Loading...
HomeMy WebLinkAbout2025 Indian River County PiggybackDocuslgn Envelope ID: C467DO4C-C443454E-8A43•E3B628E10F6E � Ov SE$ HOME OF PELICAN ISLAND PIGGYBACK AGREEMENT FOR SERVICES BETWEEN THE CITY OF SEBASTIAN AND MEEKS PLUMBING, INC. THIS AGREEMENT made and entered into the end dayof June 2025 by and between the City of Sebastian, Florida, whose address is 1225 Main Street, Sebastian, FL 32958, a municipal corporation of the State of Florida, hereinafter referred to as the "City" and Meeks Plumbing, Inc. (FEIN: 65-0021660), whose principal and local address is 5555 US HWY 1, Suite 1, Vero Beach, FL 32967 hereinafter referred to as the "Vendor'. The City and the Contractor are collectively referred to herein as the "Parties." WHEREAS, Indian River County has previously entered into a contract with Vendor to provide annual utility labor services on October 22, 2024 (attached as Exhibit A hereto); and WHEREAS, the City of Sebastian wishes to enter into a like contract with Vendor under the same terms and applicable conditions as that prior agreement entered into by Indian River County to provide annual utility labor services and o t h e r related tasks as may be assigned by the City; and WHEREAS, Chapter 287, Florida Statutes and purchasing procedures of the City of Sebastian grant the authority to piggyback the purchase of goods and services as a form inter- governmental cooperative purchasing in which a public purchaser requests competitive sealed bids, enters into a contract, and arranges, as part of the contract, for other public purchasing units to purchase from the selected vendor under the same terms and conditions as itself in order to take advantage of the better pricing that large purchasers are able to obtain in order to reduce administrative time and costs involved in the procurement process (i.e., cost of preparing bid specifications, advertising, etc,); and WHEREAS, the City of Sebastian has determined that, in these circumstances, piggybacking onto a contract entered into by Indian River County is the most economically advantageous way to procure these goods and services. NOW THEREFORE, inconsideration of the mutual covenants, terms, and provisions contained herein, the parties agree as follows: 1. TERM The initial term shall be two years, expiring on October 21, 2026. If Indian River County exercises the renewal option, this Agreement may be renewed for two (2) additional one (1) year periods. Rev 4-2025 Pagel of 11 Docusign Envelope ID: C467D04C-C443-054E-8A43-E36828E10F6E cn , of SEBN HONE OF PELICAN ISLAND 2. GENERAL PROVISIONS All other terms and conditions of the contract and any amendments thereto entered into between Indian River County and Vendor referenced above will be applicable to this agreement unless specified herein. 3. NOTICES All notices and demands shall be sent U.S. Certified Mail, return receipt to: VENDOR: CITY OF SEBASTIAN: Kyle Meeks Brian Benton, City Manager Meeks Plumbing, Inc. City of Sebastian 5555 US HWY 1, Suite 1 1225 Main Street Vero Beach, FL 32967 Sebastian, FL 32958 4. PUBLIC RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACTJEANETTE WILLIAMS, THE CUSTODIAN OF PUBLIC RECORDS AT 772-388-8215 OR EMAIL JWILLIAMSC@CITYOFSEBASTIAN.ORG CITY OF SEBASTIAN, 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958 5. Vendor agrees to comply with public records laws. soecifically to: A. Keep and maintain public records required by the public agency to perform the service. B. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are Rev 4-2025 Page 2 of 11 Docusign Envelope ID: C467D04C-C443454E-8A43-E3B828EIOF6E cjn 01 SE$�N IIU.NL oiPELICAN ISLAND exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Rev 4-2025 Page 3 of 11 Docusign Envelope ID: C467004C-C443-454E-8A43-E3B828E10F6E cm or SEBASTIA HOME OF PELICAN ISLANe IN WITNESS WHEREOF, the parties hereto have through their duly authorized representatives, approved and executed this Agreement as of the date set forth below. MEEKS PLUMBING, INC. a ��'Slyned by: Clayton K Meeks Date: 5/21/2025 1 6:09:45 PM EDT ATTEST: CITY OF SEBASTIAN, FL 0 �exuwgned by OdcuftO .d by: ikd' � w F ;. be fbl , x.�emwm nndweunannway... Jeanette THams, MMC Brian Benton, City Manager City Clerk Date: 6/2/2025 1 9:38:41 AM EDT For the use and reliance of the City of Sebastian only. Approved as to form and legal sufficiency. F Ofteu�e�lp�.dd/.by: V Jennirerr ff`E ckcroft, Esq. City Attorney Rev 4-2025 Page 4 of 11 Rev4,2p25 DOCusign En�eloPe /D, C467 D04C,CQ34$4E.8A43.E3B82gE/op8E SE&.ACANWq lol pBL��A ExH4 q RE UIREp�7ERTIgC-ATIOIVS Pa9e 5 of l l Doousign Envelope ID: C467DO4C-C443454E-8A43-E3B828EtOF6E C OF SEBN HOME OF PELICAN ISLAND CERTIFICATION REGARDING DEBARMENT AND SUSPENSION 1. This contract is a covered transaction for purposes of 2 CFR Part 180 and 2 CFR Part 3000. As such, the contractor is required to verify that none of the contractor's principles (defined at 2 CFR § 180.995) or its affiliates (defined at 2 CFR § 180.905) are excluded (defined at 2 CFR § 180.940) or disqualified (defined at 2 CFR § 180.935). 2. The contractor must comply with 2 CFR Part 180, subpart C and 2 CFR Part 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3. This certification is a material representation of fact relied upon by the City of Sebastian. If it is later determined that the contractor did not comply with 2 CFR Part 180, subpart C and 2 CFR Part 3000, subpart C, in addition to remedies available to the City of Sebastian, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 4. The bidder or proposer agrees to comply with the requirements of 2 CFR Part 180, subpart C and 2 CFR Part 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. �8lyn,d by: Uuyfdln. �� itil.t.t.(cS nx is roaunaca. Authorized Signature Clayton Kyle Meeks Printed Name & Title Meeks Plumbing Inc. Company 5555 U.S. Hwy 1 Address vero Beach, F1 32967 City, State, Zip Code 5/21/2025 1 6:09:45 PM EDT Date Rev 4-2025 Page 6 of 11 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3B828E70F6E cnv 01 SEBN IIOML OF PELICAN ISLAND CONTRACTOR'S SAM.GOV PROFILE Rev 4-2025 Page 7 of 11 Docusign Envelope ID: C467DD4C-C443-454E-BA43-E3882BEtOF6E t..,,, Iran SAM.gov An official wcb;ac cNhc Vnited Ststea guveroni J1yrc'*hvWovkroW Subaward Reporting is live on sAM.gov Show Details O I See All Alerts Mor 8, 2025 Entity Validation Show Details O Feb 4,1025 ,.19IR.SAM,Gove G Q o000 ❑i Home Search Data Bank Data Services Help < Exclusions Entity Registration Exclusions Active Exclusions Responsibility / Qualification Entity Information MEEKS PLUMBING, INC. Active Registration Unique EntitylD CAGE/NCAGE &Proulol Dore FG5ZZ66455R9 9HY40 oec3,2025 Physical Address Mailing Address 5555 Us Highway 1 5555 Us Highway 1 STE 1 STE 1 Vero Beach, Florida Vero Beach, Florida 32967.7692, United States 32967-7692, United States Purpose of Registration AllAwards Version Current Record EXCLUSIONS OThere may be instances when an Individual or firm has the same or similar name as your search criteria, but is actually a different party. • Therefore, it is important that you verify a potential match with the excluding agency identified in the exclusion's details. To confirm or jobtain additional information, contact the federal agency that took the action against the listed parry. Agency points of contact, Including name and telephone number, may be found by navigating to the Agency Exclusion POCs page within Help. Active Exclusions There are no active exclusion records associated to this entity by its Unique Entity ID. htipsJlsam.gov/enthiestview/FG5ZZ66455R91exclusioninfo?status=ActiveBemrKeyValue=18881763-1733222422115596 112 Docusign Envelope ID: C467DO4C-C443-454E-8A43-E3B828E10F6E SAM.gov Feedback Our Website Our Partners About This Site Acquisition.gov Our Community USASpending.gov Release Notes Grants.gov System Alerts More Partners Policies Customer Service Terms of Use Help Privacy Policy Check Entity Status Restricted Data Use Federal Service Desk Freedom of Information Act External Resources Accessibility Contact ® WARNING This Is a U.S. General services Administration Federal Government computer system that Is nFOR OFFICIAL USE ONLY." This system Is subject to monitoring. Individuals found performing unauthorized activities eresubieRto disciplinary action Including criminal prossostien. Thissystem contains Controlled Unclassified Information (CU1).AII individuals viewing, reproducingordispusing of this information are required to protect it In accordance with 32 CFR Nn2002 and GSA Order CI02103.2 Cut Policy. A i" .!; , r n r,ffirIll wehsite of the U.S General Services Administration https://sam.gavlentities/view[FG5ZZ66455R91exclusioninfo?status=Active&emrKeyVelue=l 8881763-1733222422115596 2/2 Docusign Envelope ID: C467D04C-C443454E-8A43-E3BB28E10F6E (11) of SEBN IIOFII01 I'LLICAS ISLAND CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES 1 hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority -owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s.215.4725 of the Florida Statutes, or are engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority -owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 21 SA73 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute. I understand and agree that the County may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. SlpnaJ by: r', Authorized Signature Clayton Kyle Meeks Printed Name & Title 5/21/2025 1 6:09:45 PM EDT Date Rev 4-2025 Page 8 of 11 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3BB28E10F6E � OF HOME OF PELICAN [SI ND APPENDIX A. 44 C.F.R. PART 18 - CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000.00) The undersigned certifies, to the best of his or her knowledge, that: 1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, Title 31, U.S.C. Any person who fails to file the required certification shall be subject to a civil penalty of not lessthan $10,000 and not more than $100,000 for each such failure The Contractor, Meeks Plumbino. Inc. certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. �signed bF (lasfom !, lk.tas a Au oranzeze Signature Clayton Kyle Meeks Printed Name & Title 5/21/2025 1 6:09:45 PM EDT Date Rev 4-2025 Page 9 of 1 t ReV 4�2015 Docu8 r9n EnvelopB 1D. C46�pOgC`C443��E "�443 E3B626EtOF6E SEBA's ` flOA1601A (CA", AND l NI)lay RIVFR CoUNTMgG;?FF MFNTWITy MFEKs PL(JMBING Page 10 of I i Dowsign Envelope ID: C467Do4C-C443-454E-8A43•E3B828EtOF6E FIRST AMENDMENT TO AGREEMENT FOR ANNUAL UTILITY LABOR SERVICES This First Amendment to that certain Agreement for Annual Utility Labor Services is entered into effective as of February 25, 2025, by and between Indian River County, a political subdivision ofthe State of Florida ("County") and Mee-ks P/w, I=, ('Contractor). BACKGROUND RECITALS WHEREAS, the County and the Contractor entered into an Agreement for Annual Utility Labor Services effective October 22, 2024; and WHEREAS, the parties desire to amend Article 9 Miscellaneous Provisions to include a provision allowing other governmental entities use of the Agreements; NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as follows: 1. The background recitals are true and correct and form a material part of this First Amendment. 2. Article 9 Miscellaneous Provisions is amended as follows: 9.17 Use by Other Governmental Entities. Indian River County authorizes the awarded Contractor(s) to extend the pricing, terms and conditions of this solicitation and resulting agreement to other governmental entities, at the Contractor's discretion. Each governmental entity that utilizes this solicitation or resulting agreement will be responsible for execution of its own requirements with the awarded Contractor. Each entity's acceptance, award, and agreement shall be independent ofany other governmental entity. 3.Al l other terms and provisions of the Agreement shall be unchanged and remain in full force and effect. Docusign Envelope ID: C467D04C-C443454E-8A43•E3BB28EtOF6E IN WITNESS WHEREOF, the parties have caused this First Amendment to be executed effective the day and year first set forth above. (Contractor) By: '7 Printed name: K,,e— rt7P-ka Title: Phe--, -4- (Corporate Seal) Date: /0AIII-X. INDIAN RIVER COUNTY, 1ARD OF COUNTY COMh Joseph E. Attest: Ryan L. Butler, Clerk of CirCI And C mptroller I, By: I.0 rn oui D uty Clerk Approve Jan. County Administrator Approved as to form and legal sufficiency: nifer W. ShuleI'l/+x"r ounty Attorney Docusign Envelope ID: C467D04C-C443-454E48A43-E3B828E10F6E CONTINUING CONTRACT AGREEMENT FOR ANNUAL UTILITY LABOR SERVICES THIS AGREEMENT, entered into this 22nd day of October 2024, by and between INDIAN RIVER. COUNTY, a political subdivision of the State of Florida, hereinafter referred to as the "COUNTY", and Meeks Plumbing, Inc. hereinafter referred to as the "CONTRACTOR". BACKGROUND RECITALS: COUNTY selected CONTRACTOR to provide work related to various utility installation and repair services ("Services"), based on a proposal received in response to Request for Proposals 2025005. That the COUNTY and the CONTRACTOR, in consideration of their mutual covenants, herein agree with respect to the performance of construction services by the CONTRACTOR, and the payment for those services by the COUNTY, as set forth below and in individual Work Orders. This agreement shall be referred to as the "MASTER AGREEMENT' under which future Work Orders will apply. The .proposed work consists of various water transmission and distribution, wastewater collection and reclaimed water transmission system improvements, and various and sundry lift station rehabilitation and related projects, as specified in each of the COUNTY's individual Work Authorizations issued throughout the life of the Contract. The work may include after-hours and emergency work. All material and equipment shall be in strict accordance with the Indian River County Department of Utility Services Water & Wastewater Utility Standards dated May 2019, or latest edition, which may be obtained at no cost online from the Indian River County Department of Utility Services. The work is generally located in Indian River County in the Urban Service Area, although transmission utilities are located outside of this boundary. The CONTRACTOR shall provide the COUNTY with services and at the rates provided in Exhibit 1, Contractor's Price Proposal. NOW THEREFORE, in accordance with the mutual covenants herein contained and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 010_11 _", 1.1 Services shall be identified in individual Purchase Orders, and performed in a timely, efficient, cost-effective manner. Purchase Orders shall reference a quote or proposal number, which includes a description of services to be performed; a statement of fees; a projected schedule for completion of the work to be performed by the CONTRACTOR; and any other additional instructions or provisions relating to the specific Services authorized pursuant to each Purchase Order that does not conflict with the terms of this Agreement. 1.2 Whenever the term Purchase Order is used herein, it is intended to mean a formal document, that is dated; serially numbered; in the COUNTY's standard template, and executed by the COUNTY, by which the COUNTY accepts CONTRACTOR's proposal for specific services and CONTRACTOR indicates a willingness to perform such specific services for the terms and under the conditions specified in this Agreement. No work may begin until the executed Purchase Order is provided to the CONTRACTOR, and until any required bonds and insurance are accepted by COUNTY. 1.3 Services related to any individual Purchase Order which would increase or decrease cost, or which are otherwise outside the scope of Services or level of effort contemplated by the Purchase Agreement - 1 Docusign Envelope ID: C467Do4C-C443-454E-8A43-E3B828EIOF6E Order shall be Services for which the CONTRACTOR must obtain the prior written approval of the COUNTY, as provided by this Agreement. All terms for the performance of such Services must be agreed upon in a written document prior to any deviation from the terms of a Purchase Order; and when properly authorized and executed by both the CONTRACTOR and the COUNTY, shall become an amendment to the Purchase Order or a new Purchase Order, at the sole option of the COUNTY. A separate Notice -to -Proceed may, at the sole option of the COUNTY, be given for each phase of the services contained in any Work Order hereunder. 1.4 A Purchase Order shall not give rise to any contractual rights until it meets the foregoing requirements. Each written Notice -to -Proceed and specific Purchase Order, as approved by the COUNTY, shall be an addendum to this Agreement. Nothing contained in any Purchase Order shall conflict with the terms of this Agreement, and the terms of this Agreement shall be deemed to be incorporated into each individual Purchase Order as if fully set forth therein. 1.5 No representation or guarantee is made by COUNTY as to the minimum or maximum dollar value, volume of work, or type of work, if any, that CONTRACTOR will receive during the term of this Agreement. 1.6 The Background Recitals are true and correct and form a material part of this Agreement. 2. COUNTY OBLIGATIONS 2.1 The COUNTY will provide the CONTRACTOR with a copy of any preliminary data or reports available as required in connection with the work to be performed under this Agreement, together with all available drawings, surveys, right-of-way maps, and other documents in the possession of the COUNTY pertinent to a Project. The CONTRACTOR shall satisfy itself as to accuracy of any data provided. The CONTRACTOR is responsible for bringing to the COUNTY's attention, for the County's resolution, material inconsistencies or errors in such data that come to the CONTRACTOR'S attention. 2.2 The COUNTY shall arrange for access to, and make provisions for the CONTRACTOR to enter upon, public and private property (where required) as necessary for the CONTRACTOR to perform its Services, upon timely written request of CONTRACTOR to COUNTY. 2.3 The COUNTY shall promptly execute all permit applications necessary to the Project. 2.4 The COUNTY shall examine any and all studies, reports, sketches, drawings, specifications, proposals and other documents presented by the CONTRACTOR, and render, in writing, decisions pertaining thereto within a reasonable time. 2.5 The COUNTY reserves the right to appoint one or more Project Managers for the specific Services in connection with any Work Order. The Project Manager shall: (a) act as the COUNTY's agent with respect to the Services rendered hereunder; (b) transmit instructions to and receive information from the CONTRACTOR; (c) communicate the COUNTY's policies and decisions to the CONTRACTOR regarding the Services; and (d) determine, initially, whether the CONTRACTOR is fulfilling its duties, responsibilities, and obligations hereunder. 2.6 The COUNTY shall give prompt written notice to the CONTRACTOR whenever the COUNTY observes or otherwise becomes aware of any development that affects the timing or delivery of the CONTRACTOR's Services. If the CONTRACTOR has been delayed in completing its Services through no fault or negligence of either the CONTRACTOR or any subcontractor, and, as a result will be unable to perform fully and satisfactorily under the provisions of this Agreement, then the CONTRACTOR shall promptly notify the Project Manager. In the COUNTY's sole discretion, and upon the submission to the COUNTY of Agreement - 2 Docusign Envelope ID: C467Do4C-C443-454E-8A43-E3BB28E1oF6E evidence of the causes of the delay, the Work Order shall be modified in writing as set forth in this Agreement, subject to the COUNTY'S rights to change, terminate, or stop any or all of the Services at any time in accordance with this Agreement. 2.7 The CONTRACTOR shall not be considered in default for a failure to perform if such failure arises out of causes reasonably beyond the CONTRACTOR's control and through no fault or negligence of the CONTRACTOR. The parties acknowledge that adverse weather conditions, acts of God, or other unforeseen circumstances of a similar nature, may necessitate modifications to this Agreement. If such conditions and circumstances do in fact occur, then the COUNTY and CONTRACTOR shall mutually agree, in writing, to the modifications to be made to this Agreement. 3. RESPONSIBILITIES OF THE CONTRACTOR 3.1 The CONTRACTOR agrees to perform all necessary Services in connection with the assigned Project(s) as set forth in the Purchase Orders and in this Agreement. 3.2 The CONTRACTOR agrees to complete the Project within the time frame specified in the Purchase Order. 3.3 The CONTRACTOR will maintain an adequate staff of qualified personnel. 3.4 The CONTRACTOR will comply with all present and future federal, state, and local laws, rules, regulations, policies, codes, and guidelines applicable to the Services performed under this Agreement. 3.5 The CONTRACTOR, as a part of the consideration hereof, does hereby covenant and agree that: (1) in connection with the furnishing of Services to the COUNTY hereunder, no person shall be excluded from participation in, denied the benefits of, or otherwise subjected to discrimination in regard to the services to be performed by CONTRACTOR under this Agreement on the grounds of such person's race, color, creed, national origin, religion, physical disability, age, or sex; and (2) the CONTRACTOR shall comply with all existing requirements concerning discrimination imposed by any and all applicable local, state, and federal rules, regulations, or guidelines; as such rules, regulations, or guidelines may be from time to time amended. 3.6 The CONTRACTOR shall during the entire term of this Agreement, procure and keep in full force, effect, and good standing any and all necessary licenses, registrations, certificates, permits, and any and all other authorizations as are required by local, state, or federal law, in order for the CONTRACTOR to render its Services as described in this Agreement. The CONTRACTOR shall also require all subcontractors to comply by contract with the provisions of this section. 3.7 The CONTRACTOR will prepare all necessary sketches and completed application forms to accompany the COUNTY's applications for any required federal, state, or local permits. 3.8 The CONTRACTOR will cooperate fully with the COUNTY in order that all phases of the work may be properly scheduled and coordinated. 3.9 The CONTRACTOR will cooperate and coordinate with other COUNTY Contractors, as directed by the COUNTY. Agreement - 3 Docusign Envelope ID: C467D04C-C443454E-8A43-E3B828E10F6E 3.10 All documents, reports, tracings, plans, specifications, field books, survey notes and information, maps, contract documents, and other data developed by the CONTRACTOR for the purpose of this Agreement, are and shall remain the property of the COUNTY. The foregoing items will be created, maintained, updated, and provided in the format specified by the COUNTY. When all work contemplated under this Agreement is complete, and upon final payment all of the above data shall be delivered to the County Project Manager. 3.11 CONTRACTOR is registered with and will use the Department of Homeland Security's E-Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448•095, F.S. CONTRACTOR is also responsible for obtaining proof of E-Verify registration and utilization for all subcontractors. 4. TERM; DURATION OF AGREEMENT This Agreement shall remain in full force and effect for a period of two years, unless otherwise terminated by mutual consent of the parties hereto, or terminated pursuant to Section 8 "Termination", This Agreement may be extended for two additional one-year terms, by mutual consent of the parties. 5- COMPENSATION Work Authorizations that are less than $200,000.00 may not require a Public Construction Bond. COUNTY shall make only one payment for the entire amount of the related applicable Purchase Order after the terms of the related applicable Work Authorization have been fulfilled. Upon determination of satisfactory completion, the COUNTY Project Manager will authorize payment to be made. All payments for services shall be made to the CONTRACTOR by the COUNTY in accordance with the Local Government Prompt Payment Act, as may be amended from time to time (Section 218.70, Florida Statutes, et seq.). 6. ADDITIONAL WORK 6.1 If services in addition to the Services provided hereunder are required or desired by the County in connection with the Project, the COUNTY may, at the sole option of the COUNTY: separately obtain same outside of this Agreement; or request the CONTRACTOR to provide, either directly by the CONTRACTOR or by a subcontractor, such additional services by a new Purchase Order or by a written amendment to a specific Purchase Order. 7. INSURANCE AND INDEMNIFICATION 7.1 The Contractor shall not commence work until they have obtained all the insurance required under this section, and until such insurance has been approved by the County, nor shall the contractor allow any subcontractor to commence work until the subcontractor has obtained the insurance required for a contractor herein and such insurance has been approved unless the subcontractor's work is covered by the protections afforded by the Contractor's insurance. 7.2 The Contractor shall procure and maintain worker's compensation insurance to the extent required by law for all their employees to be engaged in work under this contract. In case any employees are to be engaged in hazardous work under this contract and are not protected under the worker's compensation statute, the Contractor shall provide adequate coverage for the protection of such employees. 7.3 The Contractor shall procure and maintain broad form commercial general liability Agreement - 4 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3B828E10F6E insurance (including contractual coverage) and commercial automobile liability insurance in amounts as specified in Request for Proposals 2025005. The County shall be an additional named insured on this insurance with respect to all claims arising out of the operations or work to be performed. 7.4 The Contractor shall furnish the County a certificate of insurance in a form acceptable to the County for the insurance required. Such certificate or an endorsement provided by the contractor must state that the County will be given thirty (3o) days written notice prior to cancellation or material change in coverage. Copies of an endorsement -naming County as Additional Insured must accompany the Certificate of Insurance. 7.5 CONTRACTOR shall include all Subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each Subcontractor. All coverages for Subcontractors shall be subject to all of the requirements stated herein. 7.6 The COUNTY, by and through its Risk Manager, reserves the right periodically to review any and all policies of insurance and to reasonably adjust the limits of coverage required hereunder, from time to time throughout the term of this Agreement. In such event, the COUNTY shall provide the CONTRACTOR with separate written notice of such adjusted limits and CONTRACTOR shall comply within thirty (30) days of receipt thereof. The failure by CONTRACTOR to provide such additional coverage shall constitute a default by CONTRACTOR and shall be grounds for termination of this Agreement by the COUNTY. 7.7 The CONTRACTOR shall indemnify and hold harmless the COUNTY, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, arising out of or related to the negligence, recklessness, or intentionally wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement. 8. TERMINATION 8.1 This Agreement may be terminated: (a) by the COUNTY, for any reason, upon thirty (30) days' prior written notice to the CONTRACTOR; or (b) by the CONTRACTOR, for any reason, upon thirty (30) days' prior written notice to the COUNTY; or (c) by the mutual Agreement of the parties; or d) as may otherwise be provided below. In the event of the termination of this Agreement, any liability of one party to the other arising out of any Services rendered, or for any act or event occurring prior to the termination, shall not be terminated or released. 8.2 In the event of termination by the COUNTY, the COUNTY's sole obligation to the CONTRACTOR shall be payment for those portions of satisfactorily completed work previously authorized by approved Work Order. Such payment shall be determined on the basis of the hours of work performed by the CONTRACTOR, or the percentage of work complete as estimated by the CONTRACTOR and agreed upon by the COUNTY up to the time of termination. In the event of such termination, the COUNTY may, without penalty or other obligation to the CONTRACTOR, elect to employ other persons to perform the same or similar services. 8.3 Termination for Cause The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide the COUNTY with a right to terminate this Contract in accordance with this Article, in addition to pursuing any other remedies which the COUNTY may have under this Contract or under law: (x) if in the COUNTY's opinion CONTRACTOR is improperly performing work or Agreement - 5 Docusign Envelope ID: C467DQ4C-C443454E-8A43-E3B828E10F6E violating any provision(s) of the Contract Documents; (2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts or equipment, as directed by the Engineer pursuant to an inspection; (3) if in the COUNI'Y's opinion CONTRACTOR's work is being unnecessarily delayed and will not be finished within the prescribed time; (4) if CONTRACTOR assigns this Contract or any money accruing thereon or approved thereon; or (5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for CONTRACTOR or for any of his property. (6) CONTRACTOR submits a false invoice to the COUNTY. 8.4 COUNTY shall, before terminating the Contract for any of the foregoing reasons, notify CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (1o) calendar days to cure the default to the reasonable satisfaction of the COUNTY. If the CONTRACTOR fails to correct or cure within the time provided, COUNTY may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any further right to possess or occupy the site or any materials thereon; provided, however, that the COUNTY may authorize CONTRACTOR to restore any work sites. 8.5 The CONTRACTOR shall be liable for: (i) any new cost incurred by the COUNTY in soliciting bids or proposals for and letting a new contract; and (2) the difference between the cost of completing the new contract and the cost of completing this Contract; (3) any court costs and attorney's fees associated with any lawsuit undertaken by COUNTY to enforce its rights herein. 8.6 CONTRACTOR certifies that it and those related entities of CONTRACTOR as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. COUNTY may terminate this Contract if CONTRACTOR, including all wholly owned subsidiaries, majority - owned subsidiaries, and parent companies that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. CONTRACTOR certifies that it and those related entities of CONTRACTOR as defined by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, create pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. COUNTY may terminate this agreement if CONTRACTOR is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. 9. MISCELLANEOUS PROVISIONS 9.1 Independent Contractor. It is specifically understood and acknowledged by the parties hereto that the CONTRACTOR or employees or subcontractors of the CONTRACTOR are in no way to be considered employees of the COUNTY, but are independent contractors performing solely under the terms of the Agreement and not otherwise. 9.2 Merger; Modification. This Agreement incorporates and includes all prior and Agreement - 6 Docusign Envelope ID: C467Do4C-C443-454E-8A43-E3B828E10F6E contemporaneous negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings of any nature whatsoever concerning the subject matter of the Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior or contemporaneous representations or agreements, whether oral or written. No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and signed by the CONTRACTOR and the COUNTY. 9.3 Governing Law; Venue. This Agreement, including all attachments hereto, shall be construed according to the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Agreement shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.4 Remedies; No Waiver. All remedies provided in this Agreement shall be deemed cumulative and additional, and not in lieu or exclusive of each other or of any other remedy available to either party, at law or in equity. Each right, power and remedy of the parties provided for in this Agreement shall be cumulative and concurrent and shall be in addition to every other right, power or remedy provided for in this Agreement or now or hereafter existing at law or in equity or by statute or otherwise. The failure of either party to insist upon compliance by the other party with any obligation, or exercise any remedy, does not waive the right to so in the event of a continuing or subsequent delinquency or default. A party's waiver of one or more defaults does not constitute a waiver of any other delinquency or default. If any legal action or other proceeding is brought for the enforcement of this Agreement or because of an alleged dispute, breach, default, or misrepresentation in connection with any provisions of this Agreement, each party shall bear its own costs. 9.5 Severability. If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be held invalid or unenforceable for the remainder of this Agreement, then the application of such term or provision to persons or circumstances other than those as to which it is held invalid or unenforceable shall not be affected, and every other term and provision of this Agreement shall be deemed valid and enforceable to the extent permitted by law. 9.6 Availability of Funds. The obligations of the COUNTY under this Agreement are subject to the availability of funds lawfully appropriated for its purpose by the Board of County Commissioners of Indian River County. 9.7 No Pledge of Credit. The CONTRACTOR shall not pledge the COUNTY's credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. 9.8 Survival. Except as otherwise expressly provided herein, each obligation In this Agreement to be performed by CONTRACTOR shall survive the termination or expiration of this Agreement. 9.9 Construction. The headings of the sections of this Agreement are for the purpose of convenience only, and shall not be deemed to expand, limit, or modify the provisions contained in such sections. All pronouns and any variations thereof shall be deemed to refer to the masculine, feminine or neuter, singular or plural, as the identity of the parties or parties may require. The parties hereby acknowledge and agree that each was properly represented by counsel and this Agreement was negotiated and drafted at arm's-length so Agreement - 7 Docusign Envelope ID: C467D04C-C443A54E-8A43.E35826E70F6E that the judicial rule of construction to the effect that a legal document shall be construed against the draftsperson shall be inapplicable to this Agreement. 9.10 Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original copy and all of which shall constitute but one and the same instrument. 9.11 Public Records Compliance. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Consultant shall comply with Florida's Public Records Law. Specifically, the Consultant shall: (r) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Consultant or keep and maintain public records required by the County to perform the service. If the Consultant transfers all public records to the County upon completion of the contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER i19, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 vublicrecordsCa ire2ov.com Indian River County Office of the County Attorney 180127th Street, Vero Beach, FL 3296o Failure of the Consultant to comply with these requirements shall be a material breach of this Agreement. 9.12 Notices: Any notice, request, demand, consent, approval, or other communication required or permitted by this Agreement shall be given or made in writing and shall be served, as elected by the party giving such notice, by any of the following methods: (a) Hand delivery to the other party; (b) Delivery by commercial overnight courier service; or (c) Mailed by registered or certified mail (postage prepaid), return receipt requested at the addresses of the parties shown below; Indian River County Attn: Duke Hawkins Agreement - 8 Docusign Envelope ID: C467Do4C-C443-454E48A43-E3B828E1oF6E 18ol 27th Street Vero Beach, FL 32960-3365 Contractor: Notices shall be effective when received at the address as specified above. Facsimile transmission is acceptable notice effective when received, provided, however, that facsimile transmissions received (i.e., printed) after 5:oo p.m. or on weekends or holidays, will be deemed received on the next day that is not a weekend day or a holiday. The original of the notice must additionally be mailed. Either party may change its address, for the purposes of this section, by written notice to the other party given in accordance with the provisions of this section. 9.13 Survival. Except as otherwise expressly provided herein, each obligation in this Agreement to be performed by CONTRACTOR shall survive the termination or expiration of this Agreement. 9.14 Construction. The headings of the sections of this Agreement are for the purpose of convenience only, and shall not be deemed to expand, limit, or modify the provisions contained in such Sections. All pronouns and any variations thereof shall be deemed to refer to the masculine, feminine or neuter, singular or plural, as the identity of the party or parties may require. The parties hereby acknowledge and agree that each was properly represented by counsel and this Agreement was negotiated and drafted at arm's length so that the judicial rule of construction to the effect that a legal document shall be construed against the draftsperson shall be inapplicable to this Agreement. 9.15 Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original copy and all of which shall constitute but one and the same instrument. 9.16 Sovereign Immunity. Nothing in this Agreement is intended to, or shall be interpreted to, constitute a waiver or limitation of the COUN Ts sovereign immunity. Agreement - 9 Docusign Envelope ID: C467D04C-C443-454E-BA43-E3B828E10F6E IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the date first written above. IND COUNTY -, By: S Chplirmlm_ By..�v�+ John A. Titkanieh, Jr., County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: JerVkrW. S ler, County Attorney Ryan L. Butler, Clerk of Court and ComptrolllKe, er Attest: Deputy C (SEAL) W ..... (Corporate Seal) (If CONTRACTOR is a corporation or partnership, attach evidence of authority to sign) Agreement - io Docusign Envelope ID: C467004C-C443-454E-8A43-E3B828E1 QF6E Exhibit i — Proposal Price Form Agreement - 34 Docusign Envelope ID: C467DG4C-C443454E-BA43-E3BB28EtOF6E rroposai rnong roan ntr autew Company Name: Item No. SECTION A Al IMobilizatlon jjajj Emergency Event tb) Non - Emergency Event I(c)100% Public Construction Bond - percent of prolect price I(d) Confined Space Entry Compliance (per site) I(e) Cost of Compliance with trench safety standards I(f) of Cont (lance with trench special shoring re_ ouirements A2 Tra cControl NPDS compliance I a) Residential Street I b�� Arterial Roadway c) FDOT Raadwe ( ) Erosion Contnl/BMP AS Video Documentation Ila Pre -Construction A4 I(bl Post -Construction Video Water Main - PVC Il-Inch 2-inch 6dnch 84nch Ille)10-inch It 12-Inch rF� 164nch IN 18-Inch 1120-inch AS l24-inch ater Main- DIP Cement Uned Interior for Water Mains IN44nch I b 6-inch I(c) 84nch Id� 10-Inch Ile 12-Inch I)164nch g 18-inch 20-inch Ali Sewer Pipe -DIP Epoxy Lined Interior for Sewer Force Mains I(a) 44 I(b) 6-inch 111c)8-Inch Ilif 104nrh I(e) 124nch I�f116-Inch I 18-inch 1 20-inch A7 I2, Inch DI Pi,Epoxy Lined Class 52, Flanged Joint I(a) 4-Inch IN 6-inch I(c)8-Inch I(d)10-Inch I(a) 12-Inch A8 PVC Gravitv5ewer-8Inch I,la)) 0'-6' I11 10812, 12 12'-14' Material Unit Total Unit Price Pri (famish Unit Price to (Furnish+ Unit only) I Install only I Installation) EA S EA S LS $ LF $ SF S LF LF IF I LP LF Is LF $ LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF I$ $ $ I$ I$ IS I$ 2500.00 I 1:500.00 6.00% 2,500.00 2.00 10.00 ) 1.00 2.00 3.00 N/A 1 1.00 1.00 I 2.92 $ 14.00 $ 36.92J 8.62 $ 15.00 $ 23.621 17.62 $ 19.00 $ 36.621 30.19 $ 23.00 S 53.191 45.28 S 26.00 S 71.281 63.76 $ 35.00 5 98.761 _ 88.16 S _ 49.00 $ 137.161 58.73 S 60.00 $ 118.731 111.29 5 70.00 $ 181.291 186.29 $ 80.00 $ 2.66.291 i 48.15 $ 14.00 $ 62.151 32.92 5 15.00 $ 47.921 43.33 $ 19.00 $ 62.331 51.70 $ 28.00 S _ 79.701 66.40 S 36.00 $ 102.40I 107A7 $ 50.00 $ 157.471 126.74 5 75.00 $ 201.741 149.03 $ 80.00 $ 229.03� 81.90 $ 14.00 $ 95.90 f 72.45 $ 15.00 $ 87.451 96.60 $ 19.00 S 115.601 200.00 $ 28.00 S 228.001 220,00 $ 36.00 S 246.00I 220.00 $ 50.00 S 270.00_ 1 230.00 S 75.00 $ 305.001 240.00 $ 80.00 $ 320.001 2.50.00 S 100.00 S 350.001 LF I N/A N/A N/A I LF I N/A N/A N/A I LF I N/A N/A N/A 1 LF I N/A N/A N/A 1 LF I N/A N/A N/A I LF I $ 4.14 I $ 20.00 $ 24.141 LF $ 9.271 $ 25.00 $ 34.271 LF 1 $ 16,771 S 50.00 $ 66.771 LF I_$_ 26.091 $ 60.00 S 86.091 LF I S 37.53 1$ 75.00 S 112.531 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3B828E10F6E rlupuldl resus%runt) nrY avow Material Unit Total Unit Price Price (Furnish Unit Price to (Furnish t Item No. Unit only) Install only Installation) A9 PVC Gravity Sewer -10 Inch (a) 0'-6' LF $ 8.00 $ 40.00 $ 48.00 (b) 61$' LF $ 14.00 $ 50.00 $ 64.00 (c) 8'-10, LF $ 25.00 5 60.00 S 85.00 (d)10'-12' LF S 26.25 S 70.00 S 96.2S (e)12'-14' LF $ 37.80 S 75.00 $ 112.80 A10 Conned to Existing Pipe (a) k12") EA I N/A N/A N/A (b)(>=12") I EA i N/A N/A I N/A All Precast Concrete Manhole -Lined (a) 0'-6' EA N/A N/A N/A (b) 6'-8' EA N/A N/A N/A (c) 8'-10' EA N/A N/A N/A (d)10'-12' EA N/A N/A N/A (e)12'-14' EA N/A N/A N/A Al2 Precast Concrete Manhole -Unlined (a) 0'-6' EA N/A N/A N/A (b) 6'-8' EA N/A N/A N/A (c) 8'-10, EA N/A N/A N/A (d)10'-12' EA N/A N/A N/A (e)12'-14' EA N/A N/A N/A A13 Mechanical Joint Bell Restraints -PVC (a) 2-inch EA $ 48.14 $ 45.00 $ 93.14 (b) 4-inch EA $ 57.04 $ 50.00 $ 107.04 (c) 64nch EA $ 74.05 $ 55.00 $ 129.05 (d) 8-Inch EA S 123.77 S 60.00 5 183.77 (e)10-inch EA $ 215.07 $ 125.00 $ 340.07 (f)12-inch EA $ 23S.41 5 145.00 $ 380.41 (j)164nch EA $ 526.47 $ 200.00 S 726.47 (h)18dnch EA $ 651.86 $ 225.00 $ 876.85 (i) 20-inch EA S 920.63 S 250.00 S 1,170.63 (1) 24-inch EA $ 1,107.35 S 300.00 $ 1,407.35 A14 Mechanical Joint Bell Restraints -Ductile Iron (a) 2-Inch EA $ 48.14 $ 40.00 $ 88.14 (b) 4-Inch EA $ 256.20 $ 50.00 $ 306.20 (c) 64nch EA $ 317.10 $ 55.00 $ 372.10 (d) 8-Inch EA $ 436.80 S 60.00 S 496.80 (e)10-Inch EA $ 802.20 $ 100.00 $ 902.20 (f)12-Inch EA $ 835.80 $ 225.00 $ 960.80 .(g)16-inch EA $ 2,583.00 $ 150.00 $ 2,733.00 (h)18-inch EA S 2,800.00 $ 200.00 $ 3,000.00 (i) 20-Inch EA $ 3,500.00 $ 280.00 $ 3,780.00 _0) 24-Inch EA $ 4,800.00 $ 360.00 $ 5,160.00 A15 Ductile Iron Fittings (C-153 Compact Fittings) (a) Interior Cement Lined TN $ 2.349.90 $ 3,500.00 S 5,849.90 (b) Interior Cement lined and Exterior Fusion Bonded Epoxy Coated TN $ 1 2,517.70 $ 4000.00 $ 6,517.70 (c) Interior Epoxy Coated TN $ 2,541.00 $ 5:000.001 $ 7,541.00 A16 Fitting Restraint (Per one (1) unit) (a) 4-inch EA $ 58.80 50.00 S 108.80 (b) 6-inch EA $ 71.40 $ 55.00 $ 126.40 (c) 8-Inch EA $ 100.80 $ 60.00 S 160.80 (d)10-inch EA $ 191.10 S 90.00 $ 281.10 (e)12-inch EA $ 207.90 $ 100.00 $ 307.90 (f)16-inch EA $ 443.10 $ 130.00 $ 573.10 �)18-inch EA $ 500.00 $ 150.00 $ 650.00 (h) 20-inch EA $ 600.00 $ 170.00 $ 770.00 0) 24-inch EA $ 700.00 $ 190.00 $ 890.00 2 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3B828E10F6E rroposai mcing roan Krr [ut5w Material Unit Total Unit Price Price (Furnish Unit Price to (Furnish + I Item No. Unit only) install only Installation) A17 Fitting Restraint - Stainless Steel Hardware (one (1) per unit) (a) 4-Inch EA $ 222.60 $ 75.00 S 297.60 (b) 6-inch EA $ 310.80 $ 80.00 $ 390.80 (c) 8-inch EA $ 363.30 $ 85.00 $ 448.30 (d)10-Inch EA $ 548.10 $ 150.00 $ 698.10 (e)12-inch EA $ 562.80 $ 160.00 S 722.80 (f)16-inch EA 1.002.75 S 170.00 S 1,172.75 k)18-inch EA $ 1,500.00 $ 180.00 $ 1,680.00 (h) 20-inch EA S 1,700.00 $ 190.00 $ 1,890.00 (1) 24-inch EA $ 2.600.00 $ 220.00 $ 2,820.00 A18 Tapping Sleeve and Valve (pressure test & tap Included) (a) 6"x6" EA $ 2,208.62 $ 1,500.00 $ 3,708.62 (b) 8"x6" EA $ 2,281.64 $ 1,750.00 $ 4,031.64 (c) 80x8" EA $ 3,115.77 $ 2,000.00 $ 5,115.77 (d)WWI` EA S 2,358.84 $ 2,250.00 $ 4,608.84 (e)10"x8" EA $ 3,200.38 $ 2,500.00 $ 5,700.38 (f)12"x6" EA $ 2.421.13 $ 3.000.00 $ 5,421.13 W 12"x8" EA S 3,458.68 S 3,250.00 $ 6.708.68 (h)12"x12" EA S 6,628.78 3,500.00 $ 10,128.78 (1)16"x6" EA $ 4,918.89 $ 3,750.00 $ 8,668.89 A19 Resilient Seat Gate Valve Assemblies (a) 2-inch EA $ 455.78 $ 300.00 $ 755.78 (b) 4-inch EA $ 746.88 $ 400.00 $ 1,146.88 (c) 6-4nch EA $ 953.07 $ 500.00 $ 1.453.07 (d) 8-inch EA $ 1.518.01 S 600.00 $ 2,118.01 (e)10-inch EA $ 2,367.02 $ 700.00 $ 3,067.02 (f)12-inch EA S 2,995.16 $ 2.000.00 $ 3,995.16 !(R)16-Inch EA $ 8,632.53 $ 1.500.00 S 10,132.53 A20 Eccentric Plug Valve Assemblies (a) 6-Inch EA $ 1.627.50 $ 450.00 $ 2,077S0 (b) 8-inch EA S 2.073.75 S 500.00 $ 2,573.75 (c)12-Inch EA $ 3,412.50 $ 600.00 S 4,012.50 (d)16-inch EA $ 15,000.00 $ 700.00 $ 15,700.00 (e)18-inch EA $ 25,000.00 $ 3.500.00 $ 28,500.00 (f) 24-Inch EA $ 30,000.00 S 4,000.00 $ 34,000.00 A21 Butterfly Valve Assemblies (a)12-inch EA $ 5,000.00 $ 750.00 $ 5,750.00 (b)16-Inch EA $ 6.500.00 $ 1.000.00 $ 7,500.00 (c) 18-Inch EA $ 7.500.00 $ 1,250.00 $ 8,750.00 (d) 20-inch EA i S 8.000.00 $ 1,500.00 $ 91500.00 A22 Ball Valve Assemblies (a) 3/4-Inch EA $ 20.00 S S0.00 $ 70.00 (b)1-inch EA $ 25.00 S 55.00 $ 80.00 (c)11/4-inch EA $ 30.00 $ 60.00 $ 90.00 (d)11/2-inch EA $ 35.00 S 65.00 S 100.00 (e)13/4-inch EA $ 40.00 $ 70.00 $ 110.00 (f) 2-Inch EA $ 45.00 $ 75.00 $ 120.00 A23 Chedc Valve Assemblies (a) 2-inch EA $ 200.00 S 400.00 S 600.00 (b) 4-inch EA $ 2.000.00 S 500.00 $ 2,500.00 (c) 6-inch EA $ 3.000.00 $ 800.00 $ 3,800.00 (d) 8-inch EA $ 8,000.00 $ 700.00 S 8,700.00 (e)12-inch EA S 18.000.00 $ 1,000.00 $ 19,000.00 (f)16-Inch EA $ 22,000.00 $ 1,500.00 $ 23,500.00 (g)18-Inch EA $ 24.000.00 $ 2,000.00 $ 26,000.00 (h) 20-inch EA $ 28,000.00. $ 2,500.00 $ 30,500.00 A24 Sanitary Sewer Services (constructed with new gravity sewer) (a) 0'1(single) EA $ 714.00 $ 550.00 $ 1,264.00 (b) 0'1(double) EA S 877.80 $ 600.00 $ 1,477.80 (c) 6'-Over (slnp,le) EA S 877.80 $ 650.00 $ 1,527.80 (d) 6'-Over (double) EA S 877.80 S 700.00 $ 1,577.80 A25 6" Sanitary Sewer Services - Additional Footage (a) 0'1 I LF I $ 11.55 $ 16.00 $ 27.5S (b) 6'-Over LF S 11.55 I S 18.00 I S 29.55 3 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3B828E10F6E Proposal Pricing Form RFP 202500 Material Unit Total Unit Price Price (Furnish Unit Price to (Furnish + Item No. Unit only) Install only Installation) A26 Sanitary Sewer Services (_constructed on existing sewer lines) (a) 0'-6' (single) EA S 817.95 $ 900.00 $ 1,717.95 (b) 0'-6' (double) EA $ 981.75 S 1,000.00 $ 1,981.75 (c) 6'-Over (single) EA $ 817.95 $ 1,000.00 $ 1,817.95 (d) 6'-Over (double) EA $ 981.75 $ 1,000.00 S 1,981.75 A27 Sanitary Sewer Cleanouts (to existing, sanitary sewer laterals) (a) 0'-6' (4") EA $ 300.00 $ 600.00 $ 900.00 (b) 6'-Over (4") EA S 400.00 $ 850.00 $ 1,250.00 (c) 0%6(6") EA S 500.00 $ 625.00 $ 1,125.00 (d) W-Over (61 EA $ 600.00 $ 850.00 $ 1,450.00 A28 Cleanout Ring and Cover (constructed on new or existing cleanouts) EA $ 200.00 $ 200.00 $ 400.00 A29 Water Services (a)1-inch (single short) EA $ 539.96 $ 600.00 $ 1,139.96 (b)1-inch (single long) EA $ 647.33 S 600.00 S 1.247.33 (c)1-inch (double short) EA $ 927.68 S 600.00 S 1,527.68 (d)1-inch (double IonR) EA $ 2.026.38 $ 600.00 S 1,626.38 (e) 2-inch (single short) EA $ 1,348.94 S 700.00 $ 2,048.94 (fl 2-Inch (single long) EA $ 1,621.94 S 700.00 S 2,321.94 k) 2-Inch (double short) EA $ 3,179.30 $ 700.00 $ 3,879.30 (h) 24nch (double Iona) EA $ 3.452.30 S 700.00 S 4,152.30 A30 Water Services - Horizontally Drilled (a)1-Inch (single short) EA $ 555.87 $ 1,400.00 S 1,955.87 MI -inch (single long) EA $ 654.57 S 1,400.00 $ 2,054.57 (c)14nch (double short) EA S 959.49 $ ir400.00 $ 2.359.49 (d)1-inch (double long) EA $ 1,058.19 S 1,400.00 $ 2,458.19 (a) 2-inch (single short) EA $ 1,356.18 $ 1,500.00 S 2,8S6.18 (fl 2-inch (single long) EA S 1,629.18 S 1,500.00 $ 3,129.18 IS) 2-Inch (double short) EA $ 2,778.51 S 1,500.00 4,278.51 (h) 2-inch (double long) EA $ 3,515.61 $ 1,500.00 $ 5,015.61 A31 Water Services Additional Footage (a)14nch HDPE Water Service LF $ 2.25 S 20.00 $ 22.25 (b) 2-Inch HDPE Water Service LF $ 13.90 $ 30.00 $ 43.90 A32 Blow -off Assembly EA $ 1,295.92 $ 700.00 $ 1,995.92 A33 Fire Hydrant Assembly (constructed on existing water main) EA $ 5,296.09 $ 1,750.00 S 7,046.09 A34 Bacteriological Sample Point EA S 354.90 $ 625.00 S 979.90 A35 2" Manual Air Release Valve EA $ 1,182.27 $ 750.00 $ 1,932.27 A36 2" Automatic Air Release Valve EA S 3,281.25 $ 1,0S0.00 $ 4,331.25 A37 Dewatering (a) 0'-6' LF N/A $ 1S.00 $ 15.00 (b) 6'-12' LF N/A $ 20.00 $ 20.00 (c)12'-18' LF N/A $ 25.00 S 25.00 A39 Remove Pressure Pipe (a) 3-inch LF N/A S 4.00 $ 4.00 (b) 4-Inch LF N/A $ 4.50 S 4.50 (c) 6-Inch LF N/A $ 5.00 S 5.00 (d) 8-Inch LF N/A $ 5.50 $ 5.50 (a)10-inch LF N/A S 6.00 $ 6.00 (fl 124nch LF N/A S 6.50 $ 6.50 _(g)16-inch LF N/A $ 7.00 S 7.00 A39 Grout and Abandon Pressure Pipe (a) 3-Inch LF $ 2.00 $ 3.00 $ 5.00 (b) 4-inch LF $ 2.00 $ 3.50 $ 5.50 (c) 6-inch LF $ 4.00 $ 4.00 $ 8.00 (d) 8-inch LF $ 5.00 $ 4.50 $ 9.50 (e)10-inch LF $ 6.00 $ 5.00 $ 11.00 (f)12-inch LF $ 7.00 $ 5.50 $ 12.50 1p)144nch LF $ 8.00 $ 6.00 $ 14.00 (h)16-Inch LF $ 9.00 $ 6.50 $ 15.50 (i)18-inch LF $ 30.00 S 7.00 S 17.00 (i) 20-Inch LF $ 11.00 S 7.50 $ 18.50 M 22-inch LF $ 12.00 $ 8.00 $ 20.00 (1) 24-inch LF $ 13.00 S 8.50 S 21.50 4 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3B828E10F6E eroposai mang corm KW tutsw Material Unit Total Unit Price Price (Furnish Unit Price to (Furnish t Item No. Unit only) Install only Installation) A40 Remove Sanitary Sewer Main (a) 8-Inch LF N/A S 8.00 $ 8.00 (b)10-inch LF N/A $ 9.00 $ 9.00 (c)12-inch LF N/A S 10.00 $ 10.00 (d)18-inch LF N/A $ 21.00 $ 11.00 (e) 24-inch LF N/A $ 12.00 S 12.00 A42 Grout and Abandon Sanitary Sewer Main (a) 8-Inch LF $ 5.00 $ 5.50 $ 10.50 (b)104nch LF $ 6.00 $ 6.00 $ 12.00 (c)12-Inch LF $ 7.00 S 6.50 $ 13.50 (d)18-Inch LF S 12.00 S 7.00 S 19.00 (e) 24-inch LF $ 13.00 $ 7.50 $ 20.50 A42 Remove Sanitary Sewer Manhole (a) 0'-6' EA N/A $ 800.00 $ 800.00 (b) 6'-8' EA N/A $ 850.00 $ 850.00 (c) 8'40' EA N/A $ 11500.00 $ 11500.00 (d)10'-12' EA N/A S 1,600.00 $ 1,600.00 (e)12'-14' EA N/A $ 2.000.00 $ 2,000.00 A43 Outside drop on Manhole (a) 6'-8' EA $ 2,200.00 $ 950.00 $ 3,150.00 (b) 8'-10' EA S 2,400.00 $ 1.050.00 $ 3A50.00 (c)10'-12' EA S 2,500.00 $ 1.150.00 $ 3,650.00 A44 2" Jumper Connection EA $ 2,000.00 $ 800.0D $ 2,800.00 A45 Asbestos Pipe Abatment (a) 6-Inch LF N/A $ 75.00 S 75.00 (b) 8-inch LF N/A $ 76.OD $ 76.00 (c)10-Inch LF N/A $ 77.0D $ 77.00 (d)124nch LF N/A $ 78.00 $ 78.00 (e) 16-Inch LF N/A $ 80.00 S 80.00 A46 Root Barrier LF S 25.00 S 25.00 $ 50.00 A47 Schedule 40 PVC Casing Pipe (a) 4-inch LF N/A $ 20.00 $ 10.00 (b) 6-inch LF N/A S 11.00 $ 11.00 (c) 84nch LF N/A $ 12.00 $ 12.00 (d)10-Inch LF N/A $ 13.00 $ 23.00 (e)12-inch LF N/A I S 14.00 $ 14.00 (f)14-inch LF N/A $ 15.00 $ 25.00 10)164nch LF N/A $ 16.00 $ 26.00 (h)18-inch LF N/A $ 17.00 $ 17.00 (1) 20-inch LF N/A $ 18.00 $ 18.00 (1) 22-inch LF N/A $ 19.00 $ 19.00 (k) 24-inch LF N/A S 20.00 $ 20.00 A48 Steel casing (a) 4-inch LF N/A $ 11.001s 11.00 (b) 6-inch LF N/A $ 12.00 $ 12.00 (c) 84nch LF N/A $ 13.00 $ 13.00 (d)10-Inch LF N/A S 14.00 S 14.00 (e)124nch LF N/A $ 15.00 $ 15.00 (fl 14-inch LF N/A $ 16.00 $ 16.00 (g)16-Inch LF N/A S 17.00 S 17.00 (h)18-inch LF N/A $ 28.00 $ 18.00 (1) 20-Inch LF N/A $ 19.00 $ 19.00 (1) 224nch LF N/A $ 20.00 S 20.00 M 24-Inch LF N/A $ 21.00 $ 21.00 5 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3B828E10F6E rroposai rnang corm nrr curaw Item No. SECTIO 4 B -Restoration Bl Pavement Repair and Replacement (a) Asphalt Road (b) Asphalt Driveway (c) Asphalt Millings (d) Asphalt overlay (e) Add. S-3 Asphalt (f) Cold Mix Asphalt �) Concrete Driveway (61 (h) Concrete Sidewalk (40) (i) Concrete Curb 1. Curb and Gutter 2.'D' Curb D)Thermoplastic Striping (Yellow) FDOT Spec. (k)Thermoplastic Striping (White) FDOT Spec. (I)Concrete Driveway Paver Block (m) Lime rock Driveway in) Asphalt sidewalk B2 Milling Asphalt B3 Coquina Rock Base 84 Flowable Fill (a) 0 - 4 cy (include short load fees) (b) 4 - 8 cv (include short load fees) (cl > 8cy 65 Misoellaneous Materials (a) Sand (b) Fill (c) #57 Rock (d) Shell Rock (e) Suremix Concrete 80#1 B6 Sod Replacement (a) Bahia (b) Floratam B7 Seed and Mulch SECTION C - High Density Polyethylene Piping & Horizontal Directional Boring C1 nh Density Polyethylene Pipe (HDPE)-Trench (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e)124nch (f)16-inch 1g)18-inch (h) 20-inch (1) 24-inch C2 Horizontal Directional Boring (HDPE)-HDD (a) 6-inch (b) 8-inch (c)12-inch (d)16-Inch (e)184nch (f) 20-inch (g) 244nch C3 Horizontally Directional Drilled -PVC Driveway Bores (a)20-foot length 1. 44nch 2.6-inch 3.8-Inch 4.12-inch (b) 40-foot length 1. 4-Inch 2.6-inch 3.8-inch 4.12-inch Material Unit Total Unit Price Price (Fumish Unit Price to (Furnish + Unit I only) I Install only I Installation) SY SY SY SY Ton Ton SY SY LF LF LF LF SY SY SY SY CY CY CY CY CY CY CY CY Bag SY SY SY LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA N/A $ 75.00 $ 7S.00 N/A S 75.00 $ 75.00 N/A S 55.00 $ 55.00 N/A $ S5.00 S 55.00 N/A $ 230.00 S 230.00 N/A $ 200.00 $ 2C0.00 N/A $ 150.00 $ iS0.00 N/A S 150.00 $ 150.00 N/A $ 75.00 $ 75.00 N/A $ 75.00 S 75.00 N/A $ 25.00 S 25.00 N/A $ 2S•00 S 25.00 N/A $ 65.00 $ 65.00 N/A $ 4S.00 $ 45.00 N/A $ 75.00 S 75.00 N/A $ 40.00 $ 40.00 N/A $ 45.00 $ 45.00 N/A S 400.00 S 400.00 N/A $ 400.00 400.00 N/A I $ 400.00 $ 400.00 N/A $ 60.00 $ 60.00 N/A $ S0.00 S 50.00 N/A $ 75.00 S 75.00 N/A $ 80.00 $ 80.00 N/A S 40.00 $ 40.00 N/A $ 6.00 S 6.00 N/A $ 6.00 $ 6.00 N/A $ S.00 $ 5.00 $ 3.15 $ 10.00 13.15 $ 4.99 $ 11.00 S 25.99 S 10.50 $ 12.00 S 22.50 S 18.90 S 13.00 $ 31.90 S 37.80 $ 14.00 S 51.80 $ 250.00 S 15.00 S 265.00 S 275.00 $ 16.00 $ 291.00 S 280.00 $ 17.00 $ 297.00 S 300.00 S 18.00 S 318.00 $ 9.98 $ 328.00 $ 337.98 $ 17.85 $ 338.00 $ 355.85 S 35.70 $ 836.00 S 871.70 $ 75.60 $ 875.00 $ 950.60 $ 75.60 $ 900.00 $ 975.60 S 90.30 $ 1,000.00 S 1,090.30 S 126.00 $ 1,050.00 $ 1,176.00 $ 173.25 $ 2,S00.00 $ 2,673.25 $ 325.00 $ 3,000.00 $ 3,315.00 $ 588.00 $ 3,500.00 $ 4,088.00 $ 1,218.00 $ 4,000.00 $ 5,218.00 $ 346.50 $ 5,000.00 $ 5,346.50 $ 630.00 $ 6,000.00 $ 6,630.00 $ 1,176.00 S 7,000.00 S 8,176.00 S 2,436.00 S 8,000.00 $ 10,436.00 6 Docusign Envelope ID: C467DO4C-C443r454E-8A43-E3B828E10F6E reuyuwi rnunsrunn nrr 4maw Material Unit Total Unit Price Price (Furnish Unit Price to (Furnish + Item No. Unit only) Install only Installation) (c) 60-foot length 1. 4-inch EA $ 519.75 $ 9,000.00 S 9,519.75 2. 6-Inch EA S 945.00 $ 1.000.00 1.945.00 3.84nch EA S 1,764.00 $ 11,000.00 $ 12,764.00 4.12-inch EA S 3.654.00 $ 12,000.00 $ 15,654.00 SECTIO it D - Time and Materials Rates (TO BE USED ON T&M ORDERS ONLY) D3 Equipment Hourly Rates (a) Trackhoe (specify model) 1. (medium) HR N/A $ 150.00 $ 150.00 2. (large) HR N/A $ 200.00 S 200.00 (b) Combination Backhoe HR N/A $ 300.00 $ 300.00 (c) Front end Loader HR N/A $ 150.00 $ 150.00 (d) Grader HR N/A $ 250.00 $ 250.00 (e) Dump Truck (9 CY) HR N/A $ 150.00 S 150.00 (f)Tandem Dump Truck (18 CY) HR N/A S 160.00 S 160.00 2) Forklift HR N/A $ 1.00 S 1.00 (h) Crew Truck with hand tools HR N/A $ 7S.00 S 75.00 (i) Trash Pump 3" HR N/A $ 10.00 S 10.00 11) Trash Pump 2" HR N/A $ 5.00 $ 5.00 (k) Walk behind Vibrating Roller HR N/A $ 10.00 $ 10.00 (1) Gradall HR N/A $ 150.00 $ 150.00 (m) Roller HR N/A S 65.00 $ 65.00 (n) Cement Mixer HR N/A $ 50.00 $ 50.00 (o) Box Blade HR N/A $ 150.00 $ 150.00 (p) Water Truck HR N/A $ 100.00 $ 100.00 (Q)1000 gpm sump pump HR N/A $ 2S.00 $ 25.00 D2 Crew Hourly Rates (a) Crew Man HR N/A $ 85.00 S 85.00 (b) Foreman HR N/A $ 95.00 S 95.00 (c) Supervisor HR N/A $ 105.00 $ 105.00 (d) 3 man crew includes 1 supervisor HR N/A $ 340.00 340.00 (e) 4 man crew includes 1 supervisor HR N/A S 425.00 $ 425.00 (f) 5 man crew Includes 1 supervisor HR N/A $ 570.00 1 S 570.00 D3 Overtime Crew Hourly Rates (a) Crew Man HR N/A S 100.00 $ 100.00 (b) Foreman HR N/A $ 125.00 $ 125.00 (c) Supervisor HR N/A $ 130.00 $ 130.00 (d) 3 man crew Includes 1 supervisor HR N/A $ 400.00 $ 400.00 (e) 4 man crew includes 1 supervisor HR N/A $ 500.00 $ 500.00 (f) 5 man crew includes 1 supervisor HR N/A $ 600.00 5 600.00 D4 Xfghtime Crew Hourly Rates (a) Crew Man HR N/A S 12S.00 $ 125.00 (b) Foreman HR N/A S 150.00 $ 150.00 (c) Supervisor HR N/A $ 200.00 $ 200.00 (d) 3 man crew Includes 1 supervisor HR N/A $ 600.00 $ 600.00 (e) 4 man crew Includes 1 supervisor HR N/A $ 625.00 $ 625.00 (f) 5 man crew includes 1 supervisor HR N/A $ 750.00 $ 750.00 Section E: Lift Station E1 Operational (b) 4-inch Bypass Pumping Setup and Operation DAY N/A $ 3:500.001 S 3,500.00 (c) 64nch Bypass Pumping Setup and Operation DAY N/A 1 S 4000.00 $ 4,000.00 (c)12-inch Bypass Pumping Setup and Operation DAY N/A S 4,800.00 $ 4,800.00 E2 Electrical (a) Duplex Motor Control Panel, 3 - S HP, Single Phase, 240 Volts EA $ 56,000.00 $ 40,000.00 $ 96,000.00 (b) Duplex Motor Control Panel, 3 -10 HP. Three Phase, 240 Volts EA 64,000.00 $ 40.000.00 104,000.00 (c) Duplex Motor Control Panel, 5 -10 HP. Three Phase, 480 Volts EA S 64.000.00 S 40.000.00 $ 104,000.00 (d) Duplex Motor Control Panel, 15 - 25 hp, Three Phase, 480 Volts w/ Soft Starts EA $ 72,000.00 S 45,000.00 S 117,000.00 (e) Duplex Motor Control Panel, 30 -100 hp, Three Phase, 480 Volts w/Soft Starts EA $ 87,000.00 $ 50,000.00 $ 137,000.00 (f) Install Meter Can & Disconnect EA $ 8,500.00 $ 15,000.00 $ 23,500.00 7 Docusign Envelope ID: C467D04C-C443-454E-8A43-E3B828E10F6E rroposai rnang roan nrr tuvW Item No. E3 Plug Valve (a) Lever Operated, Flanged Joint (4-Inchi (b) Hand Wheel, Flanged Joint 1.4-inch 2.6-inch 3.8-Inch 4.10-inch 5.12-Inch E4 Stainless Steel Pipe Support Stands w/ST STL Anchors (max 36" height) (a) 2-inch Diameter (b) 34nch Diameter (c) 44nch Diameter ES Check Valve, Outside Weight, (Flanged Joint (a) 4-inch L J (b) 6-inch (c) 8-inch (d)10-inch (e)12-inch E6 Camlock Emergency Pump Connection & Cap_ (a) 44nch (b) 6-Inch E7 HDPE Vertical Discharge Piping, Fittings & Flange Adapters (a) 44nch (b) 6-inch (c) 8-inch (d)10-inch (e)12-Inch ES 316 Stainless -Steel Horizontal Support Bracket for Discharge Piping (a) flinch (b) 6-inch (c) 8-inch (d)10-inch (e)12-inch Support E9 Pump Discharge Base, Including Anchors (a) 4-Inch (b) 6-Inch (c) 84nch (d)104nch E10 Epoxy Coated & Lined Reducer (a) 4"x6" (b) 6"x8" Ell 316 Stainless Steel SCH 40 Pump Guide Rails (a) 2-inch (b) 3-inch E12 316 Stainless Steel Guide Rail Upper Support Brackets w/ Hook (a) 2-Inch (b) 3-inch E13 316 Stainless Steel Guide Rail Intermediate Support Brackets (a) 2-inch (b) 3-Inch E24 316 Stainless Steel Cable Hanger Brackets (a) 4 hook (b) 6 hook Maintenance E15 Hydroblast Interior Surfaces (per square foot) (a) Manhole (b) Wet Well (c) Valve vault E16 Sand Blast Interior Surfaces (a) Manhole (b) Wet Well (c) Valve vault E17 Valve Vault Coating (per IRCDUS Utility Spec) Material Unit Total Unit Price Price (Furnish I Unit Price to I (Furnish + Unit only) install only installation) EA I S 1,500.00 I$ 2,500.001S 4,000.00 EA $ 2,500.00 $ 2,500.00 $ 5,000.00 EA $ 3.000.00 $ 3,000.00 S 6,000.00 EA S 14,000.00 S 4,000.00 S 18,000.00 EA $ 25,000.00 S 5,000.00 S 30,000.00 EA $ 26,000.00 $ 64000.00 $ 32,000.00 EA $ 1,500.00 S 2,000.00 S 3,500.00 EA $ 1 1,500.00 $ 2,000.00 S 3,500.00 EA $ 1,500.00 $ 2,000.00 $ 3,500.00 EA $ 2,500.00 $ 2,500.00 S 5,000.00 EA $ 3,000.00 $ 3,000.00 $ 6,000.00 EA $ 14,000.00 S 4,000.00 $ 18,000.00 EA $ 25,000.00 $ 5,000.00 $ 30,000.00 EA $ 28,000.00 $ 6,000.00 $ 34,000.00 EA $ I 500.00 I $ 1,000.00 I $ 1,S00.00 EA $ 500.00 $ 1,000.00 $ 11500.00 EA $ 1S,000.00 $ 10,000.00 $ 25,000.00 EA $ 18,000.00 $ 10,000.00 $ 28,000.00 EA $ 20,000.00 S 10,000.00 S 30,000.00 EA $ 25,000.00 $ 10,000.00 $ 35,000.00 EA $ 30,000.00 $ 10,000.00 S 40,000.00 EA $ 1,800.00 $ 2,500.00 $ 4,300.00 EA S 2,000.00 S 2,500.00 S 4,500.00 EA $ 2,300.00 $ 2,500.00 S 4,800.00 EA $ 2,S00.00 $ 2,500.00 5,000.00 EA $ 3,000.00 $ 2,500.00 $ 5,500.00 EA $ 4,000.00 $ 5,000.00 $ 9,000.00 EA $ 4,000.00 $ 5,000.00 $ 9,000.00 EA $ 4,000.00 S 5,000.00 $ 9,000.00 EA $ 4,000.00 S 5,000.00 $ 9,000.00 IEA I I EA $ 3,000.00 $ 3,000.00 I $ 6,000.00 VF I S 4,500.00 I S 2,500.00 I$ 7,000.00 VF $ 6,000.00 $ 3:000.00 $ 9,000.00 I EA I$ 2,500.00 I$ 3,000.00 I S 5,500.00 1 EA $ 2,500.00 S 3,000.00 $ 5,500.00 IEA I $ 2,500.001 $ 3,000.00 I $ 5,500.00 EA $ 2,500.00 $ 3,000.00 + $ 5,500.00 I EA I $ 2,500.001 $ 2,500.00 I $ 51000.00 1 EA $ 2,500.00 $ 2,500.00 S 5,000.00 SF N/A $ 50.00 S S0.00 SF N/A $ 50.00 $ 50.00 SF N/A $ 50.00 S 50.00 SF N/A N/A N/A SF N/A N/A N/A SF N/A N/A N/A SF N/A N/A N/A 8 Docusign Envelope ID: C467DO4C-C443454E-BA43-E3B828EtOF6E Proposat Pricing torn KW 204130 Material Unit Total Unit Price Prim (Furnish Unit Price to (Fumish+ I Item No. Unit only) Install only Installation) E18 IUning/Coating _- 1(a)Manhole SF N/A N/A N/A J 1(b) Wet Well SF N/A N/A N/A J (c) Valve Vault SF N/A N/A I E19 Cast In Place Concrete- Repair Existing Structure(max 6'depth) CF N/A _N/A N/A NA I 1E20 Hydraulic Cement Grouting&Repair - Existing Structure SF N/A N/A IN�A 1 1E21 Pressure Washing SF I N/A $ 50.001 S 50.001 Coverings E22 JAluminlum Hatch Cover & Frame, H2O Load W/ 316 ST STL Hardware I(a)36'x46" EA 1 $ 12,000.0()J S 5,000.00 $ 17,000.00J I(b) 48' x 60' EA $ 15,000. $ 51000.00 $ 20.000.00 I I(c) 48' x 72' EA $ 18,000.00 $ 8.000.00 $ 26,000.001 1(d) 54" x 60" EA $ 24.000.00 $ 10,000.00 S 34,ODO.001 (e) 64' x 72" EA $ I 33,000.00 $ 10.000.00 $ 43,000.DO 1 1(f) 6O' x 72" EA $ 34,000.00 $ 10,000.00 $ 44,00D.D01 1(g)72'x84" EA $ 35.000.00 $ 10,000.00 $ 45,000.DDI E23 Dip J-Vent w/Riser &ST SFL Bug Screen I(a)4-inch I EA I $ 500.DO I $ 1,000.001 $ 1.500.001 1(b)6-Inch EA $ 800.00 $ 11000.001 $ 1.800.001 C24 Dia LISP 240 Manhole Ring, Frame & Lid Ila)32-inch I(b)36-Inch EA $ 1.500.00 $ 2,5DO.DO $ 4,00D.00I EA $ 3,000. S 3,000.00 $ 6.000.00, l (c)504neh EA $ 8,000.001$ 5,000.001$ 13,000.001 Appurtenances I Driven Metal Sheet Piling 1 IE25 I(a)upto 10-foot depth 1 LF 1 N/A N/A 1 1 1(b)up to 20-foot depth LF N/A 1 N/A IN/A N/A 1 Structural __ IE26 l(a)4"or6" Diameter Core Bore ofReinfConcStructure, upto5'Depth 1 EA 1 N/A 1$ 4.500.001 S 1 4.500.001 I(b) 8" or 10" Diameter Core Bore of Reinf Conc Structure, up to 10' Depth fA N/A $ 5000.00 , $ 5.000.001 ISECTION F: Miscellaneous Materials & Subcontractors IF3 (Other Materials MarkuQ(actual cost OILS) % 10.00% IF2 Subcontractor Markup actual cost plus) 1 % 1 10.00% MEEKS PLUMBING INC Name of Firm 5555 US HIGHWAY 1. SURE 1 Address VERO BEACH, FLORIDA 32967 City, State, Zip Code PRESIDENT Title KYLE MEEKS - KMEEKSOMEEKSPLUMBING.COM Phone and E-mall Authorized Signature Rev 4-2p25 �u$�n Envelope 10: Cq6> D04C-C443d54E�A4-�'-E3882gE fOF6E ' No�oP�4 �NCVt, Mo Page 71 of77 Docusign Envelope ID: C467DD4C•C443-054E-8A43-E3B828E10F6E Detail by Entity Name Depanment of State / Dwialnn n1 C..nn.atinn< / Sea..h Records / Snomh Av pnGN Name / Detail by Entity Name Florida Profit Corporation MEEKS PLUMBING, INC. Elting Information Document Number M69530 FEIIEIN Number 65-0021660 Date Filed 02/19/1998 State FL Status ACTIVE 5555 US HWY 1 SUITE 1 VERO BEACH, FL 32967 Changed: 01109/2009 Mailing Address 5555 US HWY 1 SUITE 1 VERO BEACH, FL 32967 Changed: 01/09/2009 Registered Anent Name & Address MEEKS, CLAYTON K 5555 US HWY 1 SUITE 1 VERO BEACH, FL 32967 Name Changed: 02/10/2022 Address Changed: 01/0912009 Officer/Director Detail Name & Address Titre President, Secretary MEEKS, CLAYTON KYLE 5555 US HWY 1 SUITE 1 VERO BEACH, FL 32967 Report Year Filed Date 2023 03/14/2023 2024 03/12/2024 2025 03/12/2025 Document Images https://seamh.sunbiz.org/Inquiry/CorpomtionSearch/SeamhResultOetail?inqu irytype=EndtyName&directionType=lnitial&searchNameOrder--MEEKSPL... 112 Docusign Envelope ID: C467D04C-C443-454E-BA43-E3BB28E10F6E ..<..<........ r.r Detail by Entity Name 03I1212025—ANNUAL REPORT View imag.m PDF formal - 03I120094 _ANNIIAI REPORT View Image in PDF formal 0311412023 — ANNUAL REPORT View image In PDF formal 021I 2022—ANNUAL REPORT View Image in PDF [..at 041IW2021—ANNUALREPORT View image i0 PDF formal 0511812020—ANNUAL REPORT View Image in POE lomvat 041M612019—ANNUAL REPORT View image in PDF lcmnat 02232018—ANNUAL REPORT Vlew Image in PDF lmmat 0111612017—ANNUAI REPORT Viewimage in PDF formal III 041122M1fi—ANNUAI REPORT View Image In PDF format J Q41212M15—ANNUAI REPORT View image In PDF fomnet 0410812014--ANNIJAL REPORT View Image In POF fomnal WI V2013—ANNUAL REPORT View image In POF fomial 01126/2012—ANNUAL REPORT View Image in POF formal 01I272011—ANNUALREPORT View image in POF fa.mal 02IO2/2010--ANNUAL REPORT View image in PDF formal 0110912009—ANNUAL REPORT View imagem PDF lmmel 0210712008 — ANNUAL REPORT View Image In POP famrat J 0111914007—ANNUAL REPORT View image in PDF format 02103/2006 — ANNUAL REPORT View Image In PDF format Q41022005—ANNUAL REPORT View image in PDF formal OV2012ON—ANNUAL REPORT View image In PDF formal 0311712003 — ANNUAL REPORT View image in PDF format 1LZI2002—ANNUAL REPORT View image in POE(comet 03/01I2001--ANNUAL REPORT, View Image In PDF fomm 0212612"—ANNUAL REPORT View image in PDF fomnal 0312311999 — ANNUAL REPORT View Image in PDF fomnal gJL211996—ANNUAI REPORT View image)n POF format 01117/199—AN-IIgi REPORT View Image in PDF fomnel 02116/1996—ANNUAL RFPORT View image in POF format 04/1111995 — ANNUAL REPORT View image in PDF formal https://search.sunbiz.org/Inquiry/CorporabonSeamh/SearchResultDetail?inquirytype=EntityName&direcdonType=lnitial&searchNameOrder-MEEKSPL... 2/2