Loading...
HomeMy WebLinkAbout2024-269CONTINUING 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 G3 Contracting, Inc. dba Industry Standard 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 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 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 (3o) 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 (3o) days' prior written notice to the CONTRACTOR; or (b) by the CONTRACTOR, for any reason, upon thirty (3o) 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: (1) 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 (io) 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 parry 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 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 18o1 27th 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 18o1 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: INR COUNTY as By:OTv/�wr+��-� Jo;;:. Tit anich, Jr., County Administf�'4r.' ' •• Fq COUN APPROVED AS TO FORM AND LEGAL•.'•'" SUFFICIENCY: By:_ Y ► I,�/ • CS" Jenn' r W. S .ler, County Attorney Ryan L. Butler, C1efk of Court and Comptroller Attest: �✓ Deputy Clerk (SEAL) pQ�:' (Corporate Seal) #. CONTRACTOR is a corporation or partnership, attach evidence of authority to sign) Attest: -- -- -- Name: : Title: d,` e Agreement - so Department of State Division of Corporations Search Records Search by_Entity Name Previous On List Next On List Return to List g3 iSearch = ,enis No Name History Detail by Entity Name Florida Profit Corporation G3 CONTRACTING, INC Filing information Document Number P11000047077 FEI/EIN Number 35-2411991 Date Filed 05/17/2011 Effective Date 05/16/2011 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 05/18/2018 Event Effective Date NONE Principal Address 431 COUNTY RD 415 NEW SMYRNA BEACH, FL 32168 Changed: 07/28/2021 Mailing Address 431 County Road 415 NEW SMYRNA BEACH, FL 32168 Changed: 03/11/2019 Registered Agent Name & Address GARMON, BRETT 431 County Road 415 NEW SMYRNA BEACH, FL 32168 Name Changed: 05/18/2018 Address Changed: 04/25/2024 Officer/Director Detail Name & Address Title President, Director GARMON, BRETT 431 County Road 415 NEW SMYRNA BEACH, FL 32168 Title VP, Director Breig, Jay Bryan 921 SW PINE TREE LN PALM CITY, FL 34990 Exhibit 1— Proposal Price Form Agreement - 14 Proposal Pricing Form RFP 202500 Company Name: G3 Contracting, Inc. DBA Industry Standard Pr000sal Pricine Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (h) 20 -inch LF A6 Sewer Pipe - DIP Epoxy Lined Interior for Sewer Force Mains (a) 4 -inch LF $ 53.00 $ 52.00 $ 105.00 (b) 6 -inch LF $ 43.00 $ 62.00 $ 105.00 (c) 8 -inch LF $ 55.00 $ 60.00 $ 115.00 (d) 10 -inch LF $ 65.00 $ 65.00 $ 130.00 (e) 12 -inch LF $ 88.00 $ 117.00 $ 205.00 (f) 16 -inch LF (g) 18 -inch LF (h) 20 -inch LF (i) 24 -inch LF A7 DIP Pipe, Epoxy Lined Class 52, Flanged Joint (a) 4 -inch LF $ 228.00 $ 200.00 $ 428.00 (b) 6 -inch LF $ 256.00 $ 200.00 $ 456.00 (c) 8 -inch LF $ 330.00 $ 220.00 $ 550.00 (d) 10 -inch LF $ 395.00 $ 225.00 $ 620.00 (e) 12 -inch LF $ 489.00 $ 234.00 $ 723.00 A8 PVC Gravity Sewer - 8 inch (a) 0'-6' LF (b) 6'-8' LF (c) 8'-10' LF (d) 10'-12' LF (e) 12'-14' LF A9 PVC Gravity Sewer -10 inch (a) 0'-6' LF (b) 6'-8' LF (c) 8'-10' LF (d) 10'-12' LF (e) 12'-14' LF A10 Connect to Existing Pipe (a) (<12") EA $ 1,000.00 $ 2,000.00 $ 3,000.00 (b) (>=12") EA $ 1,500.00 $ 4,000.00 $ 5,500.00 All Precast Concrete Manhole -Lined (a) 0'-6' EA (b) 6'-8' EA Proposal Pricing Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (c) 8'-10' EA (d) 10'-12' EA (e) 12'-14' EA Al2 Precast Concrete Manhole -Unlined (a) 0'-6' EA (b) U -g' EA (c) 8'-10' EA (d) 10'-12' EA (e) 12'-14' EA A13 Mechanical Joint Bell Restraints -PVC (a) 2 -inch EA $ 70.00 $ 300.00 $ 370.00 (b) 4 -inch EA $ 75.00 $ 325.00 $ 400.00 (c) 6 -inch EA $ 80.00 $ 420.00 $ 500.00 (d) 8 -inch EA $ 140.00 $ 420.00 $ 560.00 (e) 10 -inch EA $ 260.00 $ 450.00 $ 710.00 (f) 12 -inch EA $ 300.00 $ 410.00 $ 710.00 (g) 16 -inch EA (h) 18 -inch EA (i) 20 -inch EA (j) 24 -inch EA A14 Mechanical Joint Bell Restraints -Ductile Iron (a) 2 -inch EA $ 65.00 $ 200.00 $ 265.00 (b) 4 -inch EA $ 200.00 $ 200.00 $ 400.00 (c) 6 -inch EA $ 270.00 $ 200.00 $ 470.00 (d) 8 -inch EA $ 380.00 $ 200.00 $ 580.00 (e) 10 -inch EA $ 600.00 $ 350.00 $ 950.00 (f) 12 -inch EA $ 735.00 $ 400.00 $ 1,135.00 (g) 16 -inch EA (h) 18 -inch EA (i) 20 -inch EA (j) 24 -inch EA Proposal Pricing Form RFP 202500 Item Ni A15 A16 A17 A18 A19 �. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) Ductile Iron Fittings (C-153 Compact Fittings) (a) Interior Cement Lined TN $ 8,800.00 $ 4,000.00 $ 12,800.00 (b) Interior Cement Lined and Exterior Fusion Bonded Epoxy Coated TN $ 23,800.00 $ 4,000.00 $ 27,800.00 (c) Interior Epoxy Coated TN $ 23,800.00 $ 5,000.00 $ 28,800.00 Fitting Restraint (Per one (1) unit) (a) 4 -inch EA $ 68.00 $ 100.00 $ 168.00 (b) 6 -inch EA $ 85.00 $ 120.00 $ 205.00 (c) 8 -inch EA $ 113.00 $ 120.00 $ 233.00 (d) 10 -inch EA $ 200.00 $ 150.00 $ 350.00 (e) 12 -inch EA $ 210.00 $ 200.00 $ 410.00 (f) 16 -inch EA (g) 18 -inch EA (h) 20 -inch EA (i) 24 -inch EA Fitting Restraint - Stainless Steel Hardware (one (1) per unit) (a) 4 -inch EA $ 80.00 $ 100.00 $ 180.00 (b) 6 -inch EA $ 100.00 $ 120.00 $ 220.00 (c) 8 -inch EA $ 135.00 $ 120.00 $ 255.00 (d) 10 -inch EA $ 235.00 $ 150.00 $ 385.00 (e) 12 -inch EA $ 250.00 $ 200.00 $ 450.00 (f) 16 -inch EA (g) 18 -inch EA (h) 20 -inch EA (i) 24 -inch EA Tapping Sleeve and Valve (pressure test & tap included) (a) 6"x6" EA $ 3,700.00 $ 9,500.00 $ 13,200.00 (b) 8"x6" EA $ 3,800.00 $ 9,500.00 $ 13,200.00 (c) 8"x8" EA $ 5,100.00 $ 9,500.00 $ 14,600.00 (d) 10"x6" EA $ 4,000.00 $ 11,000.00 $ 15,000.00 (e) 10"x8" EA $ 5,400.00 $ 11,000.00 $ 16,400.00 (f) 12"x6" EA $ 4,500.00 $ 11,700.00 $ 16,200.00 (g) 12"x8" EA $ 5,850.00 $ 11,700.00 $ 17,550.00 (h) 12"x12" EA $ 11,000.00 $ 11,700.00 $ 22,700.00 (i) 16"x6" EA $ 7,500.00 $ 18,500.00 $ 26,000.00 Resilient Seat Gate Valve Assemblies (a) 2 -inch EA $ 1,550.00 $ 1,100.00 $ 2,650.00 (b) 4 -inch EA $ 2,103.00 $ 1,100.00 $ 3,203.00 Proposal Pricing Form RFP 202500 Item Nc A20 A21 A22 A23 �. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (c) 6 -inch EA $ 2,235.00 $ 1,200.00 $ 3,435.00 (d) 8 -inch EA $ 3,000.00 $ 1,500.00 $ 4,500.00 (e) 10 -inch EA $ 4,640.00 $ 3,000.00 $ 7,640.00 (f) 12 -inch EA $ 5,688.00 $ 4,000.00 $ 9,688.00 (g) 16 -inch EA Eccentric Plug Valve Assemblies (a) 6 -inch EA $ 2,023.00 $ 1,100.00 $ 3,123.00 (b) 8 -inch EA $ 3,200.00 $ 1,500.00 $ 4,700.00 (c) 12 -inch EA $ 6,300.00 $ 4,000.00 $ 10,300.00 (d) 16 -inch EA (e) 18 -inch EA (f) 24 -inch EA Butterfly Valve Assemblies (a) 12 -inch EA (b) 16 -inch EA (c) 18 -inch EA (d) 20 -inch EA Ball Valve Assemblies (a) 3/4 -inch EA $ 488.00 $ 200.00 $ 688.00 (b) 1 -inch EA $ 511.00 $ 200.00 $ 711.00 (c) 1 1/4 -inch EA $ 595.00 $ 200.00 $ 795.00 (d) 11/2 -inch EA $ 654.00 $ 200.00 $ 854.00 (e) 1 3/4 -inch EA $ 810.00 $ 200.00 $ 1,010.00 (f) 2 -inch EA $ 810.00 $ 200.00 $ 1,010.00 Check Valve Assemblies (a) 2 -inch EA $ 1,309.00 $ 1,100.00 $ 2,409.00 (b) 4 -inch EA $ 1,700.00 $ 1,100.00 $ 2,800.00 (c) 6 -inch EA $ 2,260.00 $ 1,200.00 $ 3,460.00 (d) 8 -inch EA $ 3,350.00 $ 1,500.00 $ 4,850.00 (e) 12 -inch EA $ 7,800.00 $ 3,600.00 $ 11,400.00 (f) 16 -inch EA (g) 18 -inch EA (h) 20 -inch EA Sanitary Sewer Services (constructed with new gravity sewer) (a) 0'-6' (single) EA (b) 0'-6' (double) EA (c) 6' -Over (single) EA Proposal Pricing Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (d) 6' -Over (double) EA A25 6" Sanitary Sewer Services - Additional Footage (a) 0'-6' LF $ 22.00 $ 100.00 $ 122.00 (b) 6' -Over LF $ 22.00 $ 120.00 $ 142.00 A26 Sanitary Sewer Services (constructed on existing sewer lines) (a) 0'-6' (single) EA $ 1,050.00 $ 10,950.00 $ 12,000.00 (b) 0'-6' (double) EA $ 1,250.00 $ 13,750.00 $ 15,000.00 (c) 6' -Over (single) EA $ 1,300.00 $ 11,200.00 $ 12,500.00 (d) 6' -Over (double) EA $ 1,700.00 $ 11,800.00 $ 13,500.00 A27 Sanitary Sewer Cleanouts (to existing sanitary sewer laterals) (a) 0'-6' (4") EA $ 600.00 $ 2,600.00 $ 3,200.00 (b) 6' -Over (4") EA $ 610.00 $ 3,190.00 $ 3,800.00 (c) 0'-6' (6") EA $ 690.00 $ 3,110.00 $ 3,800.00 (d) 6' -Over (6") EA $ 710.00 $ 3,390.00 $ 4,100.00 A28 Cleanout Ring and Cover (constructed on new or existing cleanouts) EA $ 250.00 $ 450.00 $ 700.00 A29 Water Services (a) 1 -inch (single short) EA $ 1,250.00 $ 3,000.00 $ 4,250.00 (b) 1 -inch (single long) EA $ 1,250.00 $ 3,000.00 $ 4,250.00 (c) 1 -inch (double short) EA $ 2,975.00 $ 3,000.00 $ 5,975.00 (d)1 -inch (double long) EA $ 2,975.00 $ 3,000.00 $ 5,975.00 (e) 2 -inch (single short) EA $ 3,500.00 $ 3,000.00 $ 6,500.00 (f) 2 -inch (single long) EA $ 3,570.00 $ 3,000.00 $ 6,570.00 (g) 2 -inch (double short) EA $ 3,800.00 $ 3,000.00 $ 6,800.00 (h) ch (double long) EA $ 3,900.00 $ 3,000.00 $ 6,900.00 A30 Water Services - Horizontally Drilled (a) 1 -inch (single short) EA (b)1 -inch (single long) EA (c) 1 -inch (double short) EA (d) 1 -inch (double long) EA (e) 2 -inch (single short) EA (f) 2 -inch (single long) EA (g) 2 -inch (double short) EA (h) 2 -inch (double long) EA A31 Water Services Additional Footage (a) 1 -inch HDPE Water Service LF $ 2.10 $ 200.00 $ 202.10 (b) 2 -inch HDPE Water Service LF $ 12.50 $ 200.00 $ 212.50 A32 Blow -off Assembly EA $ 2,600.00 $ 2,000.00 $ 4,600.00 Proposal Pricing Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) A33 Fire Hydrant Assembly (constructed on existing water main) EA $ 7,380.00 $ 4,500.00 $ 11,880.00 A34 Bacteriological Sample Point EA $ 500.00 $ 280.00 $ 780.00 A35 2" Manual Air Release Valve EA $ 2,500.00 $ 6,000.00 $ 8,500.00 A36 2" Automatic Air Release Valve EA $ 3,000.00 $ 5,500.00 $ 8,500.00 A37 Dewatering (a) 0'-6' LF $ 199.00 $ 199.00 (b) 6'-12' LF $ 299.00 $ 299.00 (c) 12'-18' LF $ 850.00 $ 850.00 A38 Remove Pressure Pipe (a) 3 -inch LF $ 50.00 $ 50.00 (b) 4 -inch LF $ 60.00 $ 60.00 (c) 6 -inch LF $ 60.00 $ 60.00 (d) 8 -inch LF $ 65.00 $ 65.00 (e) 10 -inch LF $ 70.00 $ 70.00 (f) 12 -inch LF $ 80.00 $ 80.00 (g) 16 -inch LF A39 Grout and Abandon Pressure Pipe (a) 3 -inch LF $ 18.00 $ 18.00 (b) 4 -inch LF $ 20.00 $ 20.00 (c) 6 -inch LF $ 22.00 $ 22.00 (d) 8 -inch LF $ 24.00 $ 24.00 (e) 10 -inch LF $ 26.00 $ 26.00 (f) 12 -inch LF $ 28.00 $ 28.00 (g) 14 -inch LF $ 29.00 $ 29.00 (h) 16 -inch LF $ 32.00 $ 32.00 (i) 18 -inch LF $ 35.00 $ 35.00 (j) 20 -inch LF $ 38.00 $ 38.00 (k) 22 -inch LF $ 45.00 $ 45.00 (I) 24 -inch LF $ 55.00 $ 55.00 A40 Remove Sanitary Sewer Main (a) 8 -inch LF $ 89.00 $ 89.00 (b) 10 -inch LF $ 120.00 $ 120.00 (c) 12 -inch LF $ 130.00 $ 130.00 (d) 18 -inch LF (e) 24 -inch LF A41 Grout and Abandon Sanitary Sewer Main (a) 8 -inch LF $ 25.00 $ 25.00 Proposal Pricine Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (b) 10 -inch LF $ 28.00 $ 28.00 (c) 12 -inch LF I $ 30.00 $ 30.00 (d) 18 -inch LF $ 42.00 $ 42.00 (e) 24 -inch LF $ 50.00 $ 50.00 A42 Remove Sanitary Sewer Manhole (a) 0'-6' EA (b) 6'-8' EA (c) 8'-10' EA (d) 10'-12' EA (e) 12'-14' EA A43 Outside drop on Manhole (a) 6'-8' EA (b) 8'-10' EA (c) 10'-12' EA A44 2" Jumper Connection EA $ 3,000.00 $ 4,500.00 $ 7,500.00 A45 Asbestos Pipe Abatment (a) 6 -inch LF (b) 8 -inch LF (c) 10 -inch LF (d) 12 -inch LF (e) 16 -inch LF A46 Root Barrier LF $ 32.00 $ 13.00 $ 45.00 A47 Schedule 40 PVC Casing Pipe (a) 4 -inch LF $ 4.20 $ 45.00 $ 49.20 (b) 6 -inch LF $ 7.90 $ 45.00 $ 52.90 (c) 8 -inch LF $ 12.40 $ 60.00 $ 72.40 (d) 10 -inch LF (e) 12 -inch LF (f) 14 -inch LF (g) 16 -inch LF (h) 18 -inch LF (i) 20 -inch LF (j) 22 -inch I LF Proposal Pricing Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (k) 24 -inch LF A48 Steel casing (a) 4 -inch LF SY (b) 6 -inch LF 310.00 (c) 8 -inch LF 310.00 (d) 10 -inch LF (b) Asphalt Driveway (e) 12 -inch LF $ (f) 14 -inch LF $ (g) 16 -inch LF (h) 18 -inch LF SY (i) 20 -inch LF 295.00 (j) 22 -inch LF 295.00 (k) 24 -inch LF SECTION B -Restoration 61 Pavement Repair and Replacement (a) Asphalt Road SY $ 310.00 $ 310.00 (b) Asphalt Driveway SY $ 330.00 $ 330.00 (c) Asphalt Millings SY $ 295.00 $ 295.00 (d) Asphalt overlay SY $ 282.00 $ 282.00 (e) Add. S-3 Asphalt Ton $ 390.00 $ 390.00 (f) Cold Mix Asphalt Ton $ 295.00 $ 295.00 (g) Concrete Driveway (6") SY $ 250.00 $ 250.00 (h) Concrete Sidewalk (4") SY $ 215.00 $ 215.00 (i) Concrete Curb 1. Curb and Gutter LF $ 85.00 $ 85.00 2.'D'Curb LF $ 75.00 $ 75.00 (j)Thermoplastic Striping (Yellow) FDOT Spec. LF $ 60.00 $ 60.00 (k)Thermoplastic Striping (White) FDOT Spec. LF $ 60.00 $ 60.00 (I)Concrete Driveway Paver Block SY $ 210.00 $ 210.00 (m) Lime rock Driveway SY $ 40.00 $ 80.00 $ 120.00 (n) Asphalt sidewalk SY $ 310.00 $ 310.00 62 Milling Asphalt SY $ 189.00 $ 189.00 63 Coquina Rock Base CY $ 75.00 $ 80.00 $ 155.00 64 Flowable Fill (a) 0 - 4 cy (include short load fees) CY $ 675.00 $ 675.00 (b) 4 - 8 cy (include short load fees) CY $ 675.00 $ 675.00 Pronosal Pricine Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (c) > 8cy CY $ 650.00 $ 650.00 B5 Miscellaneous Materials (a) Sand CY $ 30.00 $ 80.00 $ 110.00 (b) Fill CY $ 45.00 $ 80.00 $ 125.00 (c) #57 Rock CY $ 40.00 $ 80.00 $ 120.00 (d) Shell Rock CY $ 40.00 $ 80.00 $ 120.00 (e) Suremix Concrete 80# Bag $ 9.50 $ 80.00 $ 89.50 B6 Sod Replacement (a) Bahia SY $ 4.30 $ 1.50 $ 5.80 (b) Floratam SY $ 5.90 $ 1.60 $ 7.50 B7 Seed and Mulch SY $ 2.50 $ 2.00 $ 4.50 10 Proposal Pricing Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (b) 40 -foot length 1.4 -inch EA $ 420.00 $ 8,800.00 $ 9,220.00 2.6 -inch EA $ 760.00 $ 9,000.00 $ 9,760.00 3.8 -inch EA $ 1,300.00 $ 10,500.00 $ 11,800.00 4.12 -inch EA $ 21740.00 $ 12,500.00 $ 15,240.00 (c) 60 -foot length 1.4 -inch EA $ 630.00 $ 10,500.00 $ 11,130.00 2.6 -inch EA $ 1,140.00 $ 11,000.00 $ 12,140.00 3.8 -inch EA $ 1,950.00 $ 12,500.00 $ 14,450.00 4.12 -inch EA $ 4,110.00 $ 15,000.00 $ 19,110.00 11 Proposal Pricing Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (e) 4 man crew includes 1 supervisor HR E1 $ 380.00 $ 380.00 (f) 5 man crew includes 1 supervisor HR I $ 445.00 $ 445.00 D3 Overtime Crew Hourly Rates 550.00 $ 550.00 (c) 6 -inch Bypass Pumping Setup and Operation DAY (a) Crew Man HR $ 97.00 $ 97.00 (b) Foreman HR $ 150.00 $ 150.00 $ (c) Supervisor HR $ 180.00 $ 180.00 (d) 3 man crew includes 1 supervisor HR $ 472.00 $ 472.00 $ (e) 4 man crew includes 1 supervisor HR $ 570.00 $ 570.00 (b) Duplex Motor Control Panel, 3 -10 HP, Three Phase, 240 Volts (f) 5 man crew includes 1 supervisor HR $ 668.00 $ 668.00 D4 Nightime Crew Hourly Rates c Duplex Motor Control Panel, 5 -10 HP, Three Phase, 480 Volts EA $ 48,300.00 $ 20,000.00 (a) Crew Man HR $ 97.00 $ 97.00 54,000.00 (b) Foreman HR $ 150.00 $ 150.00 EA (c) Supervisor HR $ 180.00 $ 180.00 (d) 3 man crew includes 1 supervisor HR $ 472.00 $ 472.00 $ (e) 4 man crew includes 1 supervisor HR I $ 570.00 $ 570.00 (f) 5 man crew includes 1 supervisor HR I $ 668.00 $ 668.00 Section E: Lift Station E1 Operational (b) 4 -inch Bypass Pumping Setup and Operation DAY $ 550.00 $ 550.00 (c) 6 -inch Bypass Pumping Setup and Operation DAY $ 720.00 $ 720.00 (c) 12 -inch Bypass Pumping Setup and Operation DAY $ 1,150.00 $ 1,150.00 E2 Electrical (a) Duplex Motor Control Panel, 3 - 5 HP, Single Phase, 240 Volts EA $ 38,400.00 $ 17,000.00 $ 55,400.00 (b) Duplex Motor Control Panel, 3 -10 HP, Three Phase, 240 Volts EA $ 38,700.00 $ 18,000.00 $ 56,700.00 c Duplex Motor Control Panel, 5 -10 HP, Three Phase, 480 Volts EA $ 48,300.00 $ 20,000.00 $ 68,300.00 (d) Duplex Motor Control Panel, 15 - 25 hp, Three Phase, 480 Volts w/ Soft Starts EA $ 54,000.00 $ 24,500.00 $ 78,500.00 (e) Duplex Motor Control Panel, 30-100 hp, Three Phase, 480 Volts w/Soft Starts EA $ 89,900.00 $ 29,000.00 $ 118,900.00 (f) Install Meter Can & Disconnect EA $ 7,000.00 $ 3,800.00 $ 10,800.00 E3 Plug Valve (a) Lever Operated, Flanged Joint (4 -inch) EA $ 1,200.00 $ 1,100.00 $ 2,300.00 (b) Hand Wheel, Flanged Joint 1.4 -inch EA $ 1,200.00 $ 1,100.00 $ 2,300.00 2.6 -inch EA $ 1,550.00 $ 1,200.00 $ 2,750.00 3.8 -inch EA $ 1,850.00 $ 1,500.00 $ 3,350.00 4.10 -inch EA $ 5,400.00 $ 3,000.00 $ 8,400.00 5.12 -inch EA $ 5,800.00 $ 4,000.00 $ 9,800.00 12 Proposal Pricing Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) E4 Stainless Steel Pipe Support Stands w/ST STL Anchors (max 36" height) (a) 2 -inch Diameter EA $ 1,400.00 $ 350.00 $ 1,750.00 (b) 3 -inch Diameter EA $ 1,400.00 $ 350.00 $ 1,750.00 (c) 4 -inch Diameter EA $ 1,400.00 $ 350.00 $ 1,750.00 E5 Check Valve, Outside Weight, Flanged Joint (a) 4 -inch EA $ 1,620.00 $ 1,200.00 $ 2,820.00 (b) 6 -inch EA $ 2,300.00 $ 1,300.00 $ 3,600.00 (c) 8 -inch EA $ 3,350.00 $ 1,600.00 $ 4,950.00 (d) 10 -inch EA $ 5,200.00 $ 3,000.00 $ 8,200.00 (e) 12 -inch EA $ 7,700.00 $ 4,100.00 $ 11,800.00 E6 Camlock Emergency Pump Connection & Cap (a) 4 -inch EA $ 380.00 $ 1,200.00 $ 1,580.00 (b) 6 -inch EA $ 490.00 $ 1,400.00 $ 1,890.00 E7 HDPE Vertical Discharge Piping, Fittings & Flange Adapters (a) 4 -inch EA $ 1,300.00 $ 6,900.00 $ 8,200.00 (b) 6 -inch EA $ 1,600.00 $ 8,200.00 $ 9,800.00 (c) 8 -inch EA $ 2,900.00 $ 8,000.00 $ 10,900.00 (d) 10 -inch EA $ 3,500.00 $ 8,000.00 $ 11,500.00 (e) 12 -inch EA 1 $ 5,900.00 1 $ 8,600.00 1 $ 14,500.00 E8 316 Stainless -Steel Horizontal Support Bracket for Discharge Piping (a) 4 -inch EA $ 1,600.00 $ 400.00 $ 2,000.00 (b) 6 -inch EA $ 1,600.00 $ 400.00 $ 2,000.00 (c) 8 -inch EA $ 1,650.00 $ 430.00 $ 2,080.00 (d) 10 -inch EA $ 1,700.00 $ 490.00 $ 2,190.00 (e) 12 -inch EA $ 1,800.00 $ 550.00 $ 2,350.00 Support E9 Pump Discharge Base, Including Anchors (a) 4 -inch EA $ 1,700.00 $ 1,800.00 $ 3,500.00 (b) 6 -inch EA $ 1,950.00 $ 2,000.00 $ 3,950.00 (c) 8 -inch EA $ 2,700.00 $ 2,500.00 $ 5,200.00 (d) 10 -inch EA $ 5,800.00 $ 2,900.00 $ 8,700.00 E10 Epoxy Coated & Lined Reducer (a) 4"x6" EA $ 800.00 $ 450.OU $ 1,250.00 (b) 6"x8" EA $ 1,200.00 $ 450.00 $ 1,650.00 E11 316 Stainless Steel SCH 40 Pump Guide Rails (a) 2 -inch VF $ 32.50 $ 20.00 $ 52.50 (b) 3 -inch VF $ 68.00 $ 22.00 $ 90.00 13 Proposal Pricing Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) E12 316 Stainless Steel Guide Rail Upper Support Brackets w/ Hook (a) 2 -inch EA 1 $ 210.00 $ 250.00 $ 460.00 (b) 3 -inch EA $ 295.00 $ 250.00 $ 545.00 E13 316 Stainless Steel Guide Rail Intermediate Support Brackets (a) 2 -inch EA $ 275.00 $ 400.00 $ 675.00 (b) 3 -inch EA $ 535.00 $ 400.00 $ 935.00 E14 316 Stainless Steel Cable Hanger Brackets (a) 4 hook EA $ 140.00 $ 350.00 $ 490.00 (b) 6 hook EA $ 240.00 $ 400.00 $ 640.00 Maintenance E15 Hydroblast Interior Surfaces (per square foot) (a) Manhole SF $ 5.50 $ 5.50 (b) Wet Well SF $ 5.50 $ 5.50 (c) Valve Vault SF $ 5.50 $ 5.50 E16 Sand Blast Interior Surfaces (a) Manhole SF $ 12.00 $ 12.00 (b) Wet Well SF $ 12.00 $ 12.00 (c) Valve Vault SF $ 12.00 $ 12.00 E17 lValve Vault Coating (per IRCDUS Utility Spec) SF $ 12.00 $ 12.00 E18 Lining/Coating (a) Manhole SF $ 28.00 $ 28.00 (b) Wet Well SF $ 28.00 $ 28.00 (c) Valve Vault SF $ 27.00 $ 27.00 E19 Cast in Place Concrete - Repair Existing Structure (max 6' depth) CF $ 33.00 $ 33.00 E20 Hydraulic Cement Grouting & Repair - Existing Structure SF $ 15.00 $ 15.00 E21 Pressure Washing SF $ 5.50 $ 5.50 Coverings E22 Aluminium Hatch Cover & Frame, H2O Load w/ 316 ST STL Hardware (a) 36" x 46" EA $ 3,900.00 $ 3,900.00 (b) 48" x 60" EA $ 6,200.00 $ 6,200.00 (c) 48" x 72" EA $ 9,000.00 $ 9,000.00 (d) 54" x 60" EA $ 8,500.00 $ 8,500.00 (e) 64" x 72" EA 1 $ 13,000.00 $ 13,000.00 (f) 60" x 72" EA $ 12,000.00 $ 12,000.00 (g)72" x 84" EA $ 15,000.00 $ 15,000.00 E23 Dip 1- Vent w/ Riser & ST STL Bug Screen (L4 -inch EA $ 2,750.00 $ 2,250.00 $ 5,000.00 14 Pr000sal Pricine Form RFP 202500 Item No. Unit Material Unit Price (Furnish only) Unit Price to Install only Total Unit Price (Furnish + Installation) (b) 6 -inch EA $ 3,725.00 $ 2,250.00 $ 6,000.00 E24 Dia USF 240 Manhole Ring, Frame & Lid (a) 32 -inch EA $ 750.00 $ 1,800.00 $ 2,550.00 (b) 36 -inch EA $ 1,600.00 $ 2,500.00 $ 4,100.00 (c) 50 -inch EA $ 4,000.00 $ 3,400.00 $ 7,400.00 Appurtenances E25 Driven Metal Sheet Piling (a) up to 10 -foot depth LF $ 390.00 $ 390.00 (b) up to 20 -foot depth LF E26 Structural (a) 4" or 6" Diameter Core Bore of Reinf Conc Structure, up to 5' Depth EA $ 420.00 $ 420.00 (b) 8" or 10" Diameter Core Bore of Reinf Conc Structure, up to 10' Depth EA $ 1,250.00 $ 1,250.00 SECTION F : Miscellaneous Materials & Subcontractors F1 10ther Materials Markup (actual cost plus) I % 15.00% F2 ISubcontractor Markup (actual cost plus) % 15.00% G3 Contracting, Inc. DBA Industry Standard Name of Firm 431 C.R. 415 Address New Smyrna Beach, FI, 32168 City, State, Zip Code V. P. Title 772-298-9263, Jbreig@is-standard.com Phone and E-mail Authorized Signature 15