neither party shall be liable in damages nor have the right to terminate this Contract for any delay or default in
performing hereunder if such delay or default is caused by conditions beyond their control including, but not limited to natural
disasters, including but not limited to ground subsidence or upheaval, acts of God, Government restrictions (including the denial or
cancellation of any permits, tax incentive, or other license or approvals), covid-19, labor shortage, material delays, wars, insurrections
and/or any other cause beyond the reasonable control of the party whose performance is affected. Furthermore, neither party shall be
liable for any failure or delay in performance under this Contract to the extent said failures or delays are proximately caused by those
causes beyond that party's reasonable control and occurring without its fault or negligence, including, without limitation, failure of
suppliers, subcontractors, and carriers, or any other party to substantially meet its performance obligations under this Contract. The
party experiencing the difficulty shall give the other prompt written notice, with details following the occurrence of the cause relied
upon. Dates by which performance obligations are scheduled to be met will be extended for a period equal to the time lost due to any
delay so caused. Contractor’s failure to perform any term or condition of this Contract because of conditions beyond its control
mentioned herein or other conditions that cause delay, damage, or destruction of its work by others shall not be deemed a breach of
this Contract.
Material Escalation. The Contract Price for this Project has been calculated based on the current prices for the component building
materials. However, the market for these building materials is considered volatile and sudden price increases could occur. Contractor
agrees to use its best efforts to obtain the lowest possible prices from available building material suppliers but should there be an
increase in the prices of these materials that are purchased after execution of this Contract for use in this Project, then Owner or
General Contractor agrees and shall pay the substantiated cost increase to Contractor. Any request or change order for payment of a
cost increase shall state the increased cost, the building materials in question, and the source of supply, supported by invoices or bills
of sale.
1. This proposal is an offer to enter into a contract, with the mutual promises contained herein constituting valuable and sufficient
consideration. The execution of this proposal by the owner listed above (the “Owner”) shall constitute acceptance of the offer and
formation of contract (the “Contract”) between the Owner (the “Owner”) and RCM Utilities, LLC. The terms set forth herein, including
those after the acceptance signature below and/or on subsequent pages, shall govern the Contract.
2. Warranty. The Contractor warrants all supplied materials and workmanship to be free of defects for a period of one year after
installation. The Contractor warrants that materials and equipment furnished under the Contract will be new and good quality.
3. Payment. The Contractor will invoice the Owner in accordance with the schedule set forth above or, if no terms are set forth above,
monthly for work performed during each calendar month. The Owner agrees that there shall be no retainage except as set forth in the
schedule above. Payment is due within 30 days of the date of invoice. Thereafter, monthly finance charges of 1.5% or the maximum
allowed by law, whichever is less, will be assessed on unpaid amounts.
4. Time. The Contractor shall achieve substantial completion of the work within a commercially reasonable time. At the Owner’s
request, the Contractor shall submit for information a construction schedule for the work, and the Contactor shall revise the schedule
at appropriate intervals as required by the conditions of the work. Schedule information set forth above are estimates. The Contractor
shall not be responsible for delays caused by circumstances outside the control of the Contractor.
5. Permits and Approvals. The Contractor shall secure and pay for the building permits, fees, licenses and inspections by government
agencies necessary for proper execution and completion of the work. This responsibility is limited to building permits and, for the
avoidance of doubt, does not extend to land use approvals, environmental permits, consumptive use permits, or other governmental
approvals outside of building permits.
6. Contract Documents. Except as otherwise provided herein, the Owner shall furnish, at its expense, all necessary surveys, plans,
drawings, approvals, easements, assignments, and changes required for the construction and use of the improvements. The Owner
warrants the information, plans and specifications provided to the Contractor. The Contractor shall be entitled to rely on the plans and
drawings supplied by the Owner; the Contractor warrants only that the work will conform to the design documents and shall have no
responsibility or obligation arising out of design defects. The Contractor’s warranties contained in this Contract exclude remedy for
damage or defect caused by abuse, alterations to the work not executed by the Contractor, improper or insufficient maintenance,
improper operation, or normal wear and tear.
7. Termination. The Contractor may terminate this Contract if the Owner fails to make payment as set forth herein and the failure
continues for 10 days after notice, if the Contractor is unable to perform due to the failure of the owner to provide access to the site,
necessary approvals, or its efforts to complete the work are frustrated by the actions or omissions of the Owner. In the event the
Contractor terminates the Contract, is may recover payment for work executed, included reasonable overhead and profit, costs
incurred by reason of such termination, and damages. No refund of payments made by the Owner shall be due as a result of
termination under this section.
8. Governing Law; Venue; Attorney Fees. This Contract shall be governed by the laws of the state of Florida. Venue for any dispute
arising in connection with this Contract shall lie exclusively in the court of appropriate jurisdiction in the county where the work is to be
performed. The parties hereby irrevocably waive the right to a jury trial in connection with any matter related to or arising out of this
contract or the work performed hereunder and consent to a bench trial in any such action. The prevailing party in any litigation shall be
entitled to recover its reasonable attorneys’ fees from the other party.
9. Assignment; Subcontractors.This Agreement may not be assigned without consent; provided, however that nothing herein shall limit
the right of the Contractor to use subcontractors and contract labor in completion of the work. Notwithstanding the foregoing, the
Contract may be assigned by the Owner to a lender providing construction financing if the lender has assumed the Owner’s rights and
obligations under the Contract.
10. Hazards. The Owner represents that, except as disclosed in writing, there is no hazardous condition, material or substance at the
site of the work. The Owner shall indemnify and hold harmless the Contractor, its subcontractors, agents and employees from and
against claims, damages, losses, and expense arising out of or resulting from performance of the work in the affected area if in fact, a
hazardous condition, material or substance presents the risk of bodily injury or death and has not been rendered harmless, except to
the extent that such damage, loss or expense is due to the fault or negligence of the party seeking indemnity. If, without negligence on
the part of the Contractor, the Contractor is held liable by a government agency for the cost of remediation of a hazardous material or
substance by reason of performing the work described herein, the Owner shall indemnify the Contractor for all cost and expenses
thereby incurred.
11. Insurance; Beneficiaries. The Contractor shall maintain appropriate commercial general liability insurance and statutory worker’s
compensation insurance and will provide certificates of insurance upon the request of the Owner. The Owner shall be responsible for
purchasing and maintaining the Owner’s usual liability insurance and property insurance until the work is complete. This Contract has
no third-party beneficiaries.
12. Consequential Damages. The Owner waives claims against the Contractor for consequential damages arising out of or relating to
this Contract. This waiver includes damages incurred by Owner for rental expenses, for losses of use, income, profit, financing, business
and reputation, and for loss of management or employee productivity or of the services of such persons. This waiver is applicable to
damages due to termination.
13. Entire Agreement; Modifications. This Contract, together with the information, plans, and specifications provided to the Contractor,
constitute the entire agreement. Any previous agreements and understanding between the parties regarding the subject matter of this
Contract, whether oral or in writing, are superseded by the Contract. Any amendments, modifications, or change orders must be in
writing. Any change orders require the agreement of the Contractor and shall include appropriate modifications to the contract price to
include the Contractor’s cost of labor, material, equipment, and reasonable overhead and profit.
14. ANY CLAIMS FOR CONSTRUCTION DEFECTS ARE SUBJECT TO THE NOTICE AND CURE PROVISIONS OF CHAPTER 558, FLORIDA
STATUTES. 15. ACCORDING TO FLORIDA’S CONSTRUCTION LIEN LAW (SECTIONS 713.001-713.37, FLORIDA STATUTES), THOSE WHO
WORK ON YOUR PROPERTY OR PROVIDE MATERIALS AND SERVICES AND ARE NOT PAID IN FULL HAVE A RIGHT TO ENFORCE THEIR
CLAIM FOR PAYMENT AGAINST YOUR PROPERTY. THIS CLAIM IS KNOWN AS A CONSTRUCTION LIEN. IF YOUR CONTRACTOR OR A
SUBCONTRACTOR FAILS TO PAY SUBCONTRACTORS, SUB-SUBCONTRACTORS, OR MATERIAL SUPPLIERS, THOSE PEOPLE WHO ARE
OWED MONEY MAY LOOK TO YOUR PROPERTY FOR PAYMENT, EVEN IF YOU HAVE ALREADY PAID YOUR CONTRACTOR IN FULL. IF YOU
FAIL TO PAY YOUR CONTRACTOR, YOUR CONTRACTOR MAY ALSO HAVE A LIEN ON YOUR PROPERTY. THIS MEANS IF A LIEN IS FILED
YOUR PROPERTY COULD BE SOLD AGAINST YOUR WILL TO PAY FOR LABOR, MATERIALS, OR OTHER SERVICES THAT YOUR CONTRACTOR
OR A SUBCONTRACTOR MAY HAVE FAILED TO PAY. TO PROTECT YOURSELF, YOU SHOULD STIPULATE IN THIS CONTRACT THAT BEFORE
ANY PAYMENT IS MADE, YOUR CONTRACTOR IS REQUIRED TO PROVIDE YOU WITH A WRITTEN RELEASE OF LIEN FROM ANY PERSON OR
COMPANY THAT HAS PROVIDED TO YOU A “NOTICE TO OWNER.” FLORIDA’S CONSTRUCTION LIEN LAW IS COMPLEX, AND IT IS
RECOMMENDED THAT YOU CONSULT AN ATTORNEY
Approved By:_________________________________________________Date:________________
RENEWAL OF AGREEMENT FOR RCM UTILITIES 41-19-30C
THIS AGREEMENT made and entered into effective ^ day o(AU§ust, 2022, by and between the CITY OF ZEPHYRHILLS, a
political subdivision of the State of Florida, hereinafter referred to as "CITY" and RCM Utilities, a Florida corporation, hereinafter
referred to as "CONTRACTOR"
WITNESSETH
WHEREAS, the CITY is a political subdivision of the State of Florida, having a responsibility to provide certain services to
benefit the citizens of the City of Zephyrhills; and
WHEREAS, the CITY and CONTRACTOR entered into an Agreement for Water& Wastewater Miscellaneous Construction/
Maintenance Services in a manner satisfactory to the CITY; and
WHEREAS, the Agreement provided for a three (3) year Term commencing August 12, 2019, and ending August 11, 2022,
provided for one (1), three (3) year renewal, upon written agreement by the parties, and the parties are desirous of extending the
existing Agreement.
NOW THEREFORE, in consideration of the premises, and in consideration of the mutual conditions, covenants, and
obligations hereafter expresses, it is agreed as follows:
1, THAT the Agreement for Water& Wastewater Miscellaneous Construction/ Maintenance Services dated August 12,
2019, will exercise the three (3) year renewal option through August 11, 2025.
2. THAT all remaining terms, provisions, and conditions, including terms for payment, of the Agreement for WaterSi
Wastewater Miscellaneous Construction/ Maintenance Services dated August 12, 2019 shall remain in full force
and effect.
IN WITNESS WHEREOF, the parties hereto have signed and sealed this Agreement on the day and date first written above.
CITY OF ZEPHYRHILLS
"..^we!^
^ ..'" ..^ \
_t!>>..'
AHEST:^/ _ '
August 8,2022
Jodi Wilkeson, Council President Date
Lori L. HRfei S.n/Cii^'Glerk - ...
' S?
v ' ^ _ ,--.'^^.v ....''r::
'.y^!Hf.'t
lSC/vl(^;(;^e5,^c
^hnstopher ^C)m°p^ -7/'^!^
COMPANY NAME
Print of Representative Date
Si ture Representative
ATTEST
Corpor Secretary
CITY OF ZEPHYRHILLS
Water& Wastewater Miscellaneous Construction/Maintenance Services
THIS PROFESSIONAL SERVICES AGREEMENT("Agreement") is made and
entered into this 12`h day of August, 2019 by and between the CITY OF ZEPHYRHILLS,a
Florida municipal corporation, having its principal office at 5335 8th Street,Zephyrhills, FL
33542("City")and RCM Utilities,a corporation organized and authorized to do business in the
State of Florida, having its principal office at 100 West Mills Avenue,Eustis,FL 32726
Contractor"). The City and Contractor shall collectively be referred to as the"Parties", and
each may individually be referred to as a"Party".
ARTICLE 1 —RECITALS
1.1 The recitals are true and correct and are hereby incorporated into and made a part of this
Agreement.
ARTICLE 2—CONTRACT DOCUMENTS
2.1 The following documents, collectively referred to as the"Contract Documents", are
incorporated into and made part of this Agreement:
2.1.1 RFP 35-19-01, Water& Wastewater Construction/Maintenance Services"Exhibit
A";
2.1.2 Contractor's response to Item 2.1.1, attached hereto as"Exhibit B";
ARTICLE 3—TERM OF AGREEMENT
1 Subject to authorized adjustments,the Term of this Agreement shall have an initial term
of three(3)years with an option to renew for an additional three(3) year term..
3.2 When, in the opinion of the City,reasonable grounds for uncertainty exist with respect to
the Contractor's ability to perform Services or any portion thereof,the City may request that the
Contractor,within a reasonable time frame set forth in the City's request,provide adequate
assurances to the City in writing, of Contractor's ability to perform in accordance with terms of
this Agreement. In the event that the Contractor fails to provide the City the requested
assurances within the prescribed time frame,the City may treat such failure as a repudiation or
breach of the Agreement, and resort to any remedy for breach provided for in this Agreement or
at law.
ARTICLE 4—COMPENSATION
4.1 Compensation for services shall be as per outlined in Contractors response their response,
attached as Exhibit B. The City would prefer payment made via City's credit card.
1-
ARTICLE 5—SCOPE OF SERVICES
5.1 Contractor shall provide all labor, supervision,materials, equipment, tools, services,
monitoring and expertise necessary for the completion of Services, in accordance with the
specifications,terms and conditions contained in the Contract Documents. Contractor shall
perform the Services in accordance with that degree of care and skill ordinarily exercised by
reputable members of its profession.
5.2 This contract has been enhanced to include other City services as required, i.e., storm
water or other related public works projects as awarded by the City Council.
5.3 Contractor represents and warrants to the City that: (i) Contractor possesses all
qualifications, licenses and expertise required for the provision of Services, with personnel fully
licensed by the State of Florida; (ii) Contractor is not delinquent in the payment of any sums due
the City, including payment of permit fees, local business taxes, or in the performance of any
obligations to the City; (iii)All personnel assigned to perform work shall be, at all times during
the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the
Services will be performed in the manner and at such times and locations as described by the
City for the budgeted amount; and(v)The person executing this Agreement on behalf of the
Contractor is duly authorized to execute same and fully bind Contractor as a party to this
Agreement.
5.4 Contractor agrees and understands that: (i) any and all subcontractors used by Contractor
shall be paid by Contractor and not paid directly by the City; and(ii) any and all liabilities
regarding payment to, or use of subcontractors for any of the work related to this Agreement,
shall be borne solely by Contractor.
5.5 Contractor warrants that any and all work,materials, services or equipment that may
reasonably be inferred from the Contract Documents as being required to produce the intended
result,will be supplied by the Contractor at its own cost, whether or not specifically called for.
5.6 The Services shall be completed by the Contractor to the satisfaction of the City. The
City shall make decisions on all claims regarding interpretation of the Agreement and on all
other matters relating to the execution,progress and quality of the Services.
ARTICIAL 6—CITY'S TERMINATION RIGHTS
6.1 The City shall have the right to terminate this Agreement, in its sole discretion at any
time,with or without cause,upon fifteen(15) days written notice to Contractor. In such event,
the City shall pay Contractor compensation for Services rendered prior to the effective date of
termination. The City shall not be liable to Contractor for any additional compensation, or for
any consequential or incidental damages.
2-
ARTICLE 7—INDEPENDENT CONTRACTOR
7.1 Contractor has been procured and is being engaged by the City as an independent
contractor, and not as an agent or employee of the City. Accordingly, Contractor shall not attain,
not be entitled to, any rights or benefits under the Ordinances of the City, nor any rights
generally afforded classified or unclassified employees of the City.
Contractor further understands that Florida workers' compensation benefits available to
employees of the City, are not available to Contractor. Therefore, Contractor agrees to provide
workers' compensation insurance for any employee or agent of Contractor rendering services to
the City under this Agreement.
ARTICLE 8—CONFLICTS OF INTEREST
8.1 The Contractor represents and warrants to the City that it has not employed or retained
any person or company employed by the City to solicit or secure this Agreement and that it has
not offered to pay,paid, or agreed to pay any person any fee, commission,percentage,brokerage
fee, or gift of any kind contingent upon or in connection with,the award of this Agreement.
8.2 Contractor covenants that no person under its employ who presently exercises any
functions or responsibilities on behalf of the City in connection with this Agreement has any
personal financial interest, directly or indirectly with Contractor. Contractor further covenants
that, in the performance of this Agreement, no person having such conflicting interest shall be
employed.
ARTICLE 9—DEFAULT
9.1 If Contractor fails to comply with any term or condition of this Agreement, or fails to
perform any of its obligation hereunder, then Contractor shall be in default. The City shall have
the right to terminate this Agreement, in the event Contractor fails to cure a default within ten
10)business days after receiving Notice of Default. Contractor understands and agrees that
termination of this Agreement under this section shall not release Contractor from any
obligations accruing prior to the effective date of termination.
ARTICLE 10—NOTICES
10.1 All notices, demands, correspondence and communication between the City and
Contractor shall be deemed sufficiently given under the terms of this Agreement when delivered
by personal service, faxed, or dispatched by mail or certified mail, addressed as follows:
To CONTRACTOR:
RCM Utilities
100 West Mills Avenue
Eustis, FL 32726
3-
To CITY:
City of Zephyrhills
ATTN: City Manager
5335 8t' Street
Zephyrhills, Florida 33542
And,
City of Zephyrhills
ATTN: City Attorney
5335 8th Street
Zephyrhills, Florida 33542
10.2 Either Party may at any time designate a different address and/or contact person by
giving notice as provided above to the other Party. Such notices shall be deemed given upon
receipt by the addressee.
10.3 In the event there is a change of address and the moving Party fails to provide notice to
the other Party, then notice sent as provided in this Article shall constitute adequate notice.
ARTICLE 11 —PUBLIC RECORDS
11.1 IF THE CONSULTANT/CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES,TO THE CONSULTANT'S
DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 813-780-0000, EXT. 3543 OR
CITYCLERK@CI. ZEPHYRHILLS.FL.US OR CITY CLERK, CITY OF
ZEPHYRHILLS,5335 EIGHTH STREET, ZEPHYRHILLS, FLORIDA 33542.
ARTICLE 12—INDEMNIFICATION
12.1 Contractor/Vendor shall defend, indemnify and hold harmless the City of Zephyrhills and
all of the City of Zephyrhills's officers, agents, and employees from and against all claims,
liability, loss and expense, including reasonable costs, collection expenses, attorneys' fees, and
court costs which may arise because of the negligence(whether active or passive),misconduct,
or other fault, in whole or in part(whether joint, concurrent, or contributing), of
Contractor/Vendor, its officers, agents or employees in performance or non-performance of its
obligations under the Agreement. Contractor/Vendor recognizes the broad nature of this
indemnification and hold harmless clause, as well as the provision of a legal defense to the City
of Zephyrhills when necessary, and voluntarily makes this covenant and expressly acknowledges
the receipt of such good and valuable consideration provided by the City of Zephyrhills in
support of these indemnification, legal defense and hold harmless contractual
obligations in accordance with the laws of the State of Florida. This clause shall survive the
termination of this Agreement. Compliance with any insurance requirements required elsewhere
within this Agreement shall not relieve Contractor/Vendor of its liability and obligation to
4-
defend,hold harmless and indemnify the City of Zephyrhills as set forth in this article of the
Agreement.
Nothing herein shall be construed to extend the City of Zephyrhills's liability beyond that
provided in section 768.28, Florida Statutes.
ARTICLE 13–INSURANCE
Insurance. Contractor/Vendor shall, at its sole cost and expense,procure and maintain
throughout the term of this contract, Comprehensive General Liability and Worker's
Compensation insurance, including Employer Liability insurance,with minimum policy limits of
1,000,000(this could be$2,000,000 depending on the amount of the contract) Combined Single
Limits, or to the extent and in such amounts as required and authorized by Florida law, and will
provide endorsed certificates of insurance generated and executed by a licensed insurance
broker,brokerage or similar licensed insurance professional evidencing such coverage, and
naming the City of Zephyrhills as a named, additional insured, as well as furnishing the City of
Zephyrhills with a certified copy, or copies, of said insurance policies. Certificates of insurance
and certified copies of these insurance policies must accompany this signed contract. Said
insurance coverages procured by Contractor/Vendor as required herein shall be considered, and
Contractor/Vendor agrees that said insurance coverages it procures as required herein shall be
considered, as primary insurance over and above any other insurance, or self–insurance,
available to the City of Zephyrhills, and that any other insurance, or self-insurance available to
the City of Zephyrhills shall be considered secondary to, or in excess of, the insurance
coverage(s)procured by Contractor/Vendor as required herein.
Nothing herein shall be construed to extend the City of Zephyrhills's liability beyond that
provided in section 768.28, Florida Statutes.
Builders' Risk — If this Contract includes: (1) construction of a new above-ground
structure or structures, or (2) any addition(s), improvement(s), alteration(s), or repair(s), to an
existing above-ground structure or structures, or (3) the installation of machinery or equipment
into an existing structure or structures, the Contractor shall provide, in a policy acceptable to the
City, "all risk" (i.e. Special Form) property insurance on any such construction, additions,
machinery or equipment. The amount of the insurance shall be no less than the estimated
replacement value at the time of the City's final acceptance of such new structures, addition(s),
improvement(s), alteration(s), repair(s), machinery or equipment. The coverage shall not be
subject to any restriction with respect to occupancy or use by the City and, subject to thirty(30)
days' prior written notice to the City shall remain in full effect until final acceptance by the City.
In addition, the City, the Professional, and the Contractor's subcontractors of any tier, shall be
additional insureds on this policy. The insurance shall include a deductible no greater than one
percent (1%) of the Contract amount, or $25,000, whichever is smaller, for which the Contractor
shall be responsible. The risk of loss whether insured or not shall remain with the Contractor until
final acceptance. Upon request, Contractor shall furnish to the City complete copies of the
insurance policy.
5-
ARTICLE 14—FORCE MAJEURE
14.1 A"Force Majeure Event" shall mean an act of God, act of governmental body or military
authority, fire, explosion,power failure, flood, storm,hurricane, sink hole, other natural
disasters, epidemic,riot or civil disturbance, war or terrorism, sabotage, insurrection,blockade,
or embargo. In the event that either Party is delayed in the performance of any act or obligation
pursuant to or required by the Agreement by reason of a Force Majeure Even,the tme for
required completion of such act or obligation shall be extended by the number of days equal to
the total number of days, if any, that such Party is actually delayed by such Force Majeure Event.
The Party seeking delay in performance shall give notice to the other Party specifying the
anticipated duration of the delay, and if such delay shall extend beyond the duration specified in
such notice, additional notice shall be repeated no less than monthly so long as such delay due to
a Force Majeure Event continues. Any Party seeking delay in performance due to a Force
Majeure Event shall use its best efforts to rectify any condition causing such delay and shall
cooperate with the other Party to overcome any delay that has resulted.
ARTICLE 15—MISCELLANEOUS PROVISIONS
15.1 No waiver or breach of any provision of this Agreement shall constitute a waiver of any
subsequent breach of the same or any other provision hereof, and no waiver shall be effective
unless made in writing.
15.2 All representations, indemnifications, warranties and guarantees made in,required by, or
given in accordance with this Agreement, as well as all continuing obligations indicated in the
Contract Documents, shall survive final payment, completion and acceptance of the Services and
termination or completion of the Agreement.
15.3 Should any provision,paragraph, sentence, word or phrase contained in this Agreement
be determined by a court of competent jurisdiction to be invalid, illegal or otherwise
unenforceable under the laws of the State of Florida, such provision,paragraph, sentence, word,
or phrase shall be deemed modified to the extent necessary in order to confirm with such laws, or
if not modifiable, then same shall be deemed severable, and in either event,the remaining terms
and provisions of this Agreement shall remain unmodified and in full force and effect or
limitation of its use.
15.4 Services shall not be subcontracted,transferred, conveyed, or assigned under this
Agreement in whole or in part to any other person, firm or corporation without the prior written
consent of the City.
15.5 The City is exempt from Federal Excise and State taxes. The applicable tax exemption
number or certificate shall be made available upon request.
15.6 This Agreement constitutes the sole and entire agreement between the Parties. No
modification or amendments hereto shall be binding on either Party unless in writing and signed
by both Parties.
6-
15.7 This Agreement shall be construed and enforced according to the laws of the State of
Florida. Venue in any proceedings between the Parties shall be in Pasco County, Florida.
15.8 The City reserves the right to audit the records of the Contractor covered by this
Agreement at any time during the provision of Services and for a period of three(3) years after
final payment is made under this Agreement.
15.9 The Contractor agrees that it shall not discriminate as to race, sex, color, creed, national
origin, or disability, in connection with its performance under this Agreement.
15.10 The professional services to be provided by Contractor pursuant to this Agreement shall
be non-exclusive, and nothing herein shall preclude the City from engaging other firms to
perform Services.
15.11 This Agreement shall be biding upon the Parties herein,their heirs, executors, legal
representatives, successors and assigns.
15.12 The Contractor agrees to comply with and observe all applicable federal, state, and local
laws,rules,regulations, codes and ordinances, as they may be amended from time to time.
15.13 All other terms and conditions set forth in the Contract Documents which have not been
modified by this Agreement, shall remain in full force and effect.
15.14 In the event of any dispute arising under or related to this Agreement,the prevailing Party
shall be entitled to recover all actual attorney fees, costs and expenses incurred by it in
connection with that dispute and/or the enforcement of this Agreement, including all such actual
attorney fees, costs and expenses at all judicial levels, including appeal,until such dispute is
resolved with finality.
15.15 This Agreement may be executed in two or more counterparts, each of which shall
constitute an original but all of which, when taken together, shall constitute one and the same
Agreement.
IN WITNESS WHEREOF,the parties have executed this agreement on the day written
above.
Signed, Sealed and Delivered
In the presence of: C OF ZEPHY;.: !_ LS
n,
11ii.' A. ddilaA414/1t4le.Witn s neth M. Burgess,J C Aril President
Witness
Attes 4i Gevi 12.a.._
TAX. Hillman, City Clerk
7-
Signed, Sealed and Delivered
In the presenceence of: / RCM UTILITIES
AK, . Z / . • BY: 1,''` 77 as<
itn ss J=' Name: Christopher R. Creech
ACp Title: Manager
Witna Melissa Moss
8-
Exhibit A
SU,STViITBID RESPONSE TO:
REQUEST FOR PROPOSALCITYOFZEPHYRHILLS
ATTN: PURCHASING DEPT 710,41 Response Acknowledgement
5335 8TH STREET
ZEPHYRHILLS, FL 33542
PURCHASING AGENT: Karen Miller AN EQUAL OPPORTUNITY EMPLOYER
Phone: 813-780-0000 x3536 FLORIDA TAX EXEMPT 85-8012740166C-4
Email: Purchasingl@ci.zephyrhills.fl.us FEDERAL IDENTIFICATION NUMBER #59-6000455
BID/PROPOSALDOCUMENTSMAYBEQB ATNEDi4Tt
BidNet Direct,https://www.bidnetdirect.com/
City of Zephyrhills-City Hall-Purchasing,5335 8th Street,Zephyrhills,Florida 33542
SID/PROPOSAL NUMBER DLSTRIBLIT1ONDATE , 43l0/PROPQ,SALPILE iiikaMtpROPOSAL RESPONSES OPENING DATE/TIME •
35-19-01 June 21,2019
Water&Wastewater Misc
Friday-July 26,2019-3 PMConstruction/Maintenance Services
PRE CONFERENCE DATE/TIME/LOCATION AQ Strongly Recommended None RESPONSES RECEIVED AFTER ABOVE
DATE: Friday-June 28,2019 TIME: 10:00 AM DATE AND TIME
City of Zephyrhills City Hall Council Chambers,5335 8th Street,Zephyrhills,FL WILL NOT BE ACCEPTED
VENDOR MUST COMPLETE THE BELOW AREAS AND'ftE31JRNCORM,NOTARIZED. FORM IS REQUIRED..
RESPONDER'S NAME/ADDRESS: If returning as a"NO"state reason:
TELPHONE NUMBER:
EMAIL ADDRESS:
I certify this Response is made without prior understanding,agreement,or connections with any corporation,FEDERAL EMPLOYER ID NUMBER OR SS NUMBER: IfirmorpersonsubmittingaResponseforthesamematerials,supplies or equipment,and is In all respects fair
and without collusion or fraud. I agree to all conditions of this Bid/Proposal and certify that I am authorized to
sign this Response for the company. In submitting a Response to the City of Zephyrhills the Responder offers
and agrees that if this Response is accepted,the Company will convey,sell,assign or transfer to the City of
Zephyrhills all rights,title,and interest in and to all causes of action it may now or hereafter acquire under the
Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular X
commodities or services purchased or acquired by the City of Zephyrills. At the City's discretion, such AUTHORIZED SIGNATURE
assignment shall be made and become effective at the time the City tenders final payment to the Company.
PRINTED NAME/TITLE
THIS FORM MUSTBE NOTARILtUBELOW
Sworn to and subscribed to me this day of 2019 AFFIX NOTARY STAMP BELOW
Personally known: Or produced identification: o
Type of ID:
Notary Signature State
My commission expires:
THE CITY OF ZEPHYRHILLS RESERVES THE RIGHT TO REJECT ANY OR ALL PROPOSALS, TO WAIVE INFORMALITIES,AND TO ACCEPT AU OR ANY PART OF
ANY RESPONSE/PROPOSAL AS MAY BE DEEMED TO BE IN THE BEST INTEREST OF THE CITY UNLESS OTHERWISE NOTED, PAYMENT OF GOODS OR
SERVICES PROVIDED AS A RESULT OF THIS SOLICITATION WILL BE MADE PER FLORIDA STATUTE. ALL VENDORS MUST SUBMIT A COMPLETED W-9
FORM.
TABLE OF CONTENTS
Page
RFP Response Form 3
Section 1.0 Introduction&General Requirements 4
Section 2.0 Scope of Work 12
Section 3.0 Proposal Package Criteria 13
Section 4.0 Evaluation Criteria& Ranking Process 16
Section 5.0 Forms 17
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 2
City of Zephyrhills
RFP Response Form
PROJECT IDENTIFICATION NUMBER: 35-19-01
PROJECT NAME: Water&Wastewater Miscellaneous Construction Services
RFP DEADLINE: July 26,2019 by 3 PM
The undersigned, hereby declares that no person or other persons other than the undersigned are interested in this
RFP, as Principal, and this response to request for proposal is made without collusion with others; and that we have
carefully read and examined the specifications, and with full knowledge of all conditions under which the services
herein is contemplated must be furnished, hereby proposed and agree to furnish this service according to the
requirements set out in the specifications for said purchase and service.
Federal Employer Identification Number:
Required Documents:
RFP Acceptance RFP Cover Response Form
Drug Free Workplace Form Firm Data Sheet
Non-Collusive Affidavit Firm Data Sheet-Sub Consultant
Public Entity Crimes Fee Proposal Form
Addenda Receipt Acknowledgement TAB 1-Licenses
E-Verify TAB 2-Resume
TAB 3-References TAB 4-Office Location
TAB 5-Equipment List
FIRM NAME:
SUBMITTER'S NAME/TITLE:
ADDRESS:
TELEPHONE NUMBER FAX
EMAIL ADDRESS
Firm Representative Signature: Date
Notary or Corporate
RFP 35-19-01 WATER&WASTEWATER
3MiscConstruction/Maintenance Services
SECTION 1
1.0 INTRODUCTION TO REQUEST FOR PROPOSALS
1.1 Invitation: The City of Zephyrhills (the "City"), invites responses ("Responses") which offer to
provide the services described in Section 2.0: "Scope of Services."
1.2 Agreement Terms and Conditions: The Proposer(s) selected to provide the service(s) requested
herein (the "Successful Proposer(s)") shall be required to execute an Agreement with the City. in
the event that the proposer to whom the contract is awarded does not execute a contract within
thirty(30)days after such award,the City of Zephyrhills may give notice to such proposer of intent
to award the contract to the next ranked proposer,or to call for new proposals.
After a contract is signed, failure to comply with any of the terms and conditions of this RFP by the
awarded firm will be cause for termination of the "Water & Wastewater Miscellaneous
Construction Services".
1.3 Additional Information or Clarification: Requests for additional information or clarifications must be
made in writing and Proposers may e-mail their requests for additional information or clarifications
in accordance with Article 1.4 Cone of Silence. The cone of silence is applied to all communications
concerning any bid, RFP and/or RFQ before intent to award is issued. All communications are to be
directed to the Purchasing Agent, Karen Miller at purchasing)@ci.zephyrhills.fl.us. Any request for
additional information or clarification must be received in writing no later than Friday,July 19,2019
by 3:00 PM.
The City will issue responses to inquiries and any other corrections or amendments it deems
necessary in written addenda issued prior to the Response Submission Date. Proposers should not
rely on any representations, statements or explanations other than those made in this RFP or in any
written addendum to this RFP. Where there appears to be conflict between the RFP and any
addenda issued,the last addendum issued shall prevail.
It is the Proposer's responsibility to assure receipt of all addenda. Proposer shall acknowledge
receipt of all addenda in their cover letter or addenda form.
1.4 Award of Agreement: An Agreement may be awarded to the Successful Proposer(s) by the City
Council as applicable, based upon the requirements reflected herein. The City reserves the right to
execute or not execute, as applicable, an Agreement with the Successful Proposer(s) that is
determined to be in the City's best interest.
1.5 Agreement Execution: By submitting a Response,the Proposer(s)agree to be bound to and execute
the Agreement for: Water & Wastewater Miscellaneous Construction Services. Without
diminishing the foregoing,the Proposer may request clarification and submit comments or proposed
revisions to the language concerning the Agreement for City's consideration. Any such comments or
proposed revisions identified after the Response has been received need not be considered by the
City. None of the foregoing shall preclude the City from seeking to negotiate changes to the
Agreement during the negotiation process.
1.6 Response Package: Careful attention must be given to all requested items contained in this RFP.
Proposers are invited to submit Responses in accordance with the requirements of this RFP. PLEASE
READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A RESPONSE. Proposers shall make the
necessary entry in all blanks and forms provided for the Response.
1.6.1 Each response submitted for evaluation must meet the requirements specified in the RFP.
1.6.2 Failure to submit all required items in the manner specified may result in your submittal
being found unacceptable.
1.6.3 Any submittal found unacceptable will not be considered for selection for this project.
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 4
1.7 Changes/Alterations: Proposer may change or withdraw a Response at any time prior to Response
Submission Deadline. All changes or withdrawals shall be made in writing to the Purchasing Agent.
Oral/Verbal modifications will not be allowed. Written modifications will not be accepted after the
Response deadline.
1.8 Discrepancies, Errors, and Omissions: Any discrepancies, errors, or ambiguities in the RFP or
addenda (if any) should be reported in writing to the City of Zephyrhills Purchasing Agent in the
manner prescribed in RFP Section 1.3. Should it be necessary,the City will issue a written addendum
to the RFP clarifying such conflicts or ambiguities.
1.9 Disqualification: The City reserves the right to disqualify Responses before or after the submission
date, upon evidence of collusion with intent to defraud or other illegal practices on the part of the
Proposer. It also reserves the right to waive any immaterial defect or informality in any Response;to
reject any or all Responses in whole or in part,or to reissue a Request for Proposal.
1.10 Reject Proposals: The City of Zephyrhills reserves the right to reject any or all proposals, waive
informalities, request additional information and to negotiate a contract with the most qualified
firm for these services at compensation which the agency determines is fair, competitive and
reasonable in keeping with the best interests of the City.
1.11 Proposer's Expenditures: Proposers understand and agree that any expenditure they make in
preparation and submittal of Responses or in the performance of any services requested by the City
in connection with the Responses in response to this RFP are exclusively at the expense of the
Proposers. The City shall not pay or reimburse any expenditure or any other expense incurred by
any Proposer in preparation of a Response or anticipation of an Agreement award or to maintain the
approved status of the Successful Proposer(s)if an Agreement is awarded.
1.12 Compliance with Applicable Law: The laws of the State of Florida shall govern the agreement.
Comply with all applicable federal, state, county and municipal laws, ordinances, regulations and
rules related to the services to be performed thereunder. Conduct no activity or provide any service
that is unlawful or offensive.
1.13 Conflicts of Interest: No firm shall be eligible for selection on any project and no work shall be
assigned to a firm which conflicts with or is duplicative of any work by the firm or any affiliated
business entity, including, but not limited to, partnerships, joint ventures, and subsidiaries of the
same parent corporation or firm.
1.14 Indemnification and Insurance Requirements
1.14.1 Indemnification: Contractor/vendor shall defend, indemnify and hold harmless the
City of Zephyrhills and all of the City of Zephyrhills's officers,agents, and employees
from and against all claims, liability, loss and expense, including reasonable costs,
collection expenses, attorneys' fees, and court costs which may arise because of
the negligence (whether active or passive), misconduct, or other fault, in whole or
in part (whether joint, concurrent, or contributing), of contractor/vendor, its
officers, agents or employees in performance or non-performance of its obligations
under the Agreement generated from this solicitation. Contractor/vendor
recognizes the broad nature of this indemnification and hold harmless cause, as
well as the provision of a legal defense to the City of Zephyrhills when necessary,
and voluntarily makes this covenant and expressly acknowledges the receipt of
such good and valuable consideration provided by the City of Zephyrhills in support
of these indemnification, legal defense and hold harmless contractual obligations in
accordance with the laws of the State of Florida. This clause shall survive the
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 5
termination of the Agreement from this solicitation. Compliance with any
insurance requirements required elsewhere within the Agreement shall not relieve
the contractor/vendor of its liability and obligation to defend, hold harmless and
indemnify the City of Zephyrhills as set forth in this article of the Agreement.
It is further agreed that liability and exposure for indemnification (including, but
not limited to the amounts of any indemnification owed by a governmental entity)
will be limited to and governed by the provisions of Section 768.28(5), Florida
Statutes
The City shall also be held harmless against all claims for financial loss with respect to the
provision of or failure to provide professional or other services resulting in professional
malpractice, or errors or omissions liability arising out of performance of the agreement or
contract, unless such claims are a result of the city's own negligence.
1.14.2 Insurance:
Contractor/vendor shall, at its sole cost and expense, procure and maintain
throughout the term of the contract, Comprehensive General Liability and Worker's
Compensation insurance, including Employer Liability insurance, with minimum
policy limits of$1,000,000 (this could be $2,000,000 depending on the amount of
the contract) combined Single Limits, or to the extent and in such amounts as
required and authorized by Florida law, and will provide endorsed certificates of
insurance generated and executed by a licensed insurance broker, brokerage or
similar licensed insurance professional evidencing such coverage, and naming the
City of Zephyrhills as a named, additional insured, as well as furnishing the City of
Zephyrhills with a certified copy, or copies, of said insurance policies. Certificates
of insurance and certified copies of these insurance policies must accompany the
signed contract. Said insurance coverages procured by the contractor/vendor as
required herein shall be considered, and the contractor/vendor agrees that said
insurance coverages it procures as required herein shall be considered, as primary
insurance over and above any other insurance, or self-insurance, available to the
City of Zephyrhills, and that any other insurance, or self-insurance available to the
City of Zephyrhills shall be considered secondary to, or in excess of, the insurance
coverage(s) procured by the contractor/vendor as required.
This RFP/contract will also include either proof the contractor is covered by a
pollution policy for $1,000,000 for each pollution condition or listed under the
coverage for the City as coverage. Proof of coverage will be required.
Nothing shall be construed to extend the City of Zephyrhills's liability beyond that
provided in section 768.28, Florida Statutes.
Builders' Risk Coverage: For any contracts that may apply to the following in the
first sentence should also include statement below. If this solicitation includes: (1)
construction of a new above-ground structure or structures, or (2) any addition(s),
improvement(s), alteration(s), or repair(s), to an existing above-ground structure or
structures, or (3) the installation of machinery or equipment into an existing
structure or structures, the Contractor shall provide, in a policy acceptable to the
City, "all risk" (i.e., Special Form) property insurance on any such construction,
RFP 35-19-01 WATER&WASTEWATER
6MiscConstruction/Maintenance Services
additions, machinery or equipment. The amount of the insurance shall be no less
than the estimated replacement value at the time of the City's final acceptance of
such new structures, addition(s), improvement(s), alternation(s), repair(s),
machinery or equipment. The coverage shall not be subject to any restriction with
respect to occupancy or use by the City and, subject to thirty (30) days' prior
written notice to the City shall remain in full effect until final acceptance by the
City. In addition, the City, the Professional, and the Contractor's subcontractors of
any tier, shall be additional insureds on this policy. The insurance shall include a
deductible no greater than one percent (1%) of the Contract amount, or $25,000,
whichever is smaller, for which the Contractor shall be responsible. The risk of loss
whether insured or not shall remain with the Contractor until final acceptance.
Upon request, Contractor shall furnish to the City complete copies of the insurance
policy.
1.15 Termination(Cause and/or Convenience).
1.15.1 This contract may be terminated in whole or in part in writing by either
party in the event of substantial failure by the other party to fulfill its
obligations under this contract through no fault of the terminating party,
provided that no termination may be effected unless the other party is
given (1) not less than thirty(30) calendar days written notice (delivered by
certified mail, return receipt requested) of intent to terminate and (2) an
opportunity for consultation with the terminating party prior to
termination.
1.15.2 This contract may be terminated in whole or in part in writing by the local
government for its convenience, provided that the other party is afforded
the same notice and consultation opportunity specified in 1(a) above.
1.15.3 If termination for default is effected by the local government, an equitable
adjustment in the price for this contract shall be made, but (1) no amount
shall be allowed for anticipated profit on unperformed services or other
work, and (2) any payment due to the contractor/vendor at the time of
termination may be adjusted to cover any additional costs to the local
government because of the contractor's or vendor's default.
If termination for convenience is effected by the local government, the
equitable adjustment shall include a reasonable profit for services or other
work performed for which profit has not already been included in an
invoice.
For any termination, the equitable adjustment shall provide for payment to
the contractor/vendor for services rendered and expenses incurred prior to
receipt of the notice of intent to terminate, by the contractor/vendor
relating to commitments (e.g., suppliers, subcontractors) which had
become firm prior to receipt of the notice of intent to terminate.
1.15.4 Upon receipt of a termination action under paragraphs(a) or(b) above,the
contractor/vendor shall (1) promptly discontinue all affected work (unless
the notice directs otherwise) and (2) deliver or otherwise make available to
the local government all data, drawings, reports specifications, summaries
and other such information, as may have been accumulated by the
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services7
contractor/vendor in performing this contract, whether completed or in
process.
1.15.5 Upon termination, the local government may take over the work and may
award another party a contract to complete the work described in this
contract.
1.15.6 If, after termination for failure of the contractor/vendor to fulfill
contractual obligations, it is determined that the contractor/vendor had
not failed to fulfill contractual obligations, the termination shall be deemed
to have been for the convenience of the local government. In such event,
adjustment of the contract price shall be made as provided in paragraph (c)
above.
1.16 RFP TIME TABLE
The anticipated schedule for the RFP and contract approval is as follows:
Distribution/Advertised June 21, 2019
Pre-Conference June 28,2019 10 AM
Questions Deadline July 19,2019 3 PM
RFP Deadline July 26,2019 3 PM
Review Responses July 26 thru August 2
Interviews August 2,2019 Tentatively
Presented to City Council August 12,2019 6 PM
1.17 RFP Availability: RFP documents, plans, addendums can be viewed and downloaded from
BidNet Direct at https://www.bidnetdirect.com/florida/cityofzephyrhills or the City
Website, www.ci,zephyrhills.fl.us, Government, Purchasing, Vendor Information, click on
the link for BidNet. It is your responsibility to ensure you have downloaded all addendums
published before the bid opening. You must be a registered vendor for the City of
Zephyrhills. Registration is FREE. Your response and all required documentation are to be
submitted (mailed or delivered by the deadline listed in the Time Table) to the City of
Zephyrhills—Purchasing,5335 8th Street,Zephyrhills,Florida 33542.
Proposal Submission: One original and five copies (a total of six) shall be delivered to the
City of Zephyrhills, 5335 8th Street, Zephyrhills, FL 33542, prior to the Opening time of
Friday, July 26, 2019 3:00 p.m., EDT. Proposals shall not be more than the total pages
indicated in Section 3 while still meeting proposal requirements.
The delivery of the proposals to the City of Zephyrhills prior to the specified date and
time is solely and strictly the responsibility of the proposing firm.The City shall not, under
any circumstances, be responsible for delays caused by the United States Postal Service
or any private delivery service, or for other delays. All responses must be manually and
duly signed by authorized authority to bind said firm or individual, and Proposer must
affix their corporate seal (if any) to the proposal. In the absence of a corporate seal, the
proposal must be notarized by a Notary public.
The submittal of a proposal by a preparer will be considered by the City as constituting an
offer by the proposer to perform the required services at the stated fees.
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 8
Each proposer is solely responsible for the reading and completely understanding the
requirement of this RFP. The opening time shall be and must be scrupulously observed.
Under no circumstances will proposals delivered after the specified delivery time be
considered. Late submissions shall be returned unopened to the firm or individual with the
notation "the Proposal was receive after the delivery time designated for the receipt and
opening of the proposals."
1.18 Appropriations Clause: The City, as an entity of government, is subject to the appropriation
of funds by its legislative body in an amount sufficient to allow continuation of its
performance in accordance with the terms and conditions of this contract for each and
every fiscal year following the fiscal year in which this contract shall remain in effect.
Upon notice that sufficient funds are not available in the subsequent fiscal years, the City
shall therefore be released of all terms and other conditions.
1.19 Oral Presentation: A formal oral presentation may be required by each firm that is selected
during the initial review process(at the sole option of the City). If required, presentations
should be in support of the firm's proposal or to exhibit/demonstrate the information
contained therein. If the Committee wishes additional clarification of any information or
additional information, any of the firms may be requested to submit that information in
writing.
1.20 Acceptance of Applicable Policies&Procedures.
1.21.1 Firms responding to this RFP agree by submission of such response to accept and
comply with the City policies and procedures that apply to the selection process
for this project.
1.21.2 Any concerns, or issues, relating to current policies and procedures may be
addressed with City staff,but separate from this selection process.
1.21 The City Manager will appoint a ranking committee who will review and evaluate the
qualifications of all interested firms. This committee shall select at least three(3)firms that
are licensed in the State of Florida and are otherwise professionally qualified.
The ranking committee will present their recommendations to the City Manager based on
their review of the written and interview process. The City Manager will present the
Committee's recommendations to the City Council for their approval of the ranking
recommendation. A member from the ranking committee will be present to respond to any
detailed questions the Council may have. City Council will vote on the Committee's
recommendation.
1.22 Written Selection Process.
Step 1. The City's Purchasing will review submittals for responsiveness and responsibility.
Those found responsive and responsible based on an initial review shall proceed to Step
2.
Step 2. The City Evaluation Committee comprised of City management and staff will
evaluate the proposals using the criteria listed in Section 4.0. Based on the ranking of the
written review the top four (4) firms may be requested to participate in the interview
process. See Section 1.23. If the Evaluation Committee decides to bypass Section 1.23,
then the firms will be ranked (See Section 1.27)and prepared to be presented to the City
Manager for presentation to the City Council.
RFP 35-19-01 WATER&WASTEWATER
9MiscConstruction/Maintenance Services
1.23 Formal Interview Evaluation Criteria
o Overall impression of key team members
o Ability to provide service
o Ability of communicate during interview process.
o Effectively respond to questions and problem solve during interview
o Firm's ability to effectively answer questions and problem solve in the meeting
o Overall impression of the firm
1.24 Interview Format. The firms selected to make a presentation to the Evaluation Committee
will be notified by the City. Each firm selected for further consideration shall be notified in
writing and informed of a place and time for the interview session. The time allotted to
each firm for the presentation and interview shall not exceed forty five (45) (5 minutes for
setup, 20 minutes for presentation, 5 minutes for questions, and 5 minutes knock-down).
All members of the Evaluation Committee will be present during the formal interview.
1.25 Issues to Address at Interview. The intent of the formal interview process is to provide the
evaluation committee with in-depth information from the firm in order to make a final
selection of the best-suited firm for the contract. Firms should focus their presentations on
the detailed plan for the tasks, evaluations, interviews, schedule and quality of the survey
and any unique characteristics or services the firm offers.
Firms are discouraged from reviewing company history and past experience evaluated
during the written submittals unless this information is relevant to the survey process. All
key personnel should be present at the interview.
1.26 Award Criteria. The evaluation committee recommendation will be made from their in
depth review of the written proposals;their evaluation of the interview responses based on
various criteria including but not limited to:
Approach to the implementation,performance and satisfaction of City requirements
Proposal quality and references
Demonstrated understanding and success of similar projects.
Ability to perform the work within the stated timeframe.
Approach to maintenance plan and costs
1.27 Final Evaluation. Upon completion of the evaluation process by the Evaluation Committee,
the firms will be ranked in descending order of recommendation. The Evaluation
Committee shall present their final ranking to the City Manager for presentation to the City
Council for approval of the committee's recommendation. The City will begin negotiations
with the number one ranked firm. Should the City be unable to negotiate a satisfactory
contract with the top-ranked firm at a price determined to be fair and reasonable,
negotiations shall be terminated with that proposer and the City shall initiate negotiations
with the second ranked proposer to arrive at an acceptable contract,and so on.
1.29 Exception to the RFP. Proposers may take exceptions to any of the terms of this RFP
unless the RFP specially states where exceptions may not be taken. Should a Proposer take
exception where none is permitted, the proposal will be rejected as nonresponsive. All
exceptions taken must be specific, and the proposer must indicate clearly what alternative
is being offered to allow the City a meaningful opportunity to evaluate and rank proposals.
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services I
Where exceptions are permitted, the City shall determine the acceptability of the
proposed exceptions and the proposals will be evaluated based on the proposals as
submitted. The City, after completing evaluations, may accept or reject the exceptions.
Where exceptions are rejected, the City may request that the Proposer furnish the
services or goods described herein, or negotiate an acceptable alternative.
1.30 Openness of Procurement Process. Written competitive proposals, other submissions,
correspondence, and all records made thereof, as well as negotiations conducted pursuant
to this RFP, shall I be handled in compliance with Chapters 119 and 286 Florida Statutes.
The City gives no assurance as to the confidentiality of any proposal once submitted.
1.31 Cooperative Purchases. This Is a cooperative purchase contract. State law allows any
government agency and any accredited school in the state to buy off this contract without
going to bid,as long as it does not conflict with any of their local regulations.
1.32 Negotiations. The City may award a contract on the basis of initial offers received, without
further negotiations, or may negotiate a final contract. Therefore, each initial offer should
contain the Proposer's best terms from a cost or price and technical standpoint.
The City reserves the right to enter into contract negotiations with the selected Proposer.
If the City and the selected Proposer cannot negotiate a successful contract, the City may
terminate said negotiations and begin negotiations with the next selected Proposer. This
process will continue until a contract has been executed or all Proposers have been
rejected. No Proposer shall have any rights against the City arising from such
negotiations.
1.33 Right to Protest. Any actual or prospective Proposer who is aggrieved in connection with
the solicitation or award of a contract may seek resolution of its complaints by contacting
the City Manager.
1.34 IF CONSULTANT OR CONTRACTOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONSULTANT'S OR
CONTRACTOR'S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS AGREEMENT OR
CONTRACT, THEY SHALL CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
LORI HILLMAN, CITY CLERK
CITY OF ZEPHYRHILLS
5344 9th STREET
ZEPHYRHILLS, FLORIDA 33542
LHILLMANACLZEPHYRHILLS.FL.US
813-780-0000
RFP 35-19-01 WATER&WASTEWATER
I
Misc Construction/Maintenance Services
SECTION 2
2.0 RFP SCOPE OF SERVICES
2.1 Introduction. The City of Zephyrhills is seeking the services:
a)Underground utility contractors
b) General contractors
c)Utility electricians
d) Specialty contractors
Contractors are to be licensed in the State of Florida to provide complete contracting services and
emergency repair services of a wide variety of water and wastewater utility projects.
2.2 Services shall include but are not limited to:
a)Construction supervision/administration
b) New construction of water/sewer mains,lift stations,manholes,wells and appurtenances.
c)Renovations and retrofits for water and sewer mains lift stations, manholes, wells, water
and wastewater treatment plant components and appurtenances, infiltration and inflow
removal projects and cleaning and televising sanitary sewer lines.
d)Demolition associated with renovations/retrofits
e)Scheduling work and subcontractors in harmony with the City of Zephyrhills, Florida
Operations
f)Estimating cost of future projects
g)Repairs (emergency and non-emergency) of water/sewer mains, lift stations, manholes,
valves, master meters, backflow devices, fire hydrants, wells, water and wastewater
treatment plant components, and SCADA programming/instrumentation and control work.
2.3 The contractors selected for these services will work with Utilities Owner's Representative in order
to successfully develop a strategy for the best approach to successfully complete each project.
2.4 The City will be selecting two (2) firms for these services. The two top rank firms who have a
successful negotiation will be awarded the contract.
2.5 Warranty. The selected Contractor(s)will provide the City with a minimum:
a)One(1)year warranty for all service work performed
b) Ten(10)year warranty on all manhole and lift station coating
This warranty will not go into effect until the project has been substantially completed. All work
performed will meet or exceed applicable City Technical Standards and/or local County Technical
Standards.
2.6 Term of Contract. The contract term is anticipated for the period of thirty six (36) months. This
contract can be renewed for an additional one (1) thirty six (36) month period. Should any project
that is active extend past the contract termination date, that contract shall be extended until
completion of such project.
2.7 Payment and Performance Bonds. Payment and Performance Bond and All Insurance Shall be
Secured from or Countersigned by an Agency or Surety Company Recognized in Good Standing and
Authorized to do Business in the State of Florida._If at any time the Owner for justifiable cause shall
be or become dissatisfied with any Surety, then upon the Performance of Payment Bonds, the
Contractor/Vendor shall within five (5) days after notice from the Owner, substitute an acceptable
bond (or Bonds) in such form and sum and signed by such other Surety or Sureties as may be
satisfactory to the Owner. The premiums on such bond shall be paid by the Contractor/Vendor. No
RFP 35-19-01 WATER&WASTEWATER
12MiscConstruction/Maintenance Services
further payments shall be deemed due and shall not be made until new Surety or Sureties shall have
furnished such an acceptable bond to the Owner.
2.8 ADDITIONAL INFORMATION/REQUIREMENTS.
2.8.1 The City shall provide a summary of work ("Work") to one (1) or more of the Contractors
selected based upon the specific type of work and estimated dollar value of the project. All
such contract activities would be the subject of a signed Contract Work Order with a
negotiated fee and format supplemental to a primary contract agreement. No travel time
or travel expenses will be considered billable without special prior arrangements. Normal
administrative and/or accounting overhead will be considered as covered by the agreed
upon hourly rates for direct professional personnel and will not be considered as separately
billable.
a)Contractor(s) will respond with a proposal within ten (10) business days. Should
the contractor(s) require additional time prior to submission and additional ten
10) business days can be requested. Proposal submittal will not be more than
twenty(20)business days after the initial request.
b) The key personnel named in the proposal shall remain responsible for the work
throughout the period of the contract. No diversion or replacement may be made
without approval by the City.
2.8.2 The City shall not be held liable for any expenses incurred in connection with the
preparation of a response to this RFP or for any costs associated with any activities involved
in presentations and discussions or in preparations and execution of a contract resulting
from this solicitation.
2.8.3 The City places significant value on high quality work and performance, timely access and
response, scheduling and cost concerns, risk management/loss prevention, early issue
identification, flow of information and communications, congenial working relations,
adherence to ethical standards, proactive stand-up accountability and the demonstration of
the same.
2.8.4 The purpose and intent of this solicitation is to establish contract arrangements. Any such
contract(s) resulting from this solicitation process are intended to cover projects and work
currently contemplated but there is no guarantee on the part of the City that such project
work will go forward.
SECTION 3
PROPOSAL PACKAGE CRITERIA - Six (6) copies of the firm's response must be submitted. Five (5) copies should be
bound and one (1) copy should be unbound but secured with a rubber band, spring clip, etc. Maximum page count
should not exceed 32. Each copy must contain the following:
3.0 Introductory letter, optional, may be provided by the submitting firm. Can be served as a
transmittal document. One (1) page maximum. This letter shall not include any
information to be considered for evaluation by the Selection Committee.
3.1 Cover sheet and Tab Sheets of your response(Not part of the page count)
3.2 The TABLE OF CONTENTS FOR Water & Wastewater Misc Construction/Maintenance
Services RESPONSE is to be completed by the submitting firm and included in the bound
copies of the firm's response. (Not part of the page count)
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 13
3.2.1 Response materials shall be arranged in the order indicated on the TABLE OF
CONTENTS.
3.2.2 The submitting firm is to include the appropriate page numbers to indicate the
location for each of the listed items.
3.2.3 The FIRM DATA SHEET for the prime firm only.
3.2.4 Package should include:
TAB 1. Proposer's credentials& previous performance on similar lobs
Maximum 30 Points). Proposers shall provide, in detail their credentials for
providing construction services for water and wastewater utility projects and any
information that documents successful and reliable experience an past
performance, especially those performances related to the requirements of this
RFP. Include a description of the proposer's business history and number of years
in operation. Must include copies of General Contractor and Underground
Contractor licenses.
TAB 2. Staff Credentials and Resumes
Maximum 10 Points). The proposer shall include the name,title,address and
telephone number of persons who will both manage and be assigned to perform
services under the proposal.A signed one(1)page resume,including references,
detailing educational qualifications and previous work assignments related to this
Request for Proposal for each person who will perform the services required shall
be included. Failure to do so may be cause for rejection of the proposal.
Credentials will be subject to verification.
In the event there should be a change in the person(s) names assigned to perform
the services under this contract, the contractor shall submit, for approval to the
City, the credentials and resumes of the person(s) the contractor wishes to
perform the services under this contract
FIELD FOREMAN MINIMUM REQUIREMENTS:
0 5 YEARS EXPERIENCE AS FOREMAN OR SUPERVISOR
0 MANHOLE AND WET WELL SEWPERCOATING FOREMAN TO HAVE 5 YEARS
EXPERIENCE
TAB 3. References
Maximum 30 Points) A list of five (5) applicable customer references is to be
provided who have contracted for similar services offered by the proposer, which
is considered identical or similar to the requirements of this Request for Proposal.
Failure to do so may be cause for rejection of the proposal.The list shall include:
a. Company name and address.
b.Contracting officer and telephone number.
c.Technical representative and telephone number.
d.A brief,written description of the project.
Failure to provide complete and accurate client information, as specified here, may
result in the disqualification of your proposal
TAB 4. Office Location. (Maximum 10 Points). Rating will be based on ease of
contract administration and responsiveness. The proposer with all key personnel
located within two(2)hours of the City of Zephyrhills.
RFP 35-19-01 WATER&WASTEWATER
i4MiscConstruction/Maintenance Services
TAB 5. Responsiveness/Availability of Equipment. (Maximum 10 Points).
Proposer shall submit a complete list of all equipment owned by their firm to
include the location of the yard where the equipment is stored when not in use.
TAB 6. Hourly Rates and Equipment Rates. (Maximum 10 Points). Proposer shall
submit a list of hourly rates for personnel and hourly/daily/weekly/monthly rates
for equipment for emergency work and planned Not-to-Exceed work. Proposer
shall also identify the percentage markup charged on materials, subcontracted
labor,etc.
O Must include list of equipment owned
Is office facility owned or rented
TAB 7. Acceptance of Conditions. Indicate any exceptions to the general terms
and conditions of the RFP, and to insurance requirements or any other
requirements listed in the RFP. If no exceptions are indicated in this tabbed
section, it will be understood that no exceptions to these documents will be
considered after the award,or if applicable,during negotiations.
Exceptions taken by a proposer may result in evaluation point deduction(s) and/or
exclusion of proposal for Selection Committee consideration, depending on the
extent of the exception(s).Such determination shall be at the sole discretion of the
City
TAB 8. Required Forms-In addition to above(Not part of the page count)
Proposer's Checklist
Firm Data Sheet
Firm Data Sheet-Subcontractor
Drug Free Workplace
Statement of No Response
E-Verify
RFP Acceptance
Public Entity Crimes
Addenda
Non-Collusive Affidavit
3.4 Financial Capacity TAB 9. Provide documentation of your firm's financial stability and
sufficient financial capability to complete a project of this scope, as follows: (4) page
maximum
3.4.1 Financial Stability. Provide summary certified financial statements demonstrating
the tangible net worth of your firm, current operating cash balances, bank lines of
credit and contingent liabilities.
3.4.2 Ownership. Provide information on the form of ownership, principal owners,
length of ownership; if there are any pending changes to the company's
ownership,identify the nature of these changes.
3.5 The response information should be included on either the forms provided in this RFP, or a
reasonable facsimile of the provided forms. Firms choosing to use reasonable facsimiles of
required forms should maintain both the format and content of the provided forms.
RFP 35-19-01 WATER&WASTEWATER
iMiscConstruction/Maintenance Services
SECTION 4 - EVALUATION CRITERIA& RANKING PROCESS
4.1 General Ranking. The evaluation and ranking of all Competitive proposals received shall be
accomplished utilizing the criteria described in this Section.
4.2 Selection Criteria. All proposals shall be equally evaluated with respect to the
completeness of the data provided, support for all claims made,and the overall approach
taken.The following criteria shall be utilized in the evaluation of the proposal:
30 Credentials&Previous Performance on Similar Jobs
10 Staff Credentials&Resumes
30 References
10 Office Location
10 Responsive&Availability of Equipment
10 Hourly Rates for Personnel&Equipment
100 Ranking based on 100 point system-maximum
5 Missing Documentation
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 16
SECTION 5 - FORMS
RFP 35-19-01 WATER&WASTEWATER
17MiscConstruction/Maintenance Services
FIRM DATA SHEET RFP 35-19-01
APPLICANT FIRM NAME:
ADDRESS:
TELEPHONE NUMBER:
FAX NUMBER:
EMAIL ADDRESS:
FEIN NUMBER:
CONTACT PERSON/TITLE:
Type Ownership:
Submittal for Parent Company
Branch or Subsidiary
Parent Company, if any:
Former Parent Company/Companies:
Name/Title/Phone Number of two Principals in the firm:
Present Offices: City/State/Number of personnel for each:
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services I 8
FIRM DATA SHEET—SUB-CONTRACTOR RFP 35-19-01
SUBCONTRACTOR:
Firm Name and Address Services to be Provided
1. 1.
2. 2.
3. 3.
4. 4.
5. 5.
RFP 35-19-01 WATER&WASTEWATER
19
Misc Construction/Maintenance Services
DRUG-FREE WORKPLACE FORM
The undersigned vendor, in accordance with Florida Statute 287.087, hereby
certifies that does:
Name of Business)
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business'
policy of maintaining a drug-free workplace, any available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services
that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under bid,
the employee will abide by the terms of the statement and will notify the employer of
any conviction of, or pleas of guilty or nolo contendere to, any violation of chapter
893 or of any controlled substance law of the United States or any state, for a
violation occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies
fully with the above requirements.
Bidder's Signature
Date
PUR062.036
re. 10/97
afigamminmsummer
RFP 35-19-01 WATER&WASTEWATER
20MiscConstruction/Maintenance Services
CITY OF ZEPHYRHILLS
STATEMENT OF NO BID
If you do not intend to bid, please complete the information below and return this form with
the bid title and number clearly marked on the front of the envelope. Please send the
STATEMENT OF NO BID FORM no later than the opening date indicated on the
INVITATION TO BID FORM.
Please be advised that if the NO BID STATEMENT is not executed and returned your
name may be deleted from the list of qualified bidders for the City of Zephyrhills.
We decline to submit a bid for the following reasons:
Unable to meet Bond or Insurance requirements.
Unable to meet specifications; we do not offer this product or an equivalent.
Specifications are unclear, specialty items are too intricate.
Insufficient time to respond; our schedule will not permit us to perform.
Reason for declining on attached sheet.
Company Name: Date:
Telephone Number: Signature:
Return completed form to: City of Zephyrhills, Purchasing Department
5335 8th Street
Zephyrhills, FL 33542
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 21
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),
FLORIDA STATUTES ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to
print name of the public entity)
by
print individual's name and title)
for
print name of entity submitting sworn statement)
whose business address is
and (if applicable) its Federal Employer Identification Number(FEIN) is
If the entity has no FEIN, include the Social Security Number of the individual
signing this sworn statement:
2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g),
Florida Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or political
subdivision of any other state or of the United States, including, but not limited to, any bid or
contract for goods or services to be provided to any public entity or an agency or political
subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
3.I understand that"convicted"or"conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes,means a finding of guilt or a conviction of a public entity crime, with or without
an adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a
plea of guilty or nolo contendere.
4.I understand that an "affiliate"as defined in Paragraph 287.133(1)(a), Florida Statutes means:
1. A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime. The term "affiliate" includes
those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in the management of an affiliate. The ownership by one person of
shares constituting a controlling interest in another person, or a pooling of equipment or
income among persons when not for fair market value under an arm's length agreement,
shall be a prima facie case that one person controls another person. A person who
knowingly enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
5.I understand that a "person"as defined in Paragraph 287.133(1)(e), Florida Statutes means any
natural person or entity organized under the laws of any state or of the United States with the
legal power to enter into a binding contract and which bids or applies to bid on contracts for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The term "person" includes those officers, directors,
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 22
executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
6.Based on information and belief, the statement which I have marked below is true in relation to
the
entity submitting this sworn statement. (Indicate which statement applies.)
Neither the entity submitting this sworn statement, nor any of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989. However, there has been a subsequent
proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings
and the Final Order entered by the Hearing Officer determined that it was not in the public
interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a
copy of the final order)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR
THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE)ABOVE IS FOR THAT PUBLIC ENTITY
ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC
ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT
PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE
IN THE INFORMATION CONTAINED IN THIS FORM.
Signature)
Sworn to and subscribed before me this day of
20
Personally known
Or Produced identification
Notary Public—State of
My commission expires
Type of Identification)
Printed, Typed or stamped commissioned name of notary public)
Form PUR 7068 (Rev.06/18/92)
mammulemiiiimmow
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 2
Addenda Receipt Acknowledgment
Addendum# Date Initials
Addendum # Date Initials
Addendum # Date Initials
Addendum # Date Initials
Firm Representative:
Signature/Date(executed by Corporate Authority)
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 24
NON-COLLUSIVE AFFIDAVIT
State of Florida
County of
being first duly sworn,deposes and says that he/she is
the party making the fore-going submittal of qualifications or bid that such
submittal
partner or officer of the Firm,etc)
Or bid is genuine and not collusive or sham; that said Firm has not colluded, conspired, connived
or agreed, directly or indirectly, with any Firm or person, to put in a sham response or to refrain
from responding, and has not in any manner, directly or indirectly, sought by agreement or
collusion, or communication or conference, with any person, to secure any advantage against the
City of Zephyrhills of any person interested in the proposed contract; and that all statements in
said response are true.
Officer
Company Name)
State of Florida
County of
The foregoing instrument was acknowledged before me this day of
by
name and title of corporate officer)
of Name of Corporation),
a state or place of incorporation)corporation, on behalf of the
corporation. He/she is personally known to me or has produced Identification type)
as identification.
Signature line for notary public)
Name of notary type,printed or stamped)
Title or rank)
My commission expires:
Serial number, if any
RFP 35-19-01 WATER&WASTEWATER
25MiscConstruction/Maintenance Services
E-VERIFY
RFP No: 35-19-01
Project Description: Water& Wastewater Misc Construction
Maintenance Services
Vendor/Consultant acknowledges and agrees to the following:
Vendor/Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system, in
accordance with the terms governing use of the system, to confirm the employment eligibility of;
1. all persons employed by the Vendor/Consultant during the term of the Contract to perform
employment duties within Florida; and
2. all persons, including subcontractors, assigned by the Vendor/Consultant to perform work
pursuant to the contract with the City of Zephyrhills.
Company/Firm:
Authorized Signature:
Title:
Date:
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 26
RFP ACCEPTANCE
I acknowledge and understand the requirements set forth in RFP 35-19-01 Water&Wastewater Misc
Construction/Maintenance Services.
Authorized Signature Date
Printed Name
Company Name
In witness whereof, the above submitted has hereunto set his signature and affixed his seal this
day of A.D. 2019
Seal) By:
Title:
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 27
Labor/Equipment Rates Form
RFP 35-19-01 Water&Wastewater Misc Construction/Maintenance Services
RATES
LABOR and EQUIPMENT RATES WORKING HOURS AFTER HOURS
Supervisor
Foreman
Helper-Labor Only
Helper with Truck/Trailer
Backflow Technician
Other:(EXPLAIN)
Please provide when after hours would apply
OWNED or
RENTED
EQUIPMENT RATES SET UP FEE HOURLY DAILY WEEKLY MONTHLY 0 R
Mini Excavator with Operator
Back Hoe with Operator
Vac Truck-2 Man Crew
CCTV Camera Trailer with Operator
Tractor with Bucket with Operator
4"Sewage Bypass Pump with Hoses
Bypass Pump Fuel Additional
1500 Gallon Temporary Hydro Tank
3000 Gallon Temporary Hydro Tank
10000 Gallon Temporary Hydro Tank
Aerator for Ground Storage Tank
13000 Watt Generator
Infiltrator MH Leak Stop Plus Labor
Portable Concrete Mixer with Crew
Metal Fabrication/Welding Lead Man
Metal Fabrication/Welder
Sand Blast Trailer Rig with Crew
Sand Blasting Sand
Compactor with Operator
Air Compressor Road Bore
OTHER RATES MARK UP
Materials Purchased for Specific Job
Materials from Stock
Subcontract Labor
Performance and Payment Bond I Cost
Company Name:
Authorized Signature/Date:
RFP 35-19-01 WATER&WASTEWATER
28MiscConstruction/Maintenance Services
Exhibit B
SUBMITTED BY:
aim
C M
UTILITIES
100 WEST MILLS AVENUE
EUSTIS, FL 32726
352-561-2990
RFP 35-19-01
WATER & WASTEWATER MISC.
CONSTRUCTION / MAINTENANCE
SERVICES
P1CM
UTILITIES
Table of Contents
Tab 1—Credentials&Previous Performance
RCM's Credentials& Previous Performance 1
Underground Utility& Excavation Contractor License 2
Backflow Prevention Tester Certification 3
Introduction to Lift Station Electrical Troubleshooting 4
Tab 2—Staff Credentials and Resumes
RCM's Staff Credentials 5
Christopher Creech's Resume 6
Weston Hart wright's Resume 7
John C Riggs' Resume 8
Bradley Green's Resume 9
Melissa Moss' Resume 10
Bradley Miller's Resume(Subcontractor) 11
Maxx Environmental Staff Experience 12
Tab 3—References
RCM's References 13
Max Environmental Refences(Subcontractor)14
Kerneos Reference 15
Tab 4—Office Location
RCM's Office Location 16
Tab 5—Responsiveness and Availability of Equipment
RCM's Equipment List 17
Maxx Environmental Response Approach 18
Tab 6—Hourly Rates&Equipment Rates
RCM's Labor/Equipment Rate Form 19
Tab 7—Acceptance of Conditions
RCM's Acceptance of Conditions 20
Tab 8—Required Forms
Firm Data Sheet 21
Firm Data Sheet-Subcontractor 22
PCM
UTILITIES
Drug Free Workplace 23
Public Entity Crimes 24&25
Addenda Receipt Acknowledgement 26
Non-Collusive Affidavit 27
E-Verify 28
RFP Acceptance 29
Tab 9—Financial Capacity
RCM's Financial Capacity 30-37
Max Environmental Financial Strength 38
roe
CM
UTILITIES
TAB 1 - CREDENTIALS & PREVIOUS PERFORMANCE
RCM Utilities, LLC has been serving the greater central Florida area in all aspects of the
water and wastewater industry for 1 1/
2 years. We have earned the credibility and trust
of our customers through top quality, on time performance, coupled with excellent
customer service and management skills.
RCM Utilities has provided services and has experience in the following types of water
and wastewater work:
Lift station rehabilitation, installation, inspection & repair
Water treatment plant rehabilitation, new construction & repair
Wastewater treatment plat rehabilitation, new construction & repair
Examples of successfully and reliably completed construction services for water and
wastewater utility projects include:
Hawthorne — Remove & replace High Service Pump at WTP — September 2018
Hawthorne — Installation of water main line valves — October 2018
City of Tavares — Lift Station #9 Rehab —April 2019
City of Tavares — Lift Station #47 — July 2019
City of Groveland — Lift Station #16 — June 2019
The Villages CPM — SEWWCA IPS #2 - June 2019
The Valley MHP — Replace Hydro Pneumatic Tank at WTP — July 2019
Saddle Oak Club MHP — Replace Generator and auto transfer switch to WTP —
July 2019
RCM is staffed, equipped, and experienced to perform new construction of water/
sewer mains, lift stations, manhole, well and appurtenances as well as renovations and
retrofits and repairs emergency and non-emergency.
Licenses and Certifications held by RCM Utilities:
Underground Utility Contractor: CUC1225240
Backflow Prevention Tester— T12-18-8167
Backflow Prevention Assembly Repair & Maintenance
Introduction to Lift Station Electrical Troubleshooting
Department of Transportation Maintenance of Traffic (Intermediate)
Confined Space Entry
Infiltrator Systems Training
e46-
RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY
dber
i ',t4r.,,,' .:4-*
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION 1N V= .C 1NG BOARD i ,
THE UNDERGROUND UTILITY & EXCAVAVOONCO NE IN IS CERTIFIED UNDER THE
PROVISIONS OF CHAPT489 .FLORIDA:STATUTES
C E ECH CHRISTOPHERAN
fit_ Nom.UTILIT#ES, LIC • -j f t
t t -'
i i" ;419 W.GROVE` T
r;
F ,, -
twin 4 a ,,,
FL1
726 . , r
c..,-,
11,- .
LICENSE NUMBER CUC1225240
EXPIRATION DATE: AUGUST 31, 2020
Always verify licenses online at MyFloridaLicense.com
ii
Do not alter this document in any form.
k d 'This is your license. It is unlawful for anyone other than the licensee to use this document.
Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESCREECH, CHRISTOPHER RYANDo not alter this document in any form.RCM UTILITIES, LLCLICENSE NUMBER: CUC1225240EXPIRATION DATE: AUGUST 31, 2024This is your license. It is unlawful for anyone other than the licensee to use this document.100 WEST MILLS AVENUEEUSTIS FL 32726Always verify licenses online at MyFloridaLicense.com
TREEO Center
UNIVERSITY of FLORIDA
Center for Training, Research and Education for EnvironmentalcO cupations
certifies that
Christopher Creech
has satisfactorily completed the
examinations for
Backflow Prevention Tester Re-certification
Certificate of Completion
December 13-14 2018mz=s<<n
Association
c tfaSection
Daze issued: 12/14/2018 FBPR Construction Licensing Board 7kq
Certificate No.: T12-18-8167 Sponsor No.: 0000995 o
Expiration: 12/31/2020 Classroom Hours: 7
Operator Certification Program
Course#: 04191009
CEU's: 0.8 CaziuI /F
Carol Hinton,Associate Director
University of Florida TREED Center e 3900 SW 63 Boulevard • Gainesville,FL 32608-3800 • 352-392-9570 * www.treeo.ufl.edu
UFTREE() Center
UNIVERSITY of FLORIDA
Center for Training, Research and Education for Environmental Occupations
Christopher Ryan Creech
attended
Introduction to Lift Station Electrical
Troubleshooting
April 9-10, 2019
and is awarded this
Certificate of Attendance
Date Issued: 04/10/2019
1'REEO FDEP OCP 04191040: CEUs 1.6 DW WW DS
FBPE Provider#: 0004021 : CEHs 16 r
Carol Hinton,Associate Director
University of Florida TREE()Center • 3900 SW 63 Boulevard • Gainesville,FL 32608-3800 • 352-392-9570 • www.treeo.ufl.edu
wrt
y
t
Ws
11CM
UTILITIES
TAB 2 — STAFF CREDENTIALS AND RESUMES
Christopher Creech: Owner, Estimator, General Manager
Total Years' Experience: 10 years
John C. Riggs: Operations Manager, Safety Officer
Total Years' Experience: 11 years
Weston Hartwright: Field Supervisor, Crew Foreman
Total Years' Experience: 12 years
Bradley Green: Crew Foreman
Total Years' Experience: 3 years
Melissa Moss: Executive Assistant
Total Years' Experience: 8 years
Bradley Miller:Supervisor
Subcontractor Total Years' Experience: 15 years
CHRISTOPHER CREECH
EMPLOYMENT EXPERIENCE:
April 2018 – Present RCM Utilities, LLC
Position: Owner, Estimator, General Manager
Mar 2015 –April 2018 Utility Technicians, Inc.
Position: Project Manager, Estimator, Vice President, General Manager
Duties: Estimator, supervisor, and technician for all phases of service,
Expansion, modification, and repair of water and wastewater
plants, lift stations, re-pump stations
July 2011 – Mar 2015 Utility Technicians, Inc.
Position: Foreman, Construction & Service Technician
Duties: Installation and service of lift stations, construction of water plants,
water line construction, sewpercoat applicator for manholes
Feb, 2008-July 2011 Utility Technicians, Inc.
Position: Laborer
Duties: Assisted foreman with installation of lift stations, water line repairs
and service work
May 2007-Feb 2008 Kerr's Truck and Car Sales
Position: Mechanic and sales
Duties: Maintained vehicles and sold vehicles.
SKILLS:
Wastewater Sewer Plants & Lift Stations—complete rehab & construction; motors,
blowers & pump replacement & repairs; replace and repair piping & fittings; control
panel repair & replacement
Water & Hydrotank—tank cleaning, rehab (including sandblasting) & painting;
inspections (with FL registered professional engineer); installation of fire water tanks
Sanitary sewer line pressure testing and jetter cleaning
Manhole and Wet Well rehab, including surface coating (SewperCoat) and high
pressure grouting
Operate digital inline zoom video for sewer lines
Certified backflow tester and repair/maintenance technician
CERTIFICATIONS: Certified Underground Utility and Excavation Contractor
License# CUC1225240
Class A CDL Driver's License
Dept of Transportation Maintenance of Traffic (Intermediate)
Confined Space Entry
Backflow Prevention Device Technician
Backflow Prevention Assembly Repair and Maintenance
Infiltrator Systems Training
DOT Drug/Alcohol Awareness Training
EDUCATION:
7 , Umatilla High School, graduated 2007
Signature 27 //"
WESTON HARTWRIGHT
EMPLOYMENT EXPERIENCE:
June 2019 – Present RCM Utilities, LLC
Position: Field Supervisor
Duties: Installation and service of lift stations, construction of water
plants, water line construction, sewpercoat applicator for
manholes, supervise crew
Nov 2011 – May 2019 Utility Technicians, Inc.
Position: Field Foreman, Construction & Service
Duties: Installation and service of lift stations, construction of water
plants, water line construction, sewpercoat applicator for
manholes, supervise crew
Jun 2009 – Nov 2011 City of Clermont
Position: Utilities Department Technician
Duties: Lift station and new construction technician
Sep 2005 – May 2009 Utility Technicians, Inc.
Position: Construction & Service Technician
Duties: Service and repair of water & sewer plants and lift stations
Jan 1994 –Aug 2005 Donahue's Automotive Company
Position: Vehicle Mechanic
SKILLS:
Wastewater Sewer Plants & Lift Stations—complete rehab & construction; motors,
blowers & pump replacement & repairs; replace and repair piping &fittings; control
panel repair & replacement
Water & Hydro tank—tank cleaning, rehab (including sandblasting) & painting;
inspections (with FL registered professional engineer); installation of fire water tanks
Sanitary sewer line pressure testing and jetter cleaning
Manhole and Wet Well rehab, including surface coating (SewperCoat) and high-
pressure grouting
CERTIFICATIONS: Class B CDL Driver's License
Dept of Transportation Maintenance of Traffic
MOT-Intermediate)
Confined Space Entry Training
Gas Monitor System Training
EDUCATION: Umatilla High School, Umatilla, FL graduated 1994
Signature,; k , . ,_ _
JOHN C. RIGGS
WORK EXPERIENCE:
RCM Utilities July 2019 to Present
Operations Manager and Safety Officer— handles all service calls; scheduled and
coordinated service work; prioritized jobs, dealt with schedule interruptions; handled customer
service calls, solved customer problems and followed up on customer inquiries; created and
processed quotes for service work; reviewed and approved purchase orders; verified weekly
time cards for assigned personnel; as warehouse manager, managed inventory control,
receipt of materials, and staff to ensure material availability for jobs; researched, developed,
and managed supplier relationships to ensure competitive cost and deliveries; maintained
clean, orderly, and safe work environment throughout office and shop; served as Safety
Officer to maintain and ensure company compliance with federal and state regulations;
maintain safety supplies, training and annual truck inspection
Professional Dirt Services Feb 2016 to July 2019
Project Manager— involved in the early stages of project development through to completion;
coordinate work and communication on multiple jobs with job foremen; coordinate internal
resources and third parties/vendors to maintain schedule and ensure materials are available
when needed; establish and maintain relationships with third parties/vendors; handle
schedule interruptions; maintain all permits, required tests and surveys; report job status to
owner and client; coordinate with estimator, architects, engineers and surveyors
Utility Technicians Apr 2006 to Feb 2016
Operations Manager and Safety Officer— handled all service calls; scheduled and
coordinated service work; prioritized jobs, dealt with schedule interruptions; handled customer
service calls, solved customer problems and followed up on customer inquiries; created and
processed quotes for service work; reviewed and approved purchase orders; verified weekly
time cards for assigned personnel; as warehouse manager, managed inventory control,
receipt of materials, and staff to ensure material availability for jobs; researched, developed,
and managed supplier relationships to ensure competitive cost and deliveries; maintained
clean, orderly, and safe work environment throughout office and shop; served as Safety
Officer to maintain and ensure company compliance with federal and state regulations;
maintain safety supplies, training and annual truck inspections
Codding Sand & Soil Jun 2002 to Apr 2006
Customer service — handled orders for dirt supplies; processed invoices; collected payments,
scheduled deliveries
Hudalla Group Jan 2002 to Jun 2002
Manufacturer's rep — managed territory of Florida, southern Georgia, and Alabama; met
dealers on location to introduce products and complete sales orders
Warren and Sweat Manufacturing Jun 1990 to Dec 2001
General Manager for company with $4mm+ sales —outside sales; customer service; materials
purchasing; researched and evaluated new material sources; inventory control; coordinated
with research and development department; operations manager for 60+ employees,
organized company events at trade shows, overseas travel for purchasing
EDUCATION:Graduated from William R. Boone High School, Orlando, Class of 1975
Attended Valencia Community College
Seminars: Inventory Control, Managing Multiple Projects, Priorities and Deadlines,
OSHA Construction Safety
Signature C-- -
BRADLEY GREEN
EMPLOYMENT EXPERIENCE:
May 2018 – Present RCM Utilities, LLC
Position: Crew Foreman
Duties: Installation and service of lift stations, construction of water
plants, water line construction & supervise crew
Nov 2016 – May 2018 Gene Green's Lawn Care
Position: Manager
Duties: Managed crews for lawn care services
June 2014 – Nov. 2016 Utility Technicians, Inc.
Position: Construction Laborer
Duties: Installation and service of lift stations, construction of water
plants, water line construction, sewpercoat applicator for
manholes.
SKILLS:
Wastewater Sewer Plants & Lift Stations—complete rehab & construction; motors,
blowers & pump replacement & repairs; replace and repair piping & fittings; control
panel repair & replacement
Water & Hydro tank—tank cleaning, rehab (including sandblasting) & painting;
inspections (with FL registered professional engineer); installation of fire water tanks
Sanitary sewer line pressure testing and jetter cleaning
CERTIFICATIONS: Class B CDL Driver's License
Dept of Transportation Maintenance of Traffic
MOT-Intermediate)
Confined Space Entry Training
Gas Monitor System Training
EDUCATION: Umatilla High School, Umatilla, FL graduated 2014
Signature
MELISSA MOSS
EMPLOYMENT EXPERIENCE:
January 2019— Present RCM Utilities, LLC
Position: Executive Assistant and Corporate Officer
Duties:
Manage all job communication and files, Notice to Owner and Release of Liens, request
bonding and manage status reports with bonding company
Manage incoming requests for bids and quotes, identify issues to review with President,
create and manage responses for bids and quotes
Manage accounts payables and receivables, process checks for signature, receive and
post payments, reconcile bank and checking accounts, monthly closing, annual audit, end
of year processing
Manage human resources, including timesheets, payroll, payroll taxes, benefits, employee
personnel files, time off records
Process and maintain certificates of insurance, workers compensation, liability insurance
and other related requirements and documents
Maintain water billing community records, respond to questions and concerns with
customers, accept and post payments for water bills, create weekly deposits, make
adjustments and corrections to accounts, process water meter readings, generate and mail
water billing charges, process all water consumption, water loss reports, and financial
reports for water billing communities
Answer, direct or handle all incoming telephone calls
Maintain corporate personnel manual and drug-free workplace manual
Maintain office equipment leases, repairs and supplies
Sept 2011 — Nov. 2018 Utility Technicians, Inc.
Position: Administrative Assistant
Duties: Manage job and bid files, accounts payables and receivables, manage
employee timesheets and time off records, participate in weekly job
meetings and manage job scheduling board, maintain on-call schedule
for technicians
April 2009 —June 2011 Allen's Well Drilling, Inc.
Position: Secretary
Duties: Maintain the smooth running of office through a variety of
administrative and clerical duties. Schedule and coordinate
service work with technicians.
Jan 2006 —April 2009 Hidden Valley Ranch & Nursery, Inc.
Position: Secretary
Duties: Answer calls, take messages, handle correspondence,
arrange appointments, managing databases, manage orders
going out, filing
June 1989 -Sept. 2005 Winn-Dixie
Position: Pricing Manager
Duties: Ensure accuracy of prices for the store
EDUCATION: Clewiston High School, graduated 1989
Signature f to 4 Al
Bradley Miller
561) 398-2781
brad(maxxenvironmental.com
Feb 2016-Present Supervisor— Maxx Environmental, Riviera Beach
3.5 Years)
Maxx Environmental, LLC is a family owned business providing specialized
underground sewer and drainage infrastructure rehabilitation and repair services on
private and public projects utilizing primarily Sewpercoat;.
Tasks & duties;
Supervise employees and projects from beginning to completion
Attend pre-bids and pre and post-construction meetings with owners
Compile project schedules, work-orders, material logs and safety program
Conduct office and job-site work and safety meetings with employees
Produce and maintain job cost, profit and loss reports
Work with engineers and owners on design-builds and on-site conflict resolution
Feb 2013-Feb 2016 Account Manager - Fortiline Waterworks, Riviera Bch
3 Years)
Fortiline is an underground utility water & sewer materials distributor. My tasks were
to handle several customers with plan take-offs, quotes, material shipments, invoicing,
job-site conflicts, emergency situation resolution, engineer design assistance on
private development and public commercial construction projects ranging from
500,000 to $10 million dollars.
Aug 2002—Feb 2013 Supervisor— CEES, Inc, West Palm Beach, Fl
11 Years)
CEES, Inc. (Chaz Equipment) was a Sewpercoat applicator providing underground
sewer and drainage structure rehabilitation throughout the state of Florida.
I handled all facets of operations, scheduling, business development, marketing and
maintained master stand-alone data-base systems including all facets of daily
operations. As supervisor for over a decade I coordinated a total of 40 million dollars
of construction and rehabilitation work from inception to closeout.
EDUCATION
Sep 1986 — May 1989 American Academy High School, Nicosia Cyprus
Aug 1989 — May 1993 Wheeling Jesuit University (BA), Wheeling, WV
L[t.
Page 1 of 1
3610 Fiscal Court
CPCRiviera Beach, FI 33404
561)396-2781 C
561)881-0013 F
ma)aenvironmental.com
Maxx Environmental Staff Experience with
Sewpercoat in the State of Florida
For further verification of our experience please feel free to call;
David Waters; (352)483-6434 (Porter&Assoc.—Sewpercoat Florida rep)
Joseph Talley; (757)339-3327 (Sewpercoat national manufacturers rep)
Brad Miller: Supervisor
Total Years Experience - 15+ years
Total Manholes Coated - 12,000+ (72,000vf)
Total Wet Wells Coated - 1000 + (18,000vf)
Jeff Ducote: Crew Leader/Gunner& Mixer
Total Years Experience - 3+years
Total Manholes Coated - 500+ (3,000vf)
Total Wet Wells Coated - 30+ (600vf)
Israel Soto: Skilled/Specialized Labor I Gunner& Mixer
Total Years Experience - 11+years
Total Manholes Coated - 5,000+ (30,000vf)
Total Wet Wells Coated - 200+ (3,000vf)
Jorge Soto: Skilled /Specialized Labor/Gunner& Mixer
Total Years Experience - 2+ years
Total Manholes Coated - 300+ (1,800vf)
Total Wet Wells Coated - 20+ (300vf)
INFRASTRUCTURE REHABILITATION SOLUTIONS
CM
UTILITIES
TAB 3 - REFERENCES
City of Tavares
201 E. Main Street
Tavares, FL 32778
Bob Kenner 352-516-3530
Shannon Parrish 352-516-1624
Lift station rehabs to include base ells, pumps, piping, valves & sewpercoat
City of Groveland
156 S. Lake Ave
Groveland, FL 34736
Chris Grove 352-308-5787
Pash Dhanra 352-428-4991
Lift station rehabs to include base ells, pumps, piping, valves & sewpercoat and full electrical
replacement including control panel
City of Umatilla
1 S. Central Ave
Umatilla, FL 32784
Aaron Mercer 407-949-2917
Removal & replacement of clarifier bridge expanded 25' of elevated walkway, water meters.
Lift station rehabs to include base ells, pumps, piping, valves & sewpercoat
Sun Communities
27777 Franklin Road
Southfield, MI 48034
Jennifer Harwick 941-374-5156
Lift station rehabs to include base ells, pumps, piping, valves & sewpercoat, hydro pneumatic tank
replacement, misc. water main & isolation valve replacements.
The Village Commercial Property Management
3597 Kiessel Road
The Villages, FL 32163
Jarrod Ford 352-636-4840
Complete construction of multiple High-Pressure Irrigation Pump Stations to include 2000 GPM pump
skid with duplex vertical turbine pumps. 1000GPM pond fill well pump, High Pressure hypochlorite
injection system, Scada and telemetry, all housed in a 1000 sq. ft pump house
3610 Fiscal Court
Riviera Beach,Fl 33404
QOM 561)398-2781 C
561 J 881-0013 F
maxxenvironmental.com
References - Maxx Environmental, LLC
City of Fort Myers: AI Casing -Public Works Operations Supervisor
4200 MLK Jr. Blvd., Ft. Myers, Fl 33916
Tel: (239)410-2448
Email: acasinqftcityftmyers.com
Work completed: Sewpercoat manhole rehabilitation
City of Naples: Kevin Swisher—Utility Maintenance Supervisor
380 Riverside Cir., Naples, Fl 34102
Tel: (239)298-9450
Email: kswisherfw naplesgov.co
Work completed: Sewpercoat manhole & LS rehabilitation
Village of Wellington: Corey Robinson—Operations&Maintenance Supervisor
12300 Forest Hill Blvd.,Wellington Fl 33414
Tel: (561) 906-1083
Email: crobinson(d_wellingtonfl.gok
Work completed: Sewpercoat manhole rehabilitation
Seminole Tribe of Florida: Juan Mata—Utility Operations Supervisor
6300 Stirling Rd., Hollywood, Fl 33024
Tel: (863)228-2138
Email: civanmata(asemtrihe.coni
Work completed: Sewpercoat manhole& LS coatings
Seacoast Utility Authority: Brent Weidenhamer —O&M Supervisor
4200 Hood Rd., Palm Beach Gardens, Fl 33410
Tel: (561) 627-2900
Email: bweidenhameasua.com
Work completed: Sewpercoat manhole&LS rehabilitation
j
il
I
INFRASTRUCTURE REHABILITATION SOLUTIONS 6
Kerreos
October 18, 2017
Maxx Environmental, LLC
3610 Fiscal Court
Riviera Beach, FL 33404
SUBJECT: SEWPERCOAT®APPLICATION STATUS
This letter serves to verify that Maxx Environmental, LLC personnel have demonstrated
the requisite skill and training to be considered competent and qualified installers of
SewperCoat' materials (as manufactured by Kerneos Inc.). Maxx Environmental, LLC
personnel have installation experience with the low-pressure, wet spray installation
method and have successfully installed SewperCoat® PG in manhole, lift station. and
wet well rehabilitation applications throughout their careers.
With SewperCoat® being a specialty construction product having very specific
installation methods and equipment requirements, Kerneos is very selective in our
assessment of any contractor interested in gaining our "competent and qualified
installer" designation. This designation is typically required in project specifications,
along with other exhaustive experience and volume of similar work requirements.
Kerneos maintains a listing of competent and quality contractors that have
demonstrated requisite skill and training to be considered qualified installers of our
materials. Maxx Environmental, LLC are included in this listing.
If you have any additional questions or comments, please do not hesitate to contact me
directly.
Respectfully,
Joseph TalleySewperCoat Market Manager
Kerneos Inc.
Kerneos Inc.-1316 Priority Lane,Chesapeake,VA 23324 V
Phone:(757)284-3200 FAX:(757)284-3300
ICM
UTILITIES
TAB 4 -OFFICE LOCATION
Our office is located at 100 West Mills Avenue in Eustis, FL 32726 which is 1 '/2 hours
from City of Zephyrhills. Our technicians also live in this area and are available to
respond as needed by the City.
Please see map below:
al River The Voltage: V.v..Smyr
0 Beach.
Lees hum•100 West Mills Avenue
ai Altamonte
4;- Sp prigs
Dt'a'inter Park '
pring Hill o Titus;Ile
Orlando II 1
Celebration e.i -
Merritt Island - ' .Y:
0
F '4 Of Zephyrhills Kissimmee
Map data O20t
Approximately 1 hour 27 min (67 miles)
tCM
UTILITIES
TAB 5 - RESPONSIVENESS / AVAILABILITY OF EQUIPMENT
RCM Utilities owns all the equipment listed below and the yard where our equipment is stored is at
100 West Mills Avenue Eustis, FL 32726
Trucks:
2018 Ram 5500 with 6000 lb. crane- heavy construction truck
2015 Ford F550 with 500 lb. crane—heavy construction truck
2016 Chevrolet 2500 with 3000 lb. crane—service truck
2004 Chevrolet 2500—shop truck
Trailers:
2009 35' Hooper Gooseneck trailer
2018 18"Taylor Equipment trailer
16'Tandem Dump trailer
Equipment:
30HP Tractor with bucket
Hose Monster
5000 lb.Warehouse Forklift
3000 lb.Warehouse Forklift
Ditch Witch Trencher
2)3" Diaphragm Mud Hogg pumps
2" & 3"Trash Pumps
Hose Monster Test
Fire Hydrant Flow Test Equipment
High Pressure leak stop grout pump
2) 11000-watt welder generators
1) 8600-watt generator
1) 5000-watt generator
1)gas powered air compressor
Confined Space rescue kit tripod, harness, blowers&gas monitors
Backflow Preventor test gauge
3610 Fiscal Court
jilOr
Riviera Beach, Fl 33404
561)398-2781 C
561)881-0013 F
maxxenvironmental.com
Response Approach to Work Orders
SCHEDULING: We can be on-site next day for emergencies.
COMPLETION: Manholes; 3-7 per day / Lift Stations; 2.5 days max
EMERGENCY: We can be on-site within 24-48 hours.
MOBILIZATION: No additional cost— included within our bid pricing.
EQUIPMENT: Ford F450 lead bog truck, Strong 35D Spray Rig,
Ford F450 support truck, 5000psi pressure washer trailer,
375cfm/150psi air compressor.
MATERIALS: Coating material new & rehab - Sewpercoat PG, Kerneos
Aggressive leak stops — Seal Guard 2 hydrophobic grout
Regular leak stops —Avanti 202 hydrophilic grout
Hole filling I Leak stops —Strong Plug
Wall patching / repairs — Strong QSR
Black Beauty sand (sandblasting) — Florida Sand & Silica
Safety Gear (Tripods, Gas detectors, etc) — Ritz Safety
PICTURES: We shall provide before and after pictures of all work.
SUB-CONTRACTORS: None. Wlaxx shall perform all services
INFRASTRUCTURE REHABILITATION SOLUTIONS
Labor/Equipment Rates Form
RFP 35-19-01 Water&Wastewater Misc Construction/Maintenance Services
RATES
i
LABOR and EQUIPMENT RATES WORKING HOURS AFTER HOURS
Supervisor 50.00 75.00
Foreman 75.00 113.00
Helper-Labor Only 5.00 01
Helper with Truck/Trailer 75 10
Backflow Technician a 0.00 1.00 I
Other: EXPLAIN)
Please.rovide when after hours would a..? An time outs de Mon - Fri 7am - 5 •m
I OWNED or
I RENTED
EQUIPMENT RATES SET UP FEE HOURLY DAILY WEEKLY MONTHLY 0 R
Mini Excavator with Operator 1 1• 80.00 800.00 $2 400.00 '.9 600.00 0
Back Hoe with Operator 1• 5.00 '$1,250.00 $6 250.00 $25,000.00 R
Vac Truck-2 Man Crew 250.00 280.00 '.2.800.00 '.14 000.00 $56,000.00 R
CCTV Camera Trailer with Operator 250.00 5.00 $1,750.00 '',; 50.00 $35 000.00 R
Tractor with Bucket with Operator 250.00 125.00 !$1,250.00 '.6 250.00 $25 000.00 0
4"Sewage Bypass Pump with Hoses 50.10 40.00 250.00 '.. • ••2 600.00 R
By'ass Pump Fuel Additional 4.50 •er •all•
4;00-Galion Te• ._ - . .
mmmneemeeeemeianiliiimimnmomIII
a000-Gel+on-Temporary •. . AlliM imm
8096-Ga1}en-Tem.orary-Hydro- .
Eliimmomminotommowimionsommissmoommommo=
nd Storage-Tank
13000 Watt Generator I 00 40.00 1170.00 '.850.00 $3 400.00 R
Infiltrator MH Leak Stop Plus Labor 1 0.00 25.00 , '.150.00 $750.00 $3 000.00 0
Portable Concrete Mixer with Crew
Metal Fabrication/Welding Lead Man '.150.00 75.00 750.00 ".3 750.00 '.15 000.00 0
Metal Fabrication/Weider 150.00 i'.65.00 !$650.00 ,', 50.00 5.13 000.00 I •
Sand Blast Trailer Rig with Crew 250.00 . '.295.00 '.2 950.00 '.14 750.00 I '.59 000.00 i. R
Sand Blasting Sand 5.00 •er 50 Jib bail I
Compactor with operator 100.00 $1 000.00 ,'.5 000.00 $20 000.00 . •
Air Compressor Road Bore 250.00 125.00 '.1 250.00 ' '.. _ I 10 ' '.25 000.00 I 0
OTHER RATES MARK UP
Materials Purchased for Specific Job 25%
Materials from Stock 25%
Subcontract Labor 120%
Performance and Payment Bond I Cost 2%
Company Name: RCM Utilities, LLC
Authorized Signature/Date: 4,'' ' 2.X 07/26/2019
RFP 35-1e-01 WATER&WASTEWATER
Christopher R. Creech Manager
Misc Construction/Maintenance Services A
am
PICM
UTILITIES
TAB 7 -ACCEPTANCE OF CONDITIONS
As found in section 1.14.2 Insurance, RCM Utilities has been assured by its insurance provider Bates
Insurance that a pollution policy for $1,000,000 for each pollution condition can be obtained if we are
awarded this contract. Please let us know, and we can forward to you proof of coverage.
In addition, RCM Utilities has obtained builders' risk coverage when required on a job per job basis. If
awarded this contract, and builder's risk coverage is required, we will notify our insurance provider
and can forward to you proof of coverage.
Except for the two insurance coverages listed above, there are no known exceptions or deviations to
the terms and conditions of the City of Zephyrhills RFP 35-19-01 Water & Wastewater Misc.
Construction / Maintenance Services
s'
W'kx-4,
1 ALL",.
y
t
41.;,„:,-_, Via. .. .. .., _ iL.'k, ...vs ... , - _m :....e.- _.. _ - .... .i"Sa.
FIRM DATA SHEET RFP 35-19-01
APPLICANT FIRM NAME: RCM Utilities, LLC
ADDRESS: 100 West Mills Ave Eustis, FL 32726
TELEPHONE NUMBER: 352-561-2990
FAX NUMBER: 352-292-0139
EMAIL ADDRESS: chrisnrcmutilities.com
FEIN NUMBER: 82-4160762
CONTACT PERSON/TITLE: Christopher R. Creech Owner/Manager
Type Ownership: Limited Liability Company
Submittal for Parent Company
Branch or Subsidiary
Parent Company, if any:
Former Parent Company/Companies:
Name/Title/Phone Number of two Principals in the firm:
John C. Riggs Operations Manager 352-267-6264
Weston Hartwright Field Supervisor 352-456-8623
Melissa Moss Executive Assistant 352-267-0874
Present Offices: City/State/Number of personnel for each:
Eustis, FL 8
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 18
FIRM DATA SHEET—SUB-CONTRACTOR RFP 35-19-01
SUBCONTRACTOR:
Firm Name and Address Services to be Provided
1. Betts Electrical Services, LLC 1. Electrical
9590 SE 190th Court
Ocklawaha, FL 32179
2. Max Environmental, LLC 2. Sewpercoat
3610 Fiscal Court
Rivera Beach, FL 33404
3. 3.
4. 4.
5. 5.
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 19
DRUG-FREE WORKPLACE FORM
The undersigned vendor, in accordance with Florida Statute 287.087, hereby
certifies that RCM Utilities LLC does:
Name of Business)
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business'
policy of maintaining a drug-free workplace, any available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services
that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under bid,
the employee will abide by the terms of the statement and will notify the employer of
any conviction of, or pleas of guilty or nolo contendere to, any violation of chapter
893 or of any controlled substance law of the United States or any state, for a
violation occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies
fully with the above requirements.
I
Bidder's Signature Christopher R. Creech
07/26/2019
Date
PU R062.036
re.10/97
RFP 35-19-01 WATER&WASTEWATER
20MiscConstruct'on/Maintenance Services
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),
FLORIDA STATUTES ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to City of Zephyrhills
print name of the public entity)
by Christopher R. Creech Manager/Owner
print individual's name and title)
for RCM Utilities, LLC
print name of entity submitting sworn statement)
whose business address is
100 West Mills Ave Eustis, FL 32726
and (if applicable) its Federal Employer Identification Number(FEIN) is 82-4160762
If the entity has no FEIN, include the Social Security Number of the individual
signing this sworn statement:
2. I understand that a"public entity crime"as defined in Paragraph 287.133(1)(g),
Florida Statutes,means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or political
subdivision of any other state or of the United States, including, but not limited to, any bid or
contract for goods or services to be provided to any public entity or an agency or political
subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
3. I understand that"convicted"or"conviction"as defined in Paragraph 287.133(1)(b),
Florida Statutes,means a finding of guilt or a conviction of a public entity crime, with or without
an adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a
plea of guilty or nolo contendere.
4. I understand that an "affiliate"as defined in Paragraph 287.133(1)(a), Florida Statutes means:
1. A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime, The term"affiliate" includes
those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in the management of an affiliate. The ownership by one person of
shares constituting a controlling interest in another person, or a pooling of equipment or
income among persons when not for fair market value under an arm's length agreement,
shall be a prima facie case that one person controls another person. A person who
knowingly enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a"person"as defined in Paragraph 287.133(1)(e), Florida Statutes means any
natural person or ertity organized under the laws of any state or of the United States with the
legal power to enter into a binding contract and which bids or applies to bid on contracts for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The term "person"includes those officers, directors,
mommi== isommilmompa. ate
RFP 35-19-01 WATER&WASTEWATER
22Miscconstruction/Maintenance Services
executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
6. Based on information and belief,the statement which I have marked below is true in relation to
the
entity submitting this sworn statement. (Indicate which statement applies.)
X Neither the entity submitting this sworn statement, nor any of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners,shareholders, employees, members, or agents who are active in the
management of the entity,or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement,or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989. However, there has been a subsequent
proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings
and the Final Order entered by the Hearing Officer determined that it was not in the public
interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a
copy of the final order)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR
THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE)ABOVE IS FOR THAT PUBLIC ENTITY
ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC
ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT
PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE
IN THE INFORMATION CONTAINED IN THIS FORM.
Signature)
Sworn to and subscribed before me this 26 day of July
20 19
Personally known Christopher R. Creech
Or Produced identification
Notary Public—State of Florida
44 / 4 k:; rey ,_ MELISSA MOSSAAA.. Commission#FF 897456
My co • fission expires Novem.•er 8, 2019 aa= Expires November8,2019
Type of Identification) Bondsd Tin Troy Fan lnauave 000-365.7079
Printed,Typed or stamped commissioned name of notary public)
Form PUR 7068(Rev. 06/18/92)
RFP 35-19-01 WATER&WASTEWATER
23MiscConstruction/Maintenance Services
Addenda Receipt Acknowledgment
Addendum# 1 Date 07/01/2019 Initials CXG
Addendum#Date Initials
Addendum#Date Initials
Addendum#Date Initials
Firm Representative:
44;r-,741 9 a....4
Si nature/Date(Executed by corporate Authority)
Christopher R. Creech Manager
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 24
NON-COLLUSIVE AFFIDAVIT
State of Florida
keCountyofL
Christopher R. Creech being first duly sworn,deposes and says tha(jig[she is Manager of
RCM Utilities, LLC the party making the fore-going submittal of qualifications or bid that such
submittal
partner or officer of the Firm,etc)
Or bid is genuine and not collusive or sham; that said Firm has not colluded, conspired, connived
or agreed, directly or indirectly, with any Firm or person, to put in a sham response or to refrain
from responding, and has not in any manner, directly or indirectly, sought by agreement or
collusion, or communication or conference, with any person, to secure any advantage against the
City of Zephyrhills of any person interested in the proposed contract; and that all statements in
said response are true.
ai;Zwz,CL„,4
Officer
RCM Utilities, LLC Company Name)
State of Florida
County of Lake
The foregoing instrument was acknowledged before me this 26 day of July 2019
by
Christopher R. Creech Manager(
name and title of corporate officer)
of RCM Utilities, LLC Name of Corporation),
a Florida state or place of incorporation)corporation, on behalf of the
corporation. lie/she is personally known to me or has produced Identification type)
as identification.
AIL/._ 4j • J.A- Signature line for notary public)
Melissa Moss Nome of notary type,printed or stamped)
AMBR / Executive Assistant Title or rank 0:p'-., MELISSA MOSS
Commission#FF 897456irr1
My commission expires:November 8, 2019 ti 3c Expires November8,2019
Bordad TAN Troy Fdn Insurna Ea365.7019Serialnumber, if any
REP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 25
E-VERIFY
RFP No: 35-19-01
Project Description: Water& Wastewater Misc Construction
Maintenance Services
Vendor/Consultant acknowledges and agrees to the following:
Vendor/Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system, in
accordance with the terms governing use of the system, to confirm the employment eligibility of;
1. all persons employed by the Vendor/Consultant during the term of the Contract to perform
employment duties within Florida; and
2, all persons, including subcontractors, assigned by the Vendor/Consultant to perform work
pursuant to the contract with the City of Zephyrhills.
Company/Firm: RCM Utilities, LLC
Authorized Signature: 27,
C nsto er k. Crechp
Title: Manager/ Owner
Date:July 26, 2019
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 26
RFP ACCEPTANCE
I acknowledge and understand the requirements set forth in RFP 35-19-01 Water&Wastewater Misc
Construction!Maintenance Services.
arize ' ,tr„ 07/26/2019
Aud Signature Date
Christopher R. Creech
Printed Name
RCM Utilities, LLC
Company Name
In witness whereof, the above submitted has hereunto set his signature and affixed his seal this
26 day of July A.D.2019
r MELISSA MOSS
Commission#FF 897456
er.`
Expires November 8,2019
Doodad Thr Trey Fran Insurance 8C9-395-7019
Seal) By:
I
Title: AM:' / Executive Assist- t
RFP 35-19-01 WATER&WASTEWATER
Misc Construction/Maintenance Services 27
Karen,
Can you please clarify why the title of the renewal agreement is Renewal of Agreement for RCM Utilities
41-19-30C and the original RFP’s # was RFP #35-19-01?
Thank You,
Melissa Moss
Controller
RCM Utilities, LLC
100 W. Mills Ave
Eustis, FL 32726
rcmutilities.com
melissa@rcmutilities.com
352-561-2990 / office
352-267-0874 / cell
352-292-0139 / fax
RFP numbering is different than a contract number. In the original contract it referenced the RFP # in Article
2. Basically, it refers to the RFP for all the details and requirements listed for the contract. 2.1.1 is the original
solicitation, 2.1.2 refers to your company’s response. The original contract is the 41-19-30c includes all
documentation from the solicitation of 35-19-01. This renewal is 41-22-21 is the extension of the original 41-19-
30c. They are similar in the numbering but are completely different for a purpose. I hope this explains it….if not,
please let me know.
Karen Miller
Purchasing Agent/Finance Specialist
City of Zephyrhills
5335 8th Street
Zephyrhills, FL 33542
813-780-0000 ext. 3536
1056 Willa Springs Dr Winter Springs, FL 32708
(407) 629-2900
Ocoee Lift Station #34 Proposal
Trent Hopper
Below is the pricing for the Lift Station #34.
ITEM
NO.
DESCRIPTION Unit Quant. Bid Unit Bid Amount
1 Mobilization LS 1 $ 18,500.00 $ 18,500.00
2 Maintenance of Traffic LS 1 $ 5,600.00 $ 5,600.00
3 Bypass System LS 1 $ 21,590.00 $ 21,590.00
4 Lift Station Demo LS 1 $ 25,110.00 $ 25,110.00
5 Lift Station Rehab LS 1 $ 59,125.00 $ 59,125.00
6 Restoration LS 1 $ 17,450.00 $ 17,450.00
7 Spray Line Wet Well LS 1 $ 35,712.50 $ 35,712.50
8 Spray Line Valve Vault LS 1 $ 6,617.50 $ 6,617.50
Totals $ 189,705.00