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