HomeMy WebLinkAbout2024-267CONTINUING 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 "COUN'T'Y", 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:
1. GENERAL
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
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
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 maybe 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
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
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 (30) 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:
(i) if in the COUNTY's opinion CONTRACTOR is improperly performing work or
Agreement - 5
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 COUNTY'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:
(1) 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
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 parry, 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
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:
(1) 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 119, 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
publicrecords (& ircgov. com
Indian River County Office of the County Attorney
1801 271h 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
1801 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 5:00 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 COUNTY's sovereign immunity.
Agreement - 9
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the date first
written above.
OWNER: CONTRACTOR:
oy..Oh1M..
INDIAN RIVER CO , J�>�. ' MPANY NAME
By: i� By: •'
Su an A s, C airman Nam$: i.U�Q �Qe�
By:
Joh A. Titkanich, Jr., County A mini; -r £q COU��
APPROVED AS TO FORM AND LEGAL
SUFFICIENCY:
By:
Jenolr W. S]Xuler, County Attorney
Ryan L. Butler, Clerk of Court and
Comptroller
Attest: �a"'
I��GX,
Deputy Cle
(SEAL)
(Corporate Seal)
(If CONTRAC'T'OR is a corporation or
partnership, attach evidence of authority to
sign)
Agreement - io
f:
� 6
\\�
^✓�
ti�r �R
�
�`
n� �*
� 1� 'f
~,
V ��
�' v
K
Exhibit 1 — Proposal Price Form
Agreement -14
Proposal Pricing Form RFP 202500
Company Name:
Proposal Pricing Form RFP 202500
Item No.
Unit
Material Unit
Price (Furnish
only)
Unit Price to
Install only
Total Unit Price
(Furnish +
Installation)
A9
PVC Gravity Sewer - 10 inch
(a) 0'-6'
LF
$ 8.00
$
40.00
$
48.00
(b) 6'-8'
LF
$ 14.00
$
50.00
$
64.00
(c) 8'-10'
LF
$ 25.00
$
60.00
$
85.00
(d) 10'-12'
LF
$ 26.25
$
70.00
$
96.25
(e) 12'-14'
LF
$ 37.80
$
75.00
$
112.80
A10
Connect to Existing Pipe
(a)(<12")
EA
N/A
N/A
N/A
(b)(>=12")
EA
N/A
N/A
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) 6 -inch
EA
$ 74.05
$
55.00
$
129.05
(d)8 -inch
EA
$ 123.77
$
60.00
$
183.77
(e) 10 -inch
EA
$ 215.07
$
125.00
$
340.07
(f) 12 -inch
EA
$ 235.41
$
145.00
$
380.41
() 16 -inch
EA
$ 526.47
$
200.00
$
726.47
(h) 18 -inch
EA
$ 651.86
$
225.00
$
876.86
(i) 20 -inch
EA
$ 920.63
$
250.00
$
1,170.63
(j) 24 -inch
EA
$ 1,107.35
$
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) 6 -inch
EA
$ 317.10
$
55.00
$
372.10
(d) 8 -inch
EA
$ 436.80
$
60.00
$
496.80
e) 10 -inch
EA
$ 802.20
$
100.00
$
902.20
(f) 12 -inch
EA
$ 835.80
$
125.00
$
960.80
(g) 16 -inch
EA
$ 2,583.00
$
150.00
$
2,733.00
(h) 18 -inch
EA
$ 2,800.00
$
200.00
$
3,000.00
(i) 20 -inch
EA
$ 3,500.00
$
280.00
$
3,780.00
(j) 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
1 $
3,500.001
$
5,849.90
(b) Interior Cement Lined and Exterior Fusion Bonded Epoxy Coated
TN
$ 2,517.70
1 $
4,000.001
$
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
$
108.80
b) 6 -inch
EA
$ 71.40
$
55.00
$
126.40
(c) 8 -inch
EA
$ 100.80
$
60.00
$
160.80
(d) 10 -inch
EA
$ 191.10
$
90.00
$
281.10
(e) 12 -inch
EA
$ 207.90
$
100.00
$
307.90
(f) 16 -inch
EA
$ 443.10
$
130.00
$
573.10
(g) 18 -inch
EA
$ 500.00
$
150.001
$
650.00
(h) 20 -inch
EA
$ 600.001
$
170.001
$
770.00
(i) 24 -inch
EA
1 $ 700.001
$
190.00
1 $
890.00
Proposal Pricing Form RFP 202500
Item No.
Unit
Material Unit
Price (Furnish
only)
Unit Price to
Install only
Total Unit Price
(Furnish +
Installation)
A17
Fitting Restraint - Stainless Steel Hardware (one 1) per unit)
(a) 4 -inch
EA
$
222.60
$ 75.00
$ 297.60
(b) 6 -inch
EA
$
310.80
$ 80.00
$ 390.80
c) 8 -inch
EA
$
363.30
$ 85.00
S 448.30
(d) 10 -inch
EA
$
548.10
$ 150.00
$ 698.10
(e)12 -inch
EA
$
562.80
$ 160.00
$ 722.80
f) 16 -inch
EA
$
1,002.75
S 170.00
$ 1,172.75
(g) 18 -inch
EA
$
1,500.00
$ 180.00
$ 1,680.00
(h) 20 -inch
EA
$
1,700.00
$ 190.00
$ 1,890.00
(i) 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) 8"x8"
EA
$
3,115.77
$ 2,000.00
$ 5,115.77
(d) 10"x6"
EA
$
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
() 12"x8"
EA
$
3,458.68
$ 3,250.00
$ 6,708.68
(h)12"x12"
EA
$
6,628.78
$ 3,500.00
$ 10,128.78
(i) 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 -inch
EA
$
953.07
$ 500.00
$ 1,453.07
(d) 8 -inch
EA
$
1,518.01
$ 600.00
$ 2,118.01
(e) 10 -inch
EA
$
2,367.02
$ 700.00
$ 3,067.02
(f) 12 -inch
EA
$
2,995.16
$ 1,000.00
$ 3,995.16
(g) 16 -inch
EA
$
8,632.53
$ 1,500.00
$ 10,132.53
A20
Eccentric Plug Valve Assemblies
(a) 6 -inch
EA
$
1,627.50
$ 450.00
$ 2,077.50
(b) 8 -inch
EA
$
2,073.75
$ 500.00
$ 2,573.75
(c) 12 -inch
EA
$
3,412.50
$ 600.00
$ 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
$ 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
$
8,000.00
$ 1,500.00
$ 9,500.00
A22
Ball Valve Assemblies
(a)3/4 -inch
EA
$
20.00
$ 50.00
$ 70.00
(b) 1 -inch
EA
$
25.00
$ 55.00
$ 80.00
(c)1 1/4 -inch
EA
$
30.00
$ 60.00
$ 90.00
(d)1 1/2 -inch
EA
$
35.00
$ 65.00
$ 100.00
(e)1 3/4 -inch
EA
$
40.00
$ 70.00
$ 110.00
(f) 2 -inch
EA
$
45.00
$ 75.00
$ 120.00
A23
Check Valve Assemblies
(a) 2 -inch
EA
$
200.00
$ 400.00
$ 600.00
(b) 4 -inch
EA
$
2,000.00
$ 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
$ 8,700.00
(e) 12 -inch
EA
$
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
$
24,000.001
$ 2,000.001
$ 26,000.00
(h) 20 -inch I
EA 1
$
28,000.001
$ 2,500.00 1
$ 30,500.00
A24
Sanitary Sewer Services (constructed with new gravity sewer)
(a) 0'-6' (sin le)
EA
$
714.00
$ 550.00
$ 1,264.00
(b) 0'-6' (double)
EA
$
877.80
$ 600.00
$ 1,477.80
(c) 6' -Over (single)
EA
$
877.80
$ 650.00
$ 1,527.80
(d) 6' -Over (double)
EA
$
877.80
$ 700.00
S 1,577.80
A25
6" Sanitary Sewer Services - Additional Footage
(a) 0'-6'
LF
$
11.55
j 16.00
5 27.55
(b)6' -Over
LF
$
11.55
$ 18.00
$ 29.55
Proposal Pricing Form RFP 202500
Item No.
Unit
Material Unit
Price (Furnish
only)
Unit Price to
Install only
Total Unit Price
(Furnish +
Installation)
A26
Sanitary Sewer Services (constructed on existing sewer lines)
(a) 0'-6' (single)
EA
$
817.95
$
900.00
$
1,717.95
(b) 0'-6' (double)
EA
$
981.75
$
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
$
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
$
400.00
$
850.00
$
1,250.00
(c) 0'-6' (6")
EA
$
500.00
$
625.00
$
1,125.00
(d) 6' -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 Ion)
EA
$
647.33
$
600.00
$
1,247.33
(c) 1 -inch (double short)
EA
$
927.68
$
600.00
$
1,527.68
(d)1 -inch (double Ion)
EA
$
1,026.38
$
600.00
$
1,626.38
(e) 2 -inch (single short)
EA
$
1,348.94
$
700.00
$
2,048.94
(f) 2 -inch (single long)
EA
$
1,621.94
$
700.00
$
2,321.94
(g) 2 -inch (double short)
EA
$
3,179.30
$
700.00
$
3,879.30
(h) 2 -inch (double long)
EA
$
3,452.30
$
700.00
$
4,152.30
A30
Water Services - Horizontally Drilled
(a) 1 -inch (single short)
EA
$
555.87
$
1,400.00
$
1,955.87
(b)1 -inch (single long)
EA
$
654.57
$
1,400.00
$
2,054.57
(c) 1 -inch (double short)
EA
$
959.49
$
1,400.00
$
2,359.49
(d) 1 -inch (double long)
EA
$
1,058.19
$
1,400.00
$
2,458.19
(e) 2 -inch (single short)
EA
$
1,356.18
$
1,500.00
$
2,856.18
(f) 2 -inch (single long)
EA
$
1,629.18
$
1,500.00
$
3,129.18
(g) 2 -inch (double short)
EA
$
2,778.51
$
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) 1 -inch HDPE Water Service
LF
$
2.25
$
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
$
7,046.09
A34
Bacteriological Sample Point
EA
$
354.90
$
625.00
$
979.90
A35
2" Manual Air Release Valve
EA
$
1,182.27
$
750.00
$
1,932.27
A36
2" Automatic Air Release Valve
EA
$
3,281.25
$
1,050.001
$
4,331.25
A37
Dewatering
(a) 0'-6'
LF
N/A
$
15.00
$
15.00
(b) 6'-12'
LF
N/A
$
20.00
$
20.00
(c) 12'-18'
LF
N/A
$
25.00
$
25.00
A38
Remove Pressure Pipe
(a) 3 -inch
LF
N/A
$
4.00
$
4.00
(b) 4 -inch
LF
N/A
$
4.50
$
4.50
(c) 6 -inch
LF
N/A
$
5.00
$
5.00
(d) 8 -inch
LF
N/A
$
5.50
$
5.50
(e) 10 -inch
LF
N/A
$
6.00
$
6.00
(f) 12 -inch
LF
N/A
$
6.50
$
6.50
(g) 16 -inch
LF
N/A
$
7.00
$
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
(g) 14 -inch
LF
$
8.00
$
6.00
$
14.00
(h) 16 -inch
LF
$
9.00
$
6.50
5
15.50
(i) 18 -inch
LF
$
10.00
$
7.00
$
17.00
(j) 20 -inch
LF
$
11.00
$
7.50
$
18.50
(k) 22 -inch
LF
$
12.00
$
8.00
$
20.00
(I) 24 -inch
LF
$
13.00
$
8.50
$
21.50
Proposal Pricing Form RFP 202500
Item No.
A40 Remove Sanitary Sewer Main
Unit
Material Unit
Price (Furnish
only)
Unit Price to
Install only
Total Unit Price
(Furnish +
Installation)
(a) 8 -inch
LF
N/A
$
8.00
$
8.00
(b) 10 -inch
LF
N/A
$
9.00
$
9.00
c)12 -inch
LF
N/A
$
10.00
$
10.00
(d) 18 -inch
LF
N/A
$
11.00
$
11.00
(e)24 -inch
LF
N/A
$
12.00
$
12.00
A41
Grout and Abandon Sanitary Sewer Main
(a) 8 -inch
LF
$
5.00
$
5.50
$
10.50
(b) 10 -inch
LF
$
6.00
$
6.00
$
12.00
(c) 12 -inch
LF
$
7.00
$
6.50
$
13.50
(d) 18 -inch
LF
$
12.00
$
7.00
$
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'-10'
EA
N/A
$ . 1,500.00
$
1,500.00
(d) 10'-12'
EA
N/A
$
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
$
2,400.00
$
1,050.00
$
3,450.00
(c) 10'-12'
EA
$
2,500.00
$
1,150.00
$
3,650.00
A44
2" Jumper Connection
EA
$
2,000.00
$
800.00
$
2,800.00
A45
Asbestos Pipe Abatment
(a)6 -inch
LF
N/A
$
75.00
$
75.00
(b) 8 -inch
LF
N/A
$
76.00
$
76.00
(c) 10 -inch
LF
N/A
$
77.00
$
77.00
(d)12 -inch
LF
N/A
$
78.00
$
78.00
(e) 16 -inch
LF
N/A
$
80.00
$
80.00
A46
Root Barrier
LF
$
25.00
$
25.00
$
50.00
A47
Schedule 40 PVC Casing Pipe
(a)4 -inch
LF
N/A
$
10.00
$
10.00
(b)6 -inch
LF
N/A
$
11.00
$
11.00
(c) 8 -inch
LF
N/A
$
12.00
$
12.00
(d) 10 -inch
LF
N/A
$
13.00
$
13.00
(e) 12 -inch
LF
N/A
$
14.00
$
14.00
(f) 14 -inch
LF
N/A
$
15.00
$
15.00
(g) 16 -inch
LF
N/A
$
16.00
$
16.00
(h) 18 -inch
LF
N/A
$
17.00
$
17.00
(i) 20 -inch
LF
N/A
$
18.00
$
18.00
(j) 22 -inch
LF
N/A
$
19.00
$
19.00
(k) 24 -inch
LF
N/A
$
20.00
$
20.00
A48
Steel casing
(a)4 -inch
LF
N/A
$
11.00
$
11.00
(b) 6 -inch
LF
N/A
$
12.00
$
12.00
(c) 8 -inch
LF
N/A
$
13.00
$
13.00
(d)10 -inch
LF
N/A
$
14.00
$
14.00
(e) 12 -inch
LF
N/A
$
15.00
$
15.00
(f) 14 -inch
LF
N/A
$
16.00
$
16.00
(g) 16 -inch
LF
N/A
$
17.00
$
17.00
(h) 18 -inch
LF
N/A
$
18.00
$
18.00
(i) 20 -inch
LF
N/A
$
19.00
$
19.00
(j) 22 -inch
LF
N/A
$
20.00
$
20.00
(k) 24 -inch
LF
N/A
$
21.00
$
21.00
Proposal Pricing Form RFP 202500
Item No.
Unit
Material Unit
Price (Furnish
only)
Unit Price to
Install only
Total Unit Price
(Furnish +
I Installation)
SECTION B -Restoration
Bl
Pavement Repair and Replacement
(a) Asphalt Road
SY
N/A
$ 75.00
$ 75.00
(b) Asphalt Driveway
SY
N/A
$ 75.00
$ 75.00
(c) Asphalt Millings
SY
N/A
$ 55.00
$ 55.00
(d) Asphalt overlay
SY
N/A
$ 55.00
$ 55.00
(e) Add. S-3 Asphalt
Ton
N/A
$ 230.00
$ 230.00
(f) Cold Mix Asphalt
Ton
N/A
$ 200.00
$ 200.00
(g) Concrete Driveway (6")
SY
N/A
$ 150.00
$ 150.00
(h) Concrete Sidewalk (4")
SY
N/A
$ 150.00
$ 150.00
(i) Concrete Curb
1. Curb and Gutter
LF
N/A
$ 75.00
$ 75.00
2. V Curb
LF
N/A
$ 75.00
$ 75.00
()Thermoplastic Striping (Yellow) FDOT Spec.
LF
N/A
$ 25.00
$ 25.00
(k)Thermoplastic Striping (White) FDOT Spec.
LF
N/A
$ 25.00
$ 25.00
(I)Concrete Driveway Paver Block
SY
N/A
$ 65.00
$ 65.00
(m) Lime rock Driveway
SY
N/A
$ 45.00
$ 45.00
(n) Asphalt sidewalk
SY
N/A
$ 75.00
$ 75.00
B2
Milling Asphalt
SYN/A
$ 40.00
$ 40.00
B3
Coquina Rock Base
CY
N/A
$ 45.00
$ 45.00
B4
Flowable Fill
(a) 0 - 4 cy (include short load fees)
CY
N/A
$ 400.00
$ 400.00
(b) 4 - 8 cy (include short load fees)
CY
N/A
$ 400.00
$ 400.00
(c) > 8cy
CY
N/A
$ 400.00
$ 400.00
B5
Miscellaneous Materials
(a) Sand
CY
N/A
$ 60.00
$ 60.00
(b) Fill
CY
N/A
$ 50.00
$ 50.00
(c) #57 Rock
CY
N/A
$ 75.00
$ 75.00
(d) Shell Rock
CY
N/A
$ 80.00
$ 80.00
(e) Suremix Concrete 80#
Bag
N/A
$ 40.00
$ 40.00
86(b)
Replacement
ESod
(a) Bahia
SY
N/A
$ j-$
6.00
Floratam
SY
N/A
_LOO
$ 6.00
$ 6.00
B7
Seed and Mulch
SY
N/A
$ 5.00 1
$ 5.00
Proposal Pricing Form RFP 202500
Item No.
Unit
Material Unit
Price (Furnish
only)
Unit Price to
Install only
Total Unit Price
(Furnish +
Installation)
(c) 60 -foot length
Equipment Hourly Rates
1.4 -inch
EA
$ 519.75
$ 9,000.00
$ 9,519.75
N/A 1
2.6 -inch
EA
$ 945.00
$ 1,000.00
$ 1,945.00
N/A
3.8 -inch
EA
$ 1,764.00
$ 11,000.00
$ 12,764.00
HR
4.12 -inch
EA
$ 3,654.00
$ 12,000.00
$ 15,654.00
SECTION D - Time and Materials Rates (TO BE USED ON T&M ORDERS ONLY)
Dl
Equipment Hourly Rates
(a) Trackhoe (specify model)
DAY
N/A 1
$ 3,500.00
$ 3,500.00
1. (medium)
HR
N/A
$
150.00
$ 150.00
2. (large)
HR
N/A
$
200.00
$ 200.00
E2
(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
$ 150.00
(f)Tandem Dump Truck (18 CY)
HR
N/A
$
160.00
$ 160.00
(g) Forklift
HR
N/A
$
1.00
$ 1.00
(h) Crew Truck with hand tools
HR
N/A
$
75.00
$ 75.00
(i) Trash Pump 3"
HR
N/A
$
10.00
$ 10.00
() 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
$
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
$
25.00
$ 25.00
D2
Crew Hourly Rates
(a) Crew Man
HR
N/A
$
85.00
$ 85.00
(b) Foreman
HR
N/A
$
95.00
$ 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
$
425.00
$ 425.00
(f) S man crew includes 1 supervisor
HR
N/A
$
570.00
$ 570.00
D3
Overtime Crew Hourly Rates
a) Crew Man
HR
N/A
$
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
$ 600.00
D4
Ni htime Crew Hourly Rates
(a) Crew Man
HR
N/A
$
125.00
$ 125.00
(b) Foreman
HR
N/A
$
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
El
Operational
(b) 4 -inch Bypass Pumping Setup and Operation
DAY
N/A 1
$ 3,500.00
$ 3,500.00
(c) 6 -inch Bypass Pumping Setup and Operation
DAY
I
N/A 1
$ 4,000.001
$ 4,000.00
(c) 12 -inch Bypass Pumping Setup and Operation
DAY
N/A 1
$ 4,800.001
$ 4,800.00
E2
Electrical
(a) Duplex Motor Control Panel, 3 - 5 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
$
64 000.00
$ 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
$ 45,000.00
$ 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
$ 15,000.001
$ 23,500.00
Proposal Pricing Form RFP 202500
Item No.
Unit
Material Unit
Price (Furnish
only)
Unit Price to
Install only
Total Unit Price
(Furnish +
Installation)
E3
Plug Valve
(a) Lever Operated, Flanged Joint (4 -inch) EA $ 1,500.00 $ 2,500.00 $ 4,000.00
(b) Hand Wheel, Flanged Joint
1.4 -inch EA $ 2,500.00 $ 2,500.00 $ 5,000.00
2.6 -inch EA $ 3,000.00 $ 3,000.00 $ 6,000.00
3.8 -inch EA $ 14,000.00 $ 4,000.00 $ 18,000.00
4.10 -inch EA $ 25,000.00 $ 5,000.00 $ 30,000.00
5.12 -inch EA $ 26,000.00 $ 6,000.00 $ 32,000.00
E4
Stainless Steel Pipe Support Stands w/ST STL Anchors (max 36" height)
(a) 2 -inch Diameter EA $ 1,500.00 $ 2,000.00 $ 3,500.00
(b) 3 -inch Diameter EA $ 1,500.00 $ 2,000.00 $ 3,500.00
(c) 4 -inch Diameter EA $ 1,500.00 $ 2,000.00 $ 3,500.00
E5
Check Valve, Outside Weight, Flanged Joint
(a) 4 -inch EA $ 2,500.00 $ 2,500.00 $ 5,000.00
(b) 6 -inch EA $ 3,000.00 $ 3,000.00 $ 6,000.00
(c) 8 -inch EA $ 14,000.00 $ 4,000.00 $ 18,000.00
(d) 10 -inch EA $ 25,000.00 $ 5,000.00 $ 30,000.00
(e)12 -inch EA $ 28,000.00 $ 6,000.00 $ 34,000.00
E6
Camlock Emergency Pump Connection & Cap
(a) 4 -inch I EA 1
$ 500.001
$ 1,000.001
$ 1,500.00
(b) 6 -inch EA
$ 500.00
1 $ 1,000.001
$ 1,500.00
E7
HDPE Vertical Discharge Piping, Fittings & Flange Adapters
(a) 4 -inch EA $ 15,000.00 $ 10,000.00 $ 25,000.00
(b) 6 -inch EA $ 18,000.00 $ 10,000.00 $ 28,000.00
(c) 8 -inch EA $ 20,000.00 $ 10,000.00 $ 30,000.00
(d) 10 -inch EA $ 25,000.00 $ 10,000.00 $ 35,000.00
(e) 12 -inch EA $ 30,000.00 $ 10,000.00 $ 40,000.00
E8
316 Stainless -Steel Horizontal Support Bracket for Discharge Piping
(a) 4 -inch EA $ 1,800.00 $ 2,500.00 $ 4,300.00
(b) 6 -inch EA $ 2,000.00 $ 2,500.00 $ 4,500.00
(c) 8 -inch EA $ 2,300.00 $ 2,500.00 $ 4,800.00
(d) 10 -inch EA $ 2,500.00 $ 2,500.00 $ 5,000.00
(e) 12 -inch EA $ 3,000.00 $ 2,500.00 $ 5,500.00
Support
E9
Pump Discharge Base, Including Anchors
(a) 4 -inch EA $ 4,000.00 $ 5,000.00 $ 9,000.00
(b) 6 -inch EA $ 4,000.00 $ 5,000.00 $ 9,000.00
(c) 8 -inch EA $ 4,000.00 $ 5,000.00 $ 9,000.00
(d) 10 -inch EA $ 4,000.00 $ 5,000.00 $ 9,000.00
E10
Epoxy Coated & Lined Reducer
(a) 4"x6" I
EA 1
$ 2,000.001
$ 2,000.00 1 $ 4,000.00
(b) 6"x8"
EA 1
$ 3,000.001
$ 3,000.001 $ 6,000.00
Ell
316 Stainless Steel SCH 40 Pump Guide Rails
(a) 2 -inch VF 1 $ 4,500.00 1
$ 2,500.001
$ 7,000.00
(b) 3 -inch I VF 1 $ 6,000.001
$ 3,000.001
$ 9,000.00
E12
316 Stainless Steel Guide Rail Upper Support Brackets w/ Hook
(a) 2 -inch I EA 1 $ 2,500.001
$ 3,000.001
$ 5,500.00
(b) 3 -inch I EA 1 $ 2,500.001
$ 3,000.00 1
$ 5,500.00
E13
316 Stainless Steel Guide Rail Intermediate Support Brackets
(a) 2 -inch
EA
$ 2,500.001
$ 3,000.001
$ 5,500.00
(b) 3 -inch
EA
$ 2,500.001
$ 3,000.00 1
$ 5,500.00
E14
316 Stainless Steel Cable Hanger Brackets
(a) 4 hook
EA $ 2,500.00 1 $ 2,500.001 $ 5,000.00
(b) 6 hook I
EA 1 $ 2,500.001 $ 2,500.001 $ 5,000.00
Maintenance
EIS
Hydroblast Interior Surfaces (per square foot)
(a) Manhole SF N/A 1 $ 50.00 $ 50.00
(b) Wet Well SF N/A 1 $ 50.001 $ 50.00
(c) Valve Vault SF N/A $ 50.001 $ 50.00
E16
Sand Blast Interior Surfaces
(a) Manhole 5F N/A N/A N/A
(b) Wet Well SF N/A N/A N/A
(c) Valve Vault SF N/A N/A N/A
E17
Valve Vault Coating (per IRCDUS Utility Spec) SF N/A N/A N/A
Proposal Pricing Form RFP 202500
Item No.
Unit
Material Unit
Price (Furnish
only)
Unit Price to
Install only
Total Unit Price
(Furnish +
Installation)
E18 Lining/Coating
(a) Manhole SF N/A N/A N/A
(b) Wet Well 5F N/A N/A N/A
(c) Valve Vault SF N/A N/A N/A
E19 Cast in Place Concrete - Repair Existing Structure (max 6' depth) CF N/A N/A N/A
E20 Hydraulic Cement Grouting & Repair - Existing Structure SF N/A N/A N/A
E21 Pressure washing SF N/A $ 50.00 $ 50.00
Coverings
E22
Aluminium Hatch Cover & Frame, H2O Load w/ 316 ST STL Hardware
(a) 36" x 46" EA $ 12,000.00 $ 5,000.00 $ 17,000.00
(b) 48" x 60" EA $ 15,000.00 $ 5,000.00 $ 20,000.00
(c) 48" x 72" EA $ 18,000.00 $ 8,000.00 $ 26,000.00
(d) 54" x 60" EA $ 24,000.00 $ 10,000.00 $ 34,000.00
(e) 64" x 72" EA $ 33,000.00 $ 10,000.00 $ 43,000.00
(f) 60" x 72" EA $ 34,000.00 $ 10,000.00 $ 44,000.00
(g)72" x 84" EA 1 $ 35,000.001 $ 10,000.00 $ 45,000.00
E23
Dip J- Vent w/ Riser & ST STL Bug Screen
(a) 4 -inch
EA
$ 500.00
$ 1,000.001
$ 1,500.00
(b) 6 -inch
EA
$ 800.00
1 $ 1,000.001
$ 1,800.00
E24
Dia USF 240 Manhole Ring, Frame & Lid
(a) 32 -inch EA $ 1,500.00 $ 2,500.00 $ 4,000.00
(b) 36 -inch EA 1 $ 3,000.001 $ 3,000.001 $ 6,000.00
(c) 50 -inch I EA 1 $ 8,000.001 $ 5,000.001 $ 13,000.00
Appurtenances
E25
Driven Metal Sheet Piling
(a) up to 10 -foot depth
LF
N/A
N/A
N/A
(b) up to 20 -foot depth
LF
N/A
N/A
N/A
E26
Structural
(a) 4" or 6" Diameter Core Bore of Reinf Conc Structure, up to 5' Depth
EA
I N/A 1
$ 4,500.001
$ 4,500.00
(b) 8" or SO" Diameter Core Bore of Reinf Conc Structure, up to 10' Depth
EA
I N/A 1
$ 5,000.00
1 $ 5,000.00
iscellaneous Materials & Subcontractors
Materials Markup (actual cost plus) Y 10
itractor Markup (actual cost plus) % 10
MEEKS PLUMBING INC
Name of Firm
5555 US HIGHWAY 1, SUITE 1
Address
VERO BEACH, FLORIDA 32967
City, State, Zip Code
PRESIDENT
Title
KYLE MEEKS - KMEEKS@MEEKSPLUMBING.COM
Phone and E-mail
Authorized Signature