Law Offices 311 South Second Street Suite 200 FortPierce,' FL34950 NEILL GRIFFIN MARQUIS OSKING, PLLC Richard V.N Neill (1934-2023) Richard V.Neill,) r.+* Renéel Marquis-Abrams Ian) Eielson Osking Brandon! M.I Hale Matthew C.I London Mailing Address: Post Officel Box 1270 Fort Pierce, FL34954-1270 Telephone: (772) 464-8200 Fax: (772)464-2566 *Board Certified Wills, Trusts, and EstatesI Lawyer *Certified Circuit Civi./County Court Mediator +Board Certified Civil" Triall Lawyer Mayor William G. Thiess 2512 Lightlewood Lane Fort Pierce, Florida 34946 Ms. Ingrid M. Van Hekken 304 Anchor' Way Fort Pierce, FL 34946 Ms. Lisa K. Price 2601 N. Indian River Drive, Apt 1 Fort Pierce, FL3 34946 February 12, 2025 Mr. Dale Reed 2811 North Indian River Drive Fort Pierce, FL 34946 Mr. John Langel 2511 North Indian River Drive Fort Pierce, FL 34946 Paul Sinnott 3111 North Indian River Drive St. Lucie Village, FL34946 RE: Town of St. Lucie Village - February meeting Mayor Thiess and Board Members: Please accept the following as our attorney's report for the December 17th meeting. 1. Phase ISewer Project-1 Informational Meeting. I'm enclosing for your reference a copy 2. Airport Update/Discussion - Cameron Howard. Mr. Howard will attend for an airport 3. Ordinance 2024-9 regarding Annexing 231 Olson Ave. (Lewis) -f finalreading. Mr. Lewis 4. Request for Conceptual Approval regarding.parcel at Shimonek Lane (Pantelidis) Rick Lynch and Chris Langel will be asking you for conceptual approval of their conceptual plan for their property. See the enclosed aerials showing the property and proposed lots. oft the form letter that was sent. update/discussion has paid the cost deposit. Ac copy of the Ordinance is enclosed. Mayor and Board of Aldermen Page 2 February 18, 2024 5. Piggyback Contract with CK Construction and Development -l Iwill be asking you to authorize Bill to sign the contract, a copy of which is enclosed, when we're ready to proceed. I'm also enclosing the referenced Exhibit and the bid documents. 6.! Informational items. The following are for your information and will only carry forward inr my report if they remain pending for my further ttention/nyolvement. School Boundary. Bill and I did meet with the Houstons and the surveyor; and, ii. Zoningqueries. My response to a query about Parcel 1421-701-0009-000-1 I'm working on a form of agreement. (Fageeh) is enclosed. iii. Lien queries. None. iv. Heritage Preserve Boundary Issue. No update. V. Occupational Licenses. Ineed to present updated ordinances on licenses and vi. Memorandum of Understanding with FPUA. We're still pending FPUA legal vii. Sun Camper. The fine hearing was conducted and a fine imposed. Ibelieve that zoning compliance. review. Mr. Danks is also working on submitting a site plan. Do feel free to call ift there's anything you want to discuss with me before the meeting. With best regards. Richard V. RVNjr/dw Enclosures @ CC: Paulette T. Burgess, Acting Clerk (w/encls.) Carl Peterson, Building Official (w/encls.) Cathy Townsend (w/encls.) Wesley Taylor (w/encls.) Leon Ghougasian, Marshal (w/encls.) UCH Jown oBSt. ducie Village P.O. BOX 3878+FORT PIERCE, FLORIDA 34948-(72,466-5900 February4, 2025 Richard' VNeillJr 4201 MILTONF RD Fort Pierce, FL 34946 Re: Septic to Sewer Project related tol Parcell No(s).: 1421-801-0011-000-5 1421-802-0001-000-5 St. Lucie Village Property Owners and St. Lucie County Neighbors, Thel Town of St. Lucie Village Board of Aldermen has had remarkable success in obtaining legislative appropriations and grant fundingto design, permit, and construct sewage collection. systems int the Village. This will be ap pressure system with small pump stations ate eachr residence ands small diameter (mostly: 2") force mains. There will be three phases of this project: Phase 1-A ALL properties east of Old Dixie Highway and accessed by St. Lucie. Lane, Chamberlin Phase 2-A All properties east of Old Dixie Highway and accessed by Torpey and Rouse Roads Phase 3- AlL properties ont thev wests side of Old Dixie Highway and properties east of OldI Dixie Design and permitting of Phase 1 wasi funded bye af federal grant provided through the American Rescue Plan Act. That work has been completed. Construction oft the Phase 11 force mains will be 100%1 funded by an Indian Riverl Lagoon' Water Quality Grant. Design of Phase: 2 sewer mains is being completed with 50%1 funding froma as statel legislative appropriation and 50% Village funds. Twor more Indian River Lagoon Water Quality Grant applications havel beens submitted, one for home-to-force main connections in Phase 1 and the otherf for construction of Phase 21 force mains. We will likely! be submitting grant Yous are receiving this letter because: your propertyi isi in Phase 1, where construction of sewer force mainsi isf fullyf funded. This construction is expected tol begint this year inl May ands should take approximately nine months tol be completed. There will be no cost toy youf for this work, but there may be minori inconveniences during construction. Thesei inconveniences will be minimized by using directional drilling andi requiring contractors to maintain traffici flow around worka areas. Most of this workv will be within road rights-of-way. Contractors will be required to avoid or minimize damage to driveways, landscaping, mailboxes, or other facilities int ther right-of-way or on private property. Any. damaged propertyv will be restored toy pre-construction: condition. This Phase 1 sewer project willi include several homesi in unincorporated: St. Lucie County on Hunt/ Avenue and Chamberlin Boulevard that are adjacent There are: several areas in Phase 1 where the' Village does not have right-of-way to construct force mains andy will need property owners tos grant utility easements. One areai is on North Indian River Drive north of the: 3105 ddress.A10-oot-wide easement on the easts side oft the road will be requested int this area. Oesignated. aa a Historic ODiathict on Wational Regiatez of Jistoric Placea on ORc. 1, 1989 Boulevard, orl Milton Road that are accessed by Shimonek Lane. applications for Phase 3 design, permitting, and construction nexty year. tof forcer mains neededi to serve homesi in St. Lucie Village. Other areas are: 25151 North Indian! River Drive (at St. Lucie Lane), and properties accessed by North Indian River Drive south of St. Luciel Lane. If any ofy your neighbors must passt through your property to access their property,your may! be asked to grant a utility easement ony your property for them to have access to sewer service. Ifa any oft these scenarios apply toy your property, you will be contacted: about the easement location and execution of documents necessary1 for granting ane easement. Once construction oft thei force mains is completed, additional work andi facilities will be needed to connect homest tot thef force main. Thisi includes installation ofa as small pump station, a service linei from thep pump stationi to as service boxi int ther right-of-way or easement, connection of thes service box tot the force main, and decommissioning: of the septic tank. The cost of these facilities fore each home is approximately $9,500, and we are pursuing grants tof fundt this. Homes needing exceptionally long service lines mayl have additional costs. Connection to the sewer system will require each property owner tos sign an annexation agreement that states their property will bes subject to annexation byt the City of Fort Pierce onlyi int the unlikely event that St. Lucie Village ceases to be ani incorporated town, and the property becomes contiguous with a City of Fort Pierce property. Connection tot the sewer system will not ber mandatory, butp property owners should keepi in mindt that current Statel law will require homes inc our area that are served bys septic tankst tol be either connected" to a sewer system or to replace the septict tanks with expensive nutrient removal onsite wastewater treatment systems by 2030.Thel Village and our consultants have beenv working! hard to make as sewer system available to our residents as av very The Village Boardi intends to schedule as special meeting att the Town Hall, 2814 Old Dixie Highway, at 6:00 PM on February 181 to discuss thep project and answer any questions your may have. Notice of the date andt time for thist meetingy will be posted ont the St. Lucie Village website sttuclevilagerlgov, posted int the' Villager message boxes, ande emailedi to our "Village People" email group. Ify you are noti int this email group, please email our Town Clerk at paulette.burgess@atuclevlaget.go or call Paulette at 772-295- Wel look forwardt to working with our residents and St. Lucie County neighbors toward completing this affordable option tor meett this 2030 State requirement. 7174 and she will add yout tot thee email group. Phase 11 forcer main construction project. Bill Thiess, Mayor Oesignated aa a diatoric District On Wational Register of Jlistoric Placea on Oec. 1, 1989 ORDINANCE 2024-9 AN ORDINANCE ANNEXING CERTAIN REAL PROPERTY OWNED BY MICHAEL S. LEWIS, INTO THE MUNICIPAL LIMITS OF THE TOWN OF ST. LUCIE VILLAGE, FLORIDA. WHEREAS, Michael S. Lewis, is the owner. of a tract of land described in attached Exhibit "A", which property is in the unincorporated area of St. Lucie County but contiguous to the Town of St. Lucie Village, Florida and reasonably compact; and WHEREAS, Michael S. Lewis has petitioned the Board of Aldermen to have the property annexed into the Town of St. Lucie Village, Florida and annexation would not create enclaves; and WHEREAS, $171.044, Fla. Stat., specifies the procedure for voluntary annexation of real property into a municipality; and WHEREAS, the terms and provisions of $171.044, Fla. Stat., have been met, including publication of notice and providing a copy of this Ordinance, via certified mail return receipt requested, to the St. Lucie County Board of County Commissioners. NOW, THEREFORE, the Board of Aldermen of the Town of St. Lucie 1. The above-described land, which is more particularly described in Exhibit "A" attached hereto and incorporated herein, is hereby added to, taken into, made a part of, and annexed into the municipal limits of the Town of St. Lucie Village, Florida, and the municipal limits thereby redefined to include said property, the correct legal description of which is encompassed in attached Exhibit "A". A map depicting said property is also attached as Exhibit "B". Village, Florida hereby ordains: A complete legal description by metes and bounds is attached as Exhibit "C". 2. Said property is deemed to fall within the current R-1 residential zoning with one single family residence permitted. Circuit Court of the St. Lucie County, the Chief Administrative Officer of St. Lucie County, and the Department of State within seven 3. A copy of this Ordinance shall be filed with the Clerk of the (7) days after adoption of the Ordinance. 4. This Ordinance shall become effective upon passage. PASSED AND APPROVED by the Board of Aldermen of the Town of St. Lucie Village on this day of February, 2025. APPROVED: BOARD OF ALDERMEN OF THE TOWN OF ST. LUCIE VILLAGE, FLORIDA By: William G. Thiess, Mayor ATTESTED: By: Paulette Burgess, Acting Clerk I, Paulette Burgess, Clerk of the TOWN OF ST. LUCIE VILLAGE, FLORIDA, do hereby certify that this is a true and accurate copy of Ordinance 2024-9 which was duly introduced, read and adopted at the regular meeting of the Board of Aldermen of the TOWN OF ST. LUCIE VILLAGE, FLORIDA, held this day of February, 2025. Paulette T. Burgess, Acting Clerk 86-5-15 sy M le: lendioa sl-edirossé steped sivsiope) STEWART TITLE OF ST. LUCIE COUNTY * * 805 Virginia Ave, Ste. 23 Ftx Pierce, Florida 34982 Tha Matet Preart w: STEWART TITLE QE ST. LUCIE COUNTY SAME AS ABOVE Peity Aepralors Purl loutiestien (Follo)! Munbits): 1433-502-0019-009/0 WAMPANY MAY vo mie OKEO. Exhibit A 894979 g* BC ABOVE n MMEA FOE MOCEE DATA SPE TS OA MCORON DATA This Warranty Deed Sailas she jt day af uns RICHARD R. PARNELL. AND: ANGELENE. M4 PARNELL: HIS WIFE DENNIS M. PAGANUCCI AND: VERONIÇA Le PAGANUCCI, HIS WIFE 158 hy hereinajtive fullel ias sranitor, to hetebrafter Edlel the Arante whose postufiras udalresi *s 131 ST. LuLE Avi., P PIERCE, FIA- 34950 e wibt Keyeriensas d Fs t l MEr. a inan a Me T ny BV shi * Pitaun sd Witnesseth: Thit the utilot Qur and. ia vsferituin d ihe sun ds 10.00. anl. othar ruluible vosidlerntiuns: venmpt: arhereil is lierehas" ack kel ubil. berhy mrenks baryuins, sells. aliens, re mises releases. pAGPNS. mul cmfirnis aula he geanten al dint srliln land stunte: in: St. Lucie LOT 20, and the East 8 feet, of LOT 22x OLSON'S SUBDIVISION, according to the Plat thereof recorded in. PTat Book 8, Page 59, Public Records of Sta Lucie: County, Flgrida. SUBJECT TO: Restrictions, reseryations, conditions, and easements of record; AIT govermmental zoning: regulations, resolutions, and Suunty, Florula, : ordinances. Together il all the lenements; hereditamerits and apparienances ihperlo belonging or in any- And thé prantot herehy couenanis urih. said granter thal the grantor ix lawfully seized of said land n jpes simpless that the grantor has good Aght and lauful authurity le sell and conpey said land: that the granidr hereby jully uarranti the titl tu aad land and Dill délend the same againal the lawjul claimao o at persons uhomaorver ands that said land i fre of all ehcumbranres excep!' taxis accruing subsequent In. Witness Whereof, the d araritor has signed and sraled these presents. the day and year inise ppelaining: To Have and to Hold, the fame n fee simple foresee tos Prcember 3. 1987 * fini abuse writien. Signed. sealed and delivered in our presences dunly RC Codyat STATE*IF Florida COLNTY SF St. Lucie RIPaf &Ke HEREBY CERTIFY that 04 this day, befare me, an officer duly autherierd w she Stase aforcaid and. in jhe County. aloreuaid, to take acknowldgmens; personally appeared to me known: a be the person desribed. in and: whg execuied ihe foresoing instyument and he acknowkdged Richard Re Parnell, a married man before e that he executed the same. WITNESS hand offiial AD19 88 806589 PAGF 711 and: yat MTARE pusi MI EKP. ATE aEC; FLORIDS 2,149 MAAAL 185, 0. isston Exptre my and seal in the Cbuaty State lait sforaid thie day ol gume STEKART THE o Signed, sesled and delivered: in bur presence: tk lislit Spy Mol "STATE OF Missouk COUNTY OF Jackson Ongline m. Parnel? Angelekg M. Parnelr 1 Hèreby Certify that on this day, before me, an officer duly authorized in the. State aforesaid and in the County, aforesaid to. take acknowledgments, personally appeared. ANGELENE MK PARNELL: a married woman to me known to be the person described in' and. who. exeçuted the foregping instrument and: she acknowledged beforé me that she. executed. Witness my band and official seal in the County and State Jast aforésaid thisy20 the same. day of May, 1988. LGE 4, iFAK s-9 Notary Public My Commission Expires: NO9 BLISTATE AXSON CVATY 894979 N-29211 FILED-AND: STLUCIE COLNT B0x589 hE 712 Exhibit B D S 5 WICKWAY NUS Exhibit C Legal description by metes and bounds: Begin at the Northeast corner of Lot 22, Olson's Subdivision, according to the Plat thereof in Plat Book 8, page 59, Public Records of St. Lucie County, Florida, thence run easterly along the North boundary of Lot 20 at said Subdivision to its Northeast corner, thence southerly along the East Boundary of said Lot 20 to its Southeast corner, thence westerly along said Lot's South boundary to its Southwest corner, thence continue westerly along the South boundary of Lot 22 of said Subdivision a distance of 8 feet, thence northerly to the point on the North boundary of Lot 22 which is 8 feet from said Lot's Northeast corner, thence easterly along Lot 22's North boundary to the point of beginning. 1433-130-0008-000-5 529.23 e Ds sis 105.55 PARCEL IDE 1434322-0001-000-2 PARCELID# 1434.320-000-000-9: 311.47 PARCEL IDE 1434.320.0001-0006 RICKLYNCH ST.LUCIEV VILLAGE PARCEL PARCELID* 1433-130-0003-00-5 529. LOT4 2.23ACRES.+ 516.53 de e l ss LOT3 2.19ACRES, LOT2 2.15A ACRES,- 477.74" LOT1 2.50ACRES,"- 105.55 PARCEL ID# 1434312.0001-000-2 PARCELID* 1434.320-000-000.9 311.47 PARCELI IDE 1434-320.0001-0008 RICKLYNCH PROPOSEDLOTLAYOUT ST.LUCIE Richard Neill From: Sent: To: Cc: Subject: Attachments: Ms. Martinez, Richard Neill dawn kusic Monday, January 27, 20254:31PM William Thiess; Paulette Burgess; 'David' Whitney' Questions Parcel 1421-701-009-00lem: FW: Questions Parcel 14-21-701-0009-0001- - St Licie Village zoning questions Your communication directed to the Village clerk has been forwarded to me, the Village Attorney, for response. For reference, here is a link to the St. Lucie Village Land Development Code )posted on our website and to the St. Lucie Village comprenensive Plan htpsy/studevlaeliowntsbs/0202EM4A-lamaDanéDevelopmentCalendi hitps/stluie/laselgovwpsonemauhat96AV/9PComerehensiwePamindn, l'am generally familiar with this parcel and can tell you that both zoning and land use are commercial on US 1a and residential on Old Dixie Highway. The dividing line is in the middle. While Icannot tell you how the Board of Aldermen would address a formal request to change zoning, Ican tell you that the Board has never rezoned or indicated a willingness to rezone residential property to commercial; and, Ican'te expect that it would be willing to do SO on this property, because it would set a precedent. That said, if you wanted to actually talk to the Board about your concept and geta "conceptual" reaction, that is something we could do at one of the Board's regular monthly meetings. The Village does not have full time staff, such as a Zoning and Planning Department, to answer more particular questions. When we get to the point of considering site plans, the Village's retained engineer will get involved, at the property owner's cost, and review submittals and advise the applicant and our governing board on requirements. Ican, however, give you a couple of further comments. As far as tree mitigation, the Land Development Code provides for tree preservation and addresses landscaping, including credits. Typically, one would expect the issue to be addressed during the site plan process. The site plan requirements are included in the LDC. We have no local historic preservation ordinance that would apply. Ihope that this is helpful. Sincerely, Richard V. Neill, Jr. Town. Attorney Town of St. Lucie Village, Florida Neill Griffin Marquis Osking, PLLC Post Office Box 1270 Ft. Pierce, FL 34954 Telephone: 772-464-8200 Fax: 772-464-2556 richard.nell@stlucevllager.gov Please Note: Florida has a very! broad public records laws. Most written communications to or from. myself of Village officials regarding Village business are public records available to the public and media upon request. It is the policy of St. Lucie Village that all Village records shall be open for personal inspection, examination and/or copying. Your e-mail communications will be subject to public disclosure unless an exemption applies to the communication. Ify you received this email in error, please notify the senderby reply e-mail and delete all materials from all computers. From: Paulette Burgess pauette.Durgessestucevlagel.gov Sent: Monday, January 20,20255:06PM richard.nell@stiuctevilager.gov> Subject: Fw: Questions Parcel 14-21-701-0009-0001 Please see attached for answers on property. To: Carl Peterson car.peterson@stucclevllaget.ovo; William Thiess wllam.thess.@stiuclevllager.govo; Richard Neill Best regards, Paulette Burgess Get Outlook for Android 2 VENDOR AGREEMENT BETWEEN THE TOWN OF ST.LUCIE VILLAGE AND CKCONTRACTORS AND DEVELOPMENT, LLC ANNUAL UTILITYI LABOR SERVICES Piggyback Competitive Award This Vendor Agreement (hereinafter Agreement"): isi made and entered into as ofthe date last entered below by and between the Town of St. Lucie Village, a Florida municipal corporation, (hereinafter Village") and CK Contractors and Development, LLC, a North Carolina limited liability corporation (hereinafter Vendor"). Village and Vendor may also be referred to herein individually as a "party" or collectively as the "parties." Vendor may also be referred to as "Contractor" or "supplier" herein ori ini related documents. WHEREAS, Village desires to contract for the purchase and supply of Annual Utility Labor Services (hereinafter collectively "Products and Services") as needed and requested by Village from time to time; and WHEREAS, Vendor isi in the business ofs selling such Products and Services; and WHEREAS, the Fort Pierce Utilities Authority ("FPUA") previously competitively awarded a contract to Vendor for the purchase of Products and Services in accordance Best and Final Offer ofVendor in response to thel Fort Pierce Utilities Authority Invitation to Bid No. 23- 10 (hereinafter "Piggybacked Contract"), a copy of which is attached hereto and incorporated herein; and and WHEREAS, said Piggybacked Contract provides for at term ending September 30, 2025; WHEREAS, section 3 ofVillage Ordinance 2022-4 authorizes the Mayor subject to the Village Board of Aldermen ("Board") approval, to piggyback on state and local public contract for the purchase ofg goods and services within certain codified guidelines, which guidelines have been met; WHEREAS, the Mayor has determined that piggybacking on the above-referenced competitively awarded Piggybacked Contract is appropriate for timely meeting the Village's needs for the Products and Services is the most economically advantageous manner; and WHEREAS, the Board has approved this Vendor Agreement. NOW THEREFORE, in consideration of the mutual covenants set forth in this Agreement and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties agree as follows: Page 1 of6 MRichard) Neill, JrClientslSt. Lucie VillagelWater. & Sewer'Phasel 1 Sewer ConstructionCK CamnstrDummawaick Contractors FPUA' Towno ofSt. Lucie Village Piggyback Contract Clean. docx Section 1. incorporated herein. Recitations. The foregoing WHEREAS" clauses are hereby adopted and Section 2. Term. The term of this Agreement commences upon full execution hereof and shall coincide with the term of the Piggybacked Contract, which currently continues through September 30, 2025, unless terminated earlier or extended by its terms; provided, however, that the unit pricing provided in the Piggybacked Contract shall remain in effect for the duration of Section 3. SupplementalAmended Contract Terms. Vendor shall provide the Products and Services to the Village on an as-needed basis as requested by Village and ordered by reference to thec contract number assigned by the Village's Purchasing Department. The Piggybacked Contract is hereby incorporated into this Agreement for all purposes, subject to the supplemental provisions and amendments provided herein. In the event of conflict between the terms of the Piggybacked Contract and this Agreement the order of priority shall be: (1) this Agreement; and The following provisions are included as supplementary to and/or amending the terms of the this Agreement. (2) the Piggybacked Contract. Piggybacked Contract: (a)' The Village is substituted and inserted in the place ofFPUA with regard to all aspects (b) Vendor shall charge Village no morei than the unit prices for Products and Services as set forth in the Piggybacked Contract and Village shall pay Vendor for such Products in accordance with thej provisions ofthe Local Government Prompt Payment Act Fla. Stat. sec. 218. 70, et seq. IfVillage requires such Products or Services that are not covered by the unit prices already made aj part ofthel Piggybacked Contract, Vendor shall submit a detailed written proposal to the authorized Village representative before providing any such Products and obtain approval. For these purposes, the Village Mayor, William G. Thiess, or in the absence of the Mayor, the and provisions of the Piggybacked Contract. Vice-Mayor, John Langel, shall be the Village representative. (c) Deliveries oft thel Products ordered by Village shall bel FOB destination at the Village's (d) A task order shall be issued prior to any work and/or: materials being ordered. (e) Nothingi in the award, this Agreement, thel Piggybacked Contract, or any other contract purchase order, notice to proceed, or any other document shall be deemed to affect limit, or waive any right, privilege, or immunity of the Village nor expand the limited waiver of sovereign project sites. immunity set forth in Fla. Stat. sec. 768.28. (Villagei may terminate this agreement for convenience with ten (10) days written notice to Vendor. Page 2 of6 MRichard] Neill, JrClientsiSt. Lucie' VillagelWater & SewerPhase: 1 Sewer ConstructioniCK CatrpDoawas Contractors- FPUA TownofSt. Lucie Village Piggyback Contract Clean.docx (g) When services are terminated by contract expiration and no new contract exists, it shall be incumbent upon the Vendor to continue to provide service until a new contract can be completely operational. At no time shall this service extend more than 60 days beyond the expiration date of the existing contract without the mutual consent of the Village and Vendor. The Vendor will be reimbursed for this service at the contract rate schedule. (h) This Agreement and the Piggybacked Contract shall be governed by and construed in accordance with the laws of the State of Florida (without giving effect to conflict of law principles) as to all matters, including but not limited to matters of validity, construction effect performance, and remedies. Venue for resolution of any dispute arising from or under this Agreement or thel Piggybacked Contract or performance or non-performance by either paltys shall be in St. Lucie County, Florida and all actions and proceedings arising from or under this Agreement shall be in the court of the State of Florida in St. Lucie County, Florida which court shall have exclusive jurisdiction for such purpose. Each of the parties hereto irrevocably waives its right to ajury trial with respect to any action or claim arising out of any dispute in connection with this Agreement. This provision is ai material inducement for the parties hereto to enter into this License and shall survive the termination oft this Agreement. (i) Vendor agrees to conform to the requirements of the Village's Grant Agreement, a copy of which is attached as Exhibit A, and, in particular, to comply with the requirements of items 22 and 23 on. Attachment 1. G) Public Records and Retention. It is the Vendor's responsibility for compliance with Chapter 119, Florida Statutes. Pursuant to Section 119.0701 F.S. Vendor agrees to comply with A. Keep and maintain publicrecords required by the Village to perform the service. B. The timeframes and classifications for records retention requirements must be in accordance with the General Records Schedule GS1-SL for State and Local Government Agencies. (See itpe/dos.mylloridacom/lorary-archvcfrecords-managemen/general- C.R Records include all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission made or received pursuant to law or ordinance or in connection with the transaction of official business with the Village. Vendor's records under this Agreement include but are not limited to, supplietr'subcontractor invoices and contracts, project documents meeting notes, emails D. Upon request from the Village's custodian of public records, provide the Village with a copy of the requested records or allow the records to be inspected or copies within a reasonable time at a cost that does not exceed the cost provided for by law. Ifa Vendor does not comply with the Village's request for records, Village shall be empowered to all public records laws, specifically to: records-schedules) and all other documentation generated during this Agreement. enforcet the provisions in accordance with the Agreement. Page 3 of6 M:Richard! Neill, JnClientsiSt. Lucie VillagelWater & SewerPhase: Sewer ConstructionlCK CatstmDummswack Contractors- FPUA TownofSt. Lucie Village! Piggyback Contract Clean.docx E.J Ensure that projectrecords that are exempt or confidential and exempt from publicrecords disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion oft the Agreement ift the Vendor does not F.U Upon completion of the Agreement, transfer at no cost, to the Village all public records inj possession oft the Vendor or keep and maintain public records required by the Village to perform the service. If the Vendor transfers all public records to the Village upon completion oft the Agreement, the Vendor shall destroy any duplicate public records that are exempt or confidential and exempt from publicrecords disclosure requirements. Ifthe Vendor k eps and maintains public records upon the completion of the Agreement, the Vendor shall meet all applicable requirements for retaining public records. All records kept electronically must be provided to the Village, upon request from the Village's cusiodianofpubliereonds, in ai format that is compatible with theinformation technology IF VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE VILLAGE CLERK AT (772) 295-7174 OR aluetceDurges@stimcievilagelgov. G.A Vendor who fails to provide thej public records to the Village within ai reasonable time may also be subject to penalties under Section 119.10, Florida Statutes. Section 4. Assignment. Neither party may assign its rights or obligations under this Agreement Section 5. Notice. Notice hereunder shall be provided in writing by personal delivery, certified mail, return receipt requested, or customarily used courier service with proof of delivery, to the transfer the records to Village. systems oft the Village. without the written consent ofthe other party. parties as provided below: For Village: Town ofSt. Lucie Village William G. Thiess, Mayor PO Box 3878 Fort Pierce, FL: 34948 For Vendor CK Contractors and Development, LLC Mr. Michael Smith 1100 Technology Place, Suite 122 West Palm Beach, FL33407 Page 4 of6 M:Richard Neill, JrClientsiSt. Lucie VillagelWater. & Sewer'Phasel Sewer ConstructioniCK CamnstbDsumamsiwacck Contractors FPUA Town ofSt. Lucie Village Piggyback Contract Clean.d .docx Section 6. Incorporated Armet/Reuirement. Vendor shall provide a signed W-9 and complete the following additional documents. the terms ofy which are incorporated herein: Certificate Regarding Debarment. Suspension, Ineligibility and Voluntary Exclusion Anti-Human Trafficking, Affidavit Drug Free Workplace Compliance Form Equal Opportunity Form E-Verify Non-Collusion Affidavit Insurance Certificate Vendor Scrutinized Companies List Attestation Section 7. Entire Agreement: Amendments. This Agreement, the Incorporated grcementsykcguremens and the incorporated Piggybacked Contract set forth the entire agreement between Vendor and Village with respect to the subject matter hereof. This Agreement supersedes all prior and contemporancous negotiations, understandings and agreements, written or oral between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. Section 8. Severability. Ifany provision of this Agreement or the Piggybacked Contract is held to be illegal, invalid, or unenforceable under any present or future law, and if the rights or obligations of any party under this Agreement will not be materially and adversely affected thereby, such provision shall be fully severable; this Agreement and the Piggybacked Contract will be construed and enforced as ifs such illegal, invalid, or unenforceable provision had never comprised a part hereof; the remaining provisions of this Agreement and the Piggybacked Contract will remain in full force and effect and will not be affected by the illegal, invalid, or unenforceable provision; the parties shall negotiate in good faith to restore insofar as practicable the benefits to each party that were affected by such ruling and to include as a part of this Agreement or the Piggybacked Contract a legal, valid, and enforceable provision as similar in terms to such illegal, invalid, or unenforceable provision as possible. [Signature Page Follows] Page 5 of6 M:Richardl Neill, JrClientslSt. Lucie VillagelWater & SewerPhasel Sewer ConstructioniCK CamxtmDumawack Contractors- -FPUA Town ofSt. Lucie Village Piggyback Contract Clean. docx IN WITNESS WHEREOF, the parties have executed this Agreement as oft the dates entered below and thei respective signatories of the parties whose signatures appear below hereby warrant and represent that they have been and are on1 the date of execution ofthis Agreement duly authorized to execute this Agreement on behalfofand bind their respective party. The Town of St. Lucie Village, Florida By: William G. Thiess, Mayor Date CK Contractors and Development, LLC By: Date Page 6 of6 M:Richard Neill,] JnClientsiSt. Lucie Village'Water & SewerPhasel 1 Sewer ConstructionCK Contractors- FPUA TownofSt. Lucie Village Piggyback Contract Clean.docx STATE OF FLORIDA Standard Grant Agreement DEPARTMENT OF ENVIRONMENTAL PROTECTION This Agreement is entered into between the Parties named below, pursuant to section 215.971, Florida Statutes: 1. Project Title (Project): Septic-to-Sewer Project Phase 1 2. Parties Agreement Number: LG013 State of Florida Department of Environmental Protection, 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 (Department) Grantee Name: Town of St. Lucie Village Entity" Type: Local Government FEID: 65-0265447 Date of] Expiration: December31,2027 Grantee Address: 2512 Lightlewood Lane, St. Lucie Village, FL34946 (Grantee) 3. Agreement Begin) Date: Upon Execution 4. Project Number: (Ifdifferent) from Agreement! Number) Project Location(s): 27.4893,80.3389) Project Description: The Grantee will construct low-pressure force mains in two oft the Town's four primary neighborhoods and connect to Fort Pierce Utility Authority's 16-inch force main on the east side ofUS1. 5. Total Amount of Funding: Funding Source? Award #s or Line-Item Appropriations: Amount per Source(s): $ $ I State Federal IRL WQI, GAAI LI1711C, FY 23-24, GR $1,700,000.00 $1,700,000.00 D State Federal D Grantee Match Total Amount of Funding + Grantee Match, ifany: $1,700,000.00 6. Department' 's Grant Manager Name: Milica Jovanov Grantee's Grant Manager Name: William G. Thiess Address: Town of St. Lucie Village 2512 Lightlewood Lane St. Lucie Village, FL34946 Phone: 772-559-2835 Email: Wllam.thies@stlucievillage.gov or successor ors successor Address: Department of Environmental Protection 3900 Commonwealth Boulevard Tallahassee, FL32399 Phone: 850-245-2852 Email: Milica.Joyanoy@FloridaDEP-goy incorporated by reference: D Attachment 2: Special Terms and Conditions a Attachment 3: Grant Work Plan a Attachment 4: Public Records Requirements 1 Attachment 5: Special Audit Requirements D Attachment 6: Program-Specific Requirements D Attachment 8: Federal Regulations and Terms (Federal) D Additional Attachments (ifnecessary): I Exhibit A: Progress Report Form D Exhibit B: Property Reporting Form D Exhibit C: Payment Request Summary Form D Exhibit D: Quality Assurance Requirements D Exhibit E: Advance Payment Terms and] Interest Earned) Memo D Exhibit F: Common Carrier or Contracted Carrier Attestation Form PUR1808 (State) D Exhibit H: Non-Profit Organization Compensation Form (State) 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby I Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements D Attachment 7: Grant Award' Terms (Federal) *Copy available at https//facts. fldfs. com, ina accordance with section 215.985, F.S. DEP Agreement No. LG013 Rev. 9/7/23 D Additional Exhibits (ifi necessary): Federal Award Identification Numbers_(FAIN): Federal Award Date tol Department: Total Federal Funds Obligated by this Agreement: Federal Awarding Agency: Award R&D? 8.Thef followingi information applies tol Federal Grants only and is identified in accordance with 20 CFR 200.331 (a)(I): OYes DIN/A IN WITNESS WHEREOF, this Agreement shall be effective on the date indicated by the Agreement Begin Date unless another date is specified in the grant documents. Granteel Name William G. Digitallys signedb byV William Town of St. Lucie' Village GRANTEE 3/26/24 Date Signed G.7 Thiess Date: 09:58:44- 2024.03.26 04'00 By Thiess (Authorized. Signature) William G. Thiess, Mayor, Town of St. Lucie Village Print Name and' Title of Person Signing State of Florida Department of Environmental Protection DEPARTMENT Date Signed Glyk Knelt Secretary or Designee Print Name and" Title of Person Signing D Additional signatures attached on separate page. Digitallys signed! by/ Angelal Knecht Date: 2024.03.27 19:59:45 -04'00' By Angela Knecht, Director, Division of Water Restoration Assistance DEP Agreement No. LG013 Rev. 9/7/23 DWRA Additional Signatures Milica Jovanov Mitch Digitallys signedb by Milica Jovanov Date: 2024.03.26 12:56:47- -04/00 Milica. Jovanov, DEP Grant Manager Digitally signed by Mitch Holmes 14:11:50-0400 Holmes Date: 2024.03.26 Mitch Holmes, DEP QCI Reviewer STATE OF FLORIDA DEPARTMENT OFI ENVIRONMENTALPROTECTION STANDARD TERMS. AND CONDITIONS APPLICABLETOGRANT AGREEMENTS ATTACHMENTI 1. Entire. Agreement. This Grant Agreement, including any Attachments and] Exhibits referred tol herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Order of Precedence. Ifthere are conflicting provisions among the documents that make up the. Agreement, the ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Grantee's: forms ori invoices shall be null and void. 2. Grant Administration. order of precedence fori interpretation oft the Agreement is as follows: Standard Grant Agreement Agreement iii. Attachment 1, Standard Terms and Conditions iv. Thel Exhibits in the order designatedi in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, ac courier delivery service, or deliveredi inj person. Notices shalll be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered Ifa different Grant Manager is designated by either party after execution oft this Agreement, notice of the name and contact information oft the new Grant Manager willl be submitted in writing to the other party andi maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change d. This Agreement may be amended, through ai formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the delivered at the earliest delivery time. order tot the Agreement. following: (1)a an increase or decreasei in the. Agreement funding amount; (2)ac change in Grantee's match requirements; (3)a changei int the expiration date oft the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment: 3, Grant Work Plan, that exceeds ori is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulativer transfer of funds between approved budget categories, as defined in Attachment 3, Grant' Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended toj provide for additional servicesi ifadditional funding is made available by the The term of the. Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible forr reimbursement: for work performed on or after the date ofe execution through the expiration date ofthis Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution oft this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Legislature. 3. Agreement Duration. e. All days in this Agreement are calendar days unless otherwise specified. Conditions. Attachment1 1of13 Rev. 9/15/2023 4. Deliverables. The Grantee agrees to1 render the services or other units of deliverables as set forthi in Attachment 3, Grant Work] Plan. Thes services or other units ofdeliverables: shall bec deliveredi in accordance with the schedule anda at thej pricingoutlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forthi int this Agreement and all attachments ande exhibits incorporated by the Standard Grant Agreement. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, ofa any third party; and (5)its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, ifprovided by Department, for work done at the ProjectLocation(s). Thel Department reserves the rightt to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within ar reasonable time at Grantee's expense. IfDepartment's Grant Manager does not accept the b. Rejection ofDeliverables. Thel Department reserves the right to reject deliverables, as outlined int the Grant Work Plan, asi incomplete, inadequate, or unacceptable due, in whole ori inj part, to Grantee's lack ofs satisfactory performance under thet terms oft this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activitiesi in accordance with the Grant Work Plan will: result in rejection oft the deliverable and the associated invoice. Payment for the rejected deliverable will not bei issued unless the rejected deliverable is made acceptable tol Department in accordance with the. Agreement requirements. Thel Department, ati its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failuret to1 make adequate or acceptable deliverables after ai reasonable opportunity to do so shall constitute an a. Withholding Payment. In addition tot the specific consequences explained in the Grant Work] Plan and/or Special' Terms and Conditions, the State of Florida (State) reserves thei right to withhold payment when the Granteel has failed toj perform/comply with provisions oft this Agreement. None of the financial consequences for nonperformance int this Agreement as more fully described in the Grant Work Plan shall be considered IfGrantee does not meet a deadline for any deliverable, the Department will reduce the invoice by 1%1 for each day the deadline is missed, unless an extension is approvedi in writing by thel Department. Corrective Action] Plan. IfGranteei fails to correct all the deficiencies ina al rejected deliverable within thes specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee tol Department. Thel Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPs must be able to bei implemented andj performed ini noi more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to thel Department's Grant Manager for review and approval. Within ten (10) days of receipt ofa CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. Ifthe CAPisn not accepted, Grantee shall havet ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval ofa CAP as specified abovei may result inl Department's termination of ii. Upon) Department's notice of acceptance ofa proposed CAP, Grantee shall have ten (10) days to commence implementation oft the accepted plan. Acceptance of the proposed CAP by] Department does not relieve Grantee of any ofi its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to 5. Performance Measures. thet time of delivery. 6. Acceptance of Deliverables. deliverables within 30 days of receipt, they will be deemed rejected. event ofd default. 7. Financial Consequences for Nonperformance. penalties. 0. Invoice reduction this Agreement for cause as authorized int this Agreement. Attachmentl 2of13 Rev. 9/15/2023 require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies inj performance. The Grantee shall continue toi implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP willl be made to ii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Department as requested by Department's Grant Manager. Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions established' by the Agreement, the pricing per deliverable established byt the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.). Taxes. Thel Department is exemptedi from payment of State sales, use taxes andI Federal exciset taxes. The Grantee, however, shall not be exempted from paying any taxes thati iti is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment ofall its FICA/Social Security and other taxes resulting from this Maximum Amount of Agreement The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must bei in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: htps/www.myloridaclpsomdecssfascoumtineamésuditing-librariesistate Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies asa "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2),F.S., such Grantee may request from the Department that all invoice payments (i.e., cost reimbursement) under this Agreement be directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's i. Grantee demonstrates that iti is a county or municipality that qualifies as a "rural community" or ii. Grantee demonstrates current financial hardship using one (I) or more of the "economic distress" iii. Grantee's performance has been verified by the Department, which has determined that Grantee is eligible for cost reimbursement and that Grantee's performance has been completed in accordance iv. Applicable federal ands state law(s), rule(s) and regulation(s): allow for such payments. This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: htps/Plridaobsorglcorpsommunirephaminesmédeclbopmennamshuralarasot Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted tol Department in sufficient detail for a proper pre-audit and post-audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in State Funds Documentation. Pursuant tos section 216.1366, F.S., ifContractor meets the definition ofar non-profit organization unders section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that i. Allocated to be used during the full term of the contract or agreement for remuneration to any ii. Allocated under each payment by thej public agency to be used for remuneration ofany member of Agreement. this Project are the responsibility of Grantee. semsisirfersesusebefarsmespmdursasir request if: "rural area ofopportunity" under subsection 288.0656(2), F.S.; factors defined in subsection 288.0656(2)(c), F.S.; witht this Agreement's terms and conditions; and opportunity. accordance with the Grant Work Plan. indicates the amount of state funds: member oft the board of directors or an officer of Contractor. the! board of directors or an officer of the Contractor. Attachment1 3of13 Rev. 9/15/2023 The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215.985,F.S., andi must be h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of Final Payment Request. A finalj payment request should be submitted tol Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any. associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates k. Interest Rates. Alli interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: Refund of] Payments to the Department. Any balance of unobligated funds that have been advanced or paidi must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled undert the terms oft the Agreement must bei refunded tol Department. Ifthis Agreement is funded with federal funds and the Department is required to refund the federal government. the Grantee shall refund the Department its 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. IfCost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match a. Salary/Wages. Grantee shall list personnel involved, position classitication, direct salary rates, and hours spent ont the Project in accordance with. Attachment 3, Grant Work Plan in their documentation for reimbursement or b. Overhead/indre/Gemen.l and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds tol Department within thirty (30) days of Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. IfDepartment determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under as subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 691-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, ifany, impose this requirement, in writing, oni its subcontractors. 1. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on ac competitive basis, fixed-price subcontracts to consulants/contractors inj performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy ofthet tabulation form for the competitive procurement process (e.g., Invitation tol Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurementi methods other thant thosei identified above. Int thisi instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price posted on the Contractor's website, ifContractor maintains a website. deliverables to date have first been accepted in writing by Department's Grant Manager. Agreement. appropriations. htps/www.myfloridactp.comldivisonaplocal-goverments/udgememement-interest-rates. share oft those funds. requirements for the following budget categories: match requirements. written notification. Interest shall be charged on the excessive rate. Attachment1 4of13 Rev. 9/15/2023 negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval oft the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement oftravel expenses shail be in accordance with section 112.061, Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing $5,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of] Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and aj properly Rental/Lease of Equipment. Match or reimbursement requests for rental/lease ofequipment must include copies Miscellaneous/Other. Expenses. If miscellaneous or other expenses, such as materials, supplies, non-excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts ori invoices. Additionally, independent of Grantee's contract obligations toi its subcontractor, Department shall not reimburse any of thei following types of charges: cell phone usage; attorney's fees or court costs; civil ora administrative penalties; orl handling: fees, such as set percent overages associated with purchasing supplies or h. Land Acquisition. Reimbursement: for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Slatements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. Ifl land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, tol Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 andl December. 31. The Department will review the required reports submitted by Grantee within thirty a. Thel Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld: from each payment to Granteej pending satisfactory completion of work and approval b. IfGrantee failst toj perform ther requested work or fails toj perform the work in a satisfactory manner, Grantee shall forfeit its right to payment oft the retainage associated with the work. Failure to perform includes, but is not limited to, failure tos submit the required deliverables or failure toj provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee oft the failure to perform that shall result ini retainage: forfeiture. Ifthe Grantee does not correct the: failure toj perform within the timeframe stated in] Department'si notice, ther retainage willl be forfeited tol Department. Nor retainage shall bei released or paid fori incomplete work while this Agreement is suspended. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing F.S. completed Exhibit] B, Property Reporting Form. ofinvoices or receipts to document charges. equipment. 10. Status Reports. (30) days. 11. Retainage. The following provisions apply ifl Department withholds retainage under this Agreement: ofall deliverables. procedures under this Agreement. 12. Insurance. Rev. 9/15/2023 Attachment1 5of13 a. Insurance Requirements for Sub-Grantees and/or Subcontractors. The Grantee shall require its sub-grantees and/or subcontractors, ifany, to maintain insurance coverage ofs such types and with such terms and limits as described in this Agreement. The Grantee shall require alli its sub-grantees and/or subcontractors, ifany, to make compliance with the insurance requirements of this Agreement a condition ofall contracts that are related tot this Agreement. Sub-grantees and/or subcontractors must provide proofofi insurance upon request. b. Deductibles. Thel Department shall be exempt from, andi in no way liable: for, any sums ofmoney representing a deductible in any insurance policy. The payment ofsuch deductible: shall be thes sole responsibility ofthe Proof ofI Insurance. Upon execution ofthis Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for eacht type of applicable insurance coverage, prior toj performance of any work under this Agreement. Upon receipt of written request from) Department, Grantee shall furnish Department with proofo of applicable insurance coverage by standard form certificates ofi insurance, as self- d. Duty tol Maintain Coverage. Ini the event that any applicable coveragei is cancelled by the insurer for any reason, ori ifGrantee cannot get adequate coverage, Grantee shalli immediately notify) Department ofs such cançellation: ands shall obtain adequate replacement coverage conforming tot the requirements herein and provide proofofsuchi replacement coverage within ten (10) days after the cancellation of coverage. Insurance Trust. Ifthe Grantee'si insurance: is provided through ani insurance trust, the Grantee shall instead add thel Department ofEnvironmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them tol be added as an additional insured. a. Termination: for Convenience. When iti isi int the State's besti interest, Department may, ati its sole discretion, terminate the. Agreement in whole or inj part by giving 30 days' written notice to Grantee. Thel Department: shall notify Grantee oft thet termination for convenience with instructions as tot the effective date oft termination or the specific stage ofv work at which the. Agreement is to be terminated. The Grantee must submit alli invoices for work tol be paid under this Agreement within thirty (30) days oft the effective date oftermination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. . Termination: for Cause. Thel Department may terminate this Agreement ifany ofthee events of default described int thel Events ofI Default provisions below occur or int the event that Grantee fails to fulfill any ofits other obligations under this Agreement.. If, aftert termination, iti is determined that Grantee was noti in default, or that the default was excusable, the rights and obligations oft the parties shall be thes same asi ifthet termination! had been issued fort the convenience ofI Department. Ther rights and remedies ofDepartment in this clause arei in Grantee Obligations upon Notice ofTermination. After receipt ofar notice oft termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to thee extent specified, int the notice. However, Grantee shall continue work on any portion ofthe Agreement nott terminated. Ifthe Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to d. Continuation of Prepaid Services. IfDepartment has paid for any services prior to the expiration, cancellation, ort termination oft the Agreement, Grantee shall continue toj provide Department with those services for which it has already been paid or, at Department's discretion, Grantee shall providea ai refund: for services that have been Transition of Services Upon Termination, Expiration, or Cancellation oft the Agreement. Ifservices provided under the Agreement are being transitioned to another provider(s), Grantee shall assisti int the smooth transition ofA Agreement services tot the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined ini the Grant Work] Plan. The Grantee shall not perform any services after Agreement expiration ort termination, except as necessary to complete the transition or continued portion oft the Agreement, ifa any. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances." This notices shall state the nature of the failure toj perform and provide a time certain for correcting thef failure.' Thei notice will also provide that, should the Grantee fail to perform within thet timej provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default Grantee providing suchi insurance. insured authorization, or other certification of self-insurance. 13. Termination. addition to any other rights andi remedies provided by law or under this Agreement. recover any cancellation charges orl lost profits. paid forb buti not rendered. 14. Notice of Default. notice. Rev. 9/15/2023 Attachment1 6of13 15. Events ofl Default. Provided such failurei is not thei fault ofl Department or outside the reasonable control of Grantee, the following non- a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failuret to] perform the minimal level ofs services required for a deliverable, discontinuance of the performance oft the work, failure to resume work that has been discontinued within a reasonable time after The commitment ofany material misrepresentation or omission in any materials, or discovery by the Department Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking Failure to pay any and all entities, individuals, and furnishing labor or1 materials, or failure to make payment to Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified: 30-day period, Grantee (including its receiver ort trusteei in bankruptey/provides tol Department adequate assurances, reasonably acceptable tol Department, ofits continuing ability and willingness to fulfill its obligations exclusive list ofe events, acts, or omissions, shall constitute events of default: notice to do SO, or abandonment oft the Agreement; incomplete, ori insufficient information; d. Failuret tol honor any term oft the Agreement; ofsuch, made by the Grantee in this Agreement ori ini its application for funding; the certificate of authority granted to the Grantee by as state or other licensing authority; any other entities as required by this Agreement; Immigration and] Nationality Act; h. Failure to maintain thei insurance required by this Agreement; under the Agreement: i. Entry of an order fori relief under Title 11 oft the United States Code; ii. The making by Grantee ofa general assignment fort the benefit of creditors; iii. The appointment ofa general receiver or trustee in bankruptcy of Grantee's business or property; iv. An action by Grantee under any state insolvency or similar law for thej purpose of its bankruptcy, and/or reorganization, or liquidation. 16. Suspension of Work. Thel Department may, ini its sole discretion, suspend any or all activities under the. Agreement, at any time, when itis int thel best interest of the Statet to do sO. Thel Department shall provide Grantee written notice outlining the particulars ofs suspension. Examples oft reasons for suspension include, but are not limited to, budgetary constraints, declaration ofe emergency, or others such circumstances. After receiving a suspension: notice, Grantee shall comply witht the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1)i issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy thet thirty (30) days' notice required for at notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional The Grantees shalli not ber responsible: for delay resulting from its failure toj perform ifneither1 thei faulti nor thei negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts ofGod, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers ifr no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTETHE GRANTEE'S SOLE REMEDY ORI EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other thani for ane extension oftime, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or inj part, due to any of the causes described in this paragraph, after the causes. have ceased to exist Grantee shall perform at noi increased cost, unless Department determines, in its sole compensation. 17. Force) Majeure. Attachment1 7of13 Rev. 9/15/2023 discretion, that thec delay will significantly impair the value ofthe Agreement tol Department, in which casel Department may:( (1) accept allocated performance or deliveries from Grantee, providedt that Grantee grants preferential treatment tol Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee fort the related costs and expenses) to replace all or part of the products or services that aret the subject ofthe delay, which purchases may be deducted from the. Agreement quantity; or (3) terminate. Agreement in whole or a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, i. personal injury and damage tor real or personal tangible property alleged to be caused in whole ori in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall noti indemnify fort that portion of any loss or damages proximately caused by the negligent act ii. the Grantee's breach ofthis Agreement or thei negligent acts or omissions ofGrantee, b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (I) written notice ofa any action ort threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts ofi its employees and agents. However, nothing contained herein shall constitute a waiver by either party ofits sovereigni immunity ort the provisions of section 768.28, F.S. Further, nothing herein shall be construed as consent by as state agency or subdivision oft the State to be sued byt third parties in any matter d. Noj provision int this Agreement shall require Department tol hold! harmless ori indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, Thel Department'sl liability fora any claim arising from this Agreement is limitedt to compensatory damages ina an amount no greater than thes sum oft the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms oft the Agreement. Such liability is further limited to a cap of$100,000. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available toi it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver ofI Department's right thereafter to enforce those rights, nor shall any single or partial exercise ofa any such right preclude any other or further exercise thereofort the exercise ofany other right. 22. Statutory Notices Relating tol Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grante/subcontractor knowingly employs unauthorized aliens, such violation shall bec cause: for unilateral cancellation ofthis Agreement. The Grantee shall be responsible fori including this provision in all subcontracts with private organizations issued as ai result ofthis Agreement. b. Pursuant tos sections 287.133, 287.134, and 287.137F.S., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: inp part. 18. Indemnification. actions, damages, and costs ofevery name and description arising from or relating to: or omission ofD Department; withheld. arising out of any contract ort this Agreement. implication or suggestion to the contrary is null andy void. 19. Limitation of) Liability. 20. Remedies. 21. Waiver. i. Public Entity Crime. A person or affiliate who has been placed on the convicted vendor list following ac conviction: fora apublic entity crime may nots submitabid, proposal, or reply on a contract to provide any goods or services to aj public entity; may not submit a bid, proposal, or reply on a contract with aj public entity for the construction or repair ofap public building or public work; may Attachment1 8of13 Rev. 9/15/2023 nots submit! bids, proposals, or1 replies onl leases oft realj property to ap public entity; may noth be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under ac contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided ins section 287.017,1 F.S., for CATEGORYTWO for aj period of36r months following the ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with aj public entity for the construction or repair ofap public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit al bid, proposal, or reply on any contract to provide any good or services to aj public entity; may nots submit ab bid, proposal, or reply on any contract with a public entity fort the construction or repair ofap public building or public work; may not submit al bid, proposal, or reply on leases ofreal property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant undera a contract witha aj public entity; andi may nott transact new business iv. Notification. The Grantee shall notify Department ifit or any ofi its suppliers, subcontractors, or consultants havel beenj placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, date oft being placed on the convicted vendor list. business with any public entity. with aj public entity. Office of Supplier. Diversity, at (850) 487-0915. 23. Compliance with Federal, State and) Local Laws. a. The Grantee: anda all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shalli include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participationi in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination This Agreement shall be governed by and construed in accordance with the laws oft the State ofE Florida. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms ofthe Agreement will bei int the courts of the State, and venue willl bei in the Second. Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this 24. Build America, Buy America Act (BABA)- Infrastructure Projects with) Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and) Local Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where there isa valid waiveri inj place. However, the provision may apply toi funds expended before the waiver Ifapplicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build. America, Buy America Act (BABA), including the a. Alli iron ands steel used in the project are produced ini the United States--this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. Alli manufactured products usedi in the project are producedi in thel United States-this means the manufactured product was manufactured ini the United States; and the cost oft the components of the manufactured product that arei mined, produced, or manufactured in the United Statesi is greater than 55j percent oft thet total cost ofall components oft thei manufactured product, unless another standard: for determining thei minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and inp performance ofthis Agreement. Agreement. or: after expiration of the waiver. following provisions: Attachment1 9of13 Rev. 9/15/2023 All construction materials are manufactured in the United States-this means that all manufacturing processes for Thel Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, ands supplies, such as temporary scaffolding, brought tot the construction site andi removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not ani integral part oft the structure or permanently affixed tot the infrastructure project. Grantees ofan award for construction projects in whole ori inj part by the Bipartisan Infrastructure Law or the the construction material occurred int the United States. 25. Investing in America Inflation Reduction. Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that as signi is placed at construction sites supported in whole ori inj part by this award displaying the official Investing in America emblem and musti identify the project as a "project funded by President Biden' s Bipartisan Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the Ther recipient will ensure compliance with the guidelines and design specifications provided by b.F Procuring Signs: Consistent with section 6002 ofl RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered: materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated withs signage are reasonable. Additionally, toi increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPAI logo or seal) into the appropriate non-English language(s). The costs ofs such translation are allowable, a. Grantee certifies that iti is not ont the Scrutinized Companies that Boycott Israel List or engaged ina a boycott ofl Israel. Pursuant to section 287.135, F.S., the Department mayi immediately terminate this Agreement ati its sole option ifthe Grantee is found tol have submitted ai false certification; or ifthe Grantee is placed on the Scrutinized Companies that Boycott Israell List or is engaged in the boycott b. Ifthis Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operationsi in Cuba or Syria asi identified in section 287.135,F.S.1 Pursuant to section 287.135,F.S., thel Department may immediately terminate this Agreement ati its sole option ifthe Grantee is found tol have submitted a false certification; ori if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting construction period. EPA for using the official Investing in America emblem available at: htps/www.epagovnves/mvesing-america-signage. provided the costs are reasonable. 26. Scrutinized Companies. ofI Israel during the term oft the Agreement. operations in Cuba or Syria during the term of the Agreement. prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement willl be expended for the purpose ofl lobbying thel Legislature or a State agency pursuant tos section 216.347,F.S., except that pursuant tot the requirements ofsection 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning thes scope ofs services, performance, term, or compensation regarding that The Grantee shall maintain books, records and documents directly pertinent toj performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access tos suchr records for audit purposes during agreement. The Grantee shall comply with sections 11.062 and 216.347,F.S. 28. Record Keeping. Attachmentl 10of13 Rev. 9/15/2023 thet term ofthis Agreement and fori five (5)years following the completion date ort termination oft the Agreement. In thee event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type ofinformation the Inspector General deems relevant to Grantee's integrity or responsibility. Suchi information may include, buts shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: (1)three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by thel Florida Department of State (available at: htp:/dos.myflorida.com/ibran-archiveyresons-managemenlgeneral-records-schedules.. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub-grantees and/or subcontractors issued under this Agreement, if any, impose this b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including i. Grantee shall provide access to any location or facility on which Grantee is performing work, or ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in ii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal Special Audit) Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes ai funding increase or decrease shall include an updated copy ofExhibit 1,t to Attachment 5. IfDepartment failst toj provide an updated copy ofExhibit 1 toi include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/ors state) identified in Attachment 5,1 Exhibit 1 and determine whether the terms of] Federal and/or. Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR $200.331 for determining whether the relationshipi represents that ofas subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS-A2-NS) that can be found under the Links/Forms" section appearing at the following website: d. ProofofTransactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof ofa transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds frome eacha agency must be accounted fors separately. Grantees are prohibited from commingling funds on either aj program-by-program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system toj provide adequate fund accountability for each project itl has been awarded. . If Department finds that these funds have been commingled, Department shall have the right to demand ai refund, either in whole ori inj part, ofthei funds] provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the 29. Audits. requirement, in writing, oni its sub-grantees and/or subcontractors, respectively. by any oft the following methods: storing or staging equipment, materials or documents; performance of any work pursuant to this Agreement; and, requirements pursuant to this Agreement. htpslapps.ldks.omlsu. (30) days of such request. Attachmentl 11of13 Rev. 9/15/2023 original payment(s) are received from Department by Grantee to the date repayment is made by ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement andi interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. Grantee tol Department. made tol Department. 30. Conflict of] Interest. 31. Independent Contractor. 32. Subcontracting. solely by Grantee. The Grantee covenants thati it presently has noi interest and shall not acquire any interest which would conflict in any manner or degree with the performance ofs services required. The Granteei is ani independent contractor and ist not an employee or agent of Department. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed b. Thel Department may, for cause, require thei replacement of any Grantee employee, subcontractor, or agent. For cause, includes, buti is notl limited to, technical ort training qualifications, quality ofwork, change ins security status, Thel Department may, for cause, deny access tol Department's: secure information or any facility by any Grantee d. Thel Department's actions under paragraphs b. or C. shall noti relieve Grantee ofi its obligation to perform all work inc compliance with the Agreement. The Grantee shalll bei responsible for the payment ofa all monies due under any subcontract. Thel Department shall not be liable to any subcontractor for any expenses or liabilities incurredi under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless thel basis ofDepartment's denial is safety or security considerations. Thel Department supports diversity ini its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award ofs subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. The Grantee shall notb be liable for any excess costs for ai failure toj perform, ifthef failure to perform is caused by the default ofas subcontractor at any tier, andi ifthe cause oft the default is completely beyond the control oft both Grantee and the subcontractor(s), and without thei fault or negligence ofeither, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery IfGrantee is a subsidiary ofa another corporation or other business entity, Grantee asserts that its parent company will guarantee all oft the obligations ofGrantee forp purposes offulfillingt the obligations of Agreement. Int the event Grantee iss sold during the period the. Agreement is in effect, Grantee agrees that it will be a requirement ofs sale that the new Ther respective obligations oft the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and Thel Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own: negligence tol Department ora any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically discloset thatt this Agreement does not create any third- party rights. Further, not third parties shall rely upon any of the rights and obligations created under this Agreement. Ifac court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions orn non-compliance with an applicable Department policy or other requirement. employee, subcontractor, or agent. under any subcontract. schedule. 33. Guarantee of Parent Company. parent company guarantee all oft the obligations of Grantee. 34. Survival. 35. Third Parties. public records, shall survivet termination, cancellation, or expiration oft this Agreement. 36. Severability. ares severable to that void provision, and shall remain in full force and effect. Attachmentl 12of13 Rev.9/15/2023 37. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other profofqualification. Alle employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of] Department and shall comply with all controlling laws and regulations relevant tot thes services they are providing under the Agreement. The Grantee shall nots sell, assign, or transfer any ofi its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent ofl Department. In the event ofany assignment, Granteei remains secondarily liable forp performanceo ofthe Agreement, unless Department expressly waives suchs secondary liability. Thel Departmenti may assignt the Agreement with prior written notice to Grantee ofits Ifthis Agreement is a sole-source, public-private agreement ori ift the Grantee, through this agreement with the State, annually: receive 50% or more oftheir budget from the State or from a combination of State and] Federal funds, the Grantee shall provide an annual report, including thet most recent IRS Form! 990, detailing the total compensation for the entities' executive leadership teams. Total compensation shall include salary, bonuses, cashed-in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real-property gifts, and any other payout. The Grantee must alsoi inform thel Department of any changes in total executive compensation between the annual reports. All compensation reports musti indicate what percent of compensation comes directly from the State or This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Acto of1996, electronic signatures, including facsimile transmissions, may be used ands shall have thes same: force and effect as a written signature. Each person signing this Agreement warrants that he or shei is duly 38. Assignment. intent to do SO. 39. Compensation Report. Federal allocations to the Grantee. 40. Execution in Counterparts and Authority to Sign. authorized to dos so andt to bind the respective party to the. Agreement. Attachment1 13of13 Rev. 9/15/2023 STATEOFI FLORIDA SpecialTerms and Conditions AGREEMENTI NO. LG013 ATTACHMENT2 DEPARTMENT OF ENVIRONMENTALPROTECTION These Special Terms and Conditions shall be read together with general terms outlinedi in the Standard Terms and Thel Project funded under this Agreement is Septic-to-Sewer. Project Phase 1.Thel Project is defined in more detail in Reimbursement Period. The reimbursement; period fort this Agreement begins on. July 1, 2023 and ends att the Conditions, Attachment 1. Wherei in conflict, these more specific terms shall apply. 1. Scope of Work. Attachment 3, Grant Work Plan. 2. Duration. expiration of the Agreement. 3. Payment Provisions. b. Extensions. There are extensions available fort this Project. Service Periods. Additional service periods are not: authorized under this Agreement. Compensation. This is a cost reimbursement. Agreement. The Grantee shall be compensated under this Agreement as describedi in Attachment: 3. Invoicing. Invoicing will occur as indicatedi in Attachment 3. Advance Pay, Advance! Pay is authorized under this Agreement. 4. Cost Eligible forl Reimbursement or Matching Requirements. Reimbursement: for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as definedi int the Reference Guide for State Expenditures, asi indicated: Reimbursement Match Category D D D R D D a D D Salaries/Wages OPverhead/ndirealGemen.l and Administrative Costs: a. Fringe Benefits, N/A. b. Indirect Costs, N/A. Contractual (Subcontractors) Travel, in accordance with Section 112,F.S. Equipment Rental/Lease of] Equipment Miscellaneous/Other. Expenses Land Acquisition 5. Equipment Purchase. 6. Land Acquisition. 7. Match Requirements Nol Equipment purchases shall be funded under this Agreement. There will be nol Land. Acquisitions funded under this Agreement. Therei ist noi match required ont the part oft the Grantee under this Agreement. Attachment2 1of3 Rev. 10/11/2022 8. Insurance! Requirements Required Coverage. Atall times during the Agreement the Grantee, ati its sole expense, shall maintain insurance coverage ofs such types and with such terms and limits described below. Thel limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. Alli insurance policies shalll be throughi insurers licensed and authorized toi issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws ofFlorida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance: requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance ata all times during the Agreement. Thel Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each Ifthe Grantee's duties include thet use ofa a commercial vehicle, the Grantee shall maintain automobile liability, bodilyi injury, and property damage coverage. Insuring clauses for both! bodily injury andj property damage shall provide coverage on an occurrence basis. Thel Department, its employees, and officers shall ber named as an additional insured on any automobile insurance policy. The minimum limits shall be as occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. follows: $200,000/300,000 $200,000/300,000 Automobile! Liability for Company-Owned Vehicles, ifapplicable Hired and1 Non-owned. Automobile Liability Coverage Workers' Compensation and] EmpsyalahlyCmsTE. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employer liability coverage withi minimum limits of$100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. d. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance: requirements under this Agreement. 10. Retainage. Agreement. 11. Subcontracting. under this Agreement. 12. State-owned Land. Retainage is permitted under this Agreement. Retainage may be up to a maximum of1 10% of thet total amount oft the The Grantee may subcontract work under this Agreement without the prior written consent oft thel Department's Grant Manager. Regardless of any subcontract, the Grantee is ultimately responsible for all work tol be performed The work will not bej performed on State-owned land. 13. Office ofl Policy and] Budget Reporting. There arei no special Office ofPolicy and] Budget reporting requirements for this Agreement. 14. Common Carrier. a. Applicable to contracts with ac common carrier- firm/person/corporation that as a regular business transports people or commodities from place toj place. Ifapplicable, Contractor must also fill out and return. PUR 1808 before contract execution] IfContractori is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, thel Department willt terminate this contract immediately ifContractori is b. Applicable tos solicitations for a common carrier - Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that iti is not willfully providing any service ini furtherance of transporting aj personi into thiss state knowing that the person unlawfully present int the United States according tot the terms oft the federal Immigration and Nationality Act, 81 U.S.C. SS. 1101 ets seq. The found to bei in violation ofthel law or the attestation in] PUR 1808. Attachment: 2 2of3 Rev. 10/11/2022 Department will terminate: a contract immediately ifContractor is found tol bei in violation oft the law or the attestation in] PURI 1808. 15. Additional Terms. None. Any terms added here must be approved by the Ofice of General Comnsel. Attachment2 3of3 Rev. 10/11/2022 ATTACHMENT3 GRANT WORK: PLAN PROJECTTITLE: Septic-to-Sewer Project Phase 1 County; Lat/Long 27.4893,-80.3389). PROJECT LOCATION: The Project will be located in the Town of St. Lucie Village within St. Lucie PROJECT BACKGROUND: The Town of St. Lucie Village (Grantee) sits near sea level and is vulnerable to flooding from king tides and major storm events. During the periods of extreme flooding, septic tanks alongt thel Indian River Lagoon (IRL)routinely fail. The Grantee plans to eliminate septic tanks from the IRL basin to improve water quality. The priority focus area is to install force mains for Phase 1 PROJECT DESCRIPTION: The Grantee will construct low-pressure force mains in two of the Town's four primary neighborhoods and connect to Fort] Pierce Utility Authority's 16-inch force main that are east ofOld Dixie Highway and are accessed by St. Luciel Lane, Chamberlin Boulevard, and Milton Road. This grant funding will complete construction of the entire force main system and connections to Fort Pierce construction oft the sewer system. Utility Authority's 16-inch: force main on1 the east side ofUS1. Task 1: Design and Permitting Deliverables: The Grantee will complete the design oflow-pressure force mains and connections in Phase 1 ofthe Town'ss septic-to-sewer conversion project and obtain all necessary permits for construction ofthe Documentation: The Grantee will submit: 1) a signed acceptance of the completed work to date, as provided in the Grantee's Certification of Payment Request; and 2) a summary of activities to date, indicating thej percentage ofdesign completion fort the time period covered int thej payment request. For the final documentation, the Grantee will also submit a copy ofthe design completed withi thei funding provided for this task and al list ofa all required permits identifying issue dates and issuing authorities. Performance Standard: The Department's Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department's Grant Manager, the Grantee may proceed with payment request submittal. Payment Request Schedule: The Grantee may submit aj payment request for cost reimbursement no more project. frequently than monthly. Task 2: Bidding and Contractor Selection Deliverables: The Grantee will prepare al bid package, publish a public notice, solicit bids, conduct pre-bid meetings, and respond tol bid questions in accordance with the Grantee's procurement process, to select one or more qualified and licensed contractors to complete construction of the low-pressure force mains in Documentation: The Grantee will submit: 1) the public notice of advertisement for the bid; 2) the bid Phase 1 ofthe' Town'ss septic-to-sewer conversion project. package; and 3) a written notice of selected contractor(s). DEP Agreement No. LG013, Attachment 3, Page 10 of3 Performance Standard: The Department's Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department's Grant Manager, the Grantee may proceed with payment request submittal. Payment Request Schedule: The Grantee: mays submitap payment request for cost reimbursement following the conclusion oft the task. Task 3: Project Management Deliverables: The Grantee will perform project management, to include field engineering services, construction observation, site meetings with construction contractor(s) and design professionals, and Documentation: The Grantee will submit interim progress status summaries including summary of Performance Standard: The Department's Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department's Grant Manager, the Granteei may proceed with payment request submittal. Payment Request Schedule: The Grantee may submit aj payment request for cost reimbursement no more overall project coordination and supervision. inspection(s), meeting minutes and field notes, as applicable. frequently than monthly. Task 4: Construction Deliverables: The Grantee will construct low-pressure force mains for Phase 1 of the septic-to-sewer conversion project in accordance with the construction contract documents. The Grantee will submit through the Department's GIS web-interface data collection tool, parcel-level data identifying collection system extensions, lifts stations, any parcels connectedi to sewer, and thej parcels where sewer has been made available for connection but not yet connected along with associated granti information. Pursuant to section 381.00655, Florida Statutes, for any parcels for which sewer was made available, but for which connection has not yet been made, the Grantee will notify in writing owners of such parcels that the system is available for connection and that they must connect to the installed sewer system within 365 Documentation: The Grantee will submit: 1) a copy of the final design; 2) a signed acceptance of the completed work to date, as provided in the Grantee's Certification of Payment Request; and 3) a signed For the final documentation, the Grantee will also submit: 4) An email from thel Department's GIS web- interface data collection tool, confirming that data for the project has been submitted; and 5) one copy ofa notification letter and a signed statement by the grant manager that notifications to all parcels for which Performance Standard: The Department's Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department's Grant] Manager, the Grantee may proceed with payment request submittal. Payment Request Schedule: The Grantee may submit aj payment request for cost reimbursement noi more days of such written notification. Engineer's Certification ofl Payment Request. sewer is available, but not yet connected, was sent. frequently than monthly. DEP Agreement No. LG013, Attachment 3, Page 20 of3 ADVANCE PAYMENT: For those grant agreements for which advance payment is approved, the reference to "payment" in the Payment Request Schedules shall mean submittal of invoice(s), and the Grantee shall submit invoice documentation with each payment request. Proof of payment must be submitted prior to each subsequent payment request and no later than sixty (60) calendar days following PROJECTTIMELINE & BUDGET: DETAIL: The tasks must be completed by, and all documentation received by, the corresponding task end date. Cost reimbursable grant funding must not exceed the budget the final payment request. amounts asi indicated below. Task No. 1 2 3 4 Budget Category Contractual Services Contractual Services Contractual Services Contractual Services Grant Amount $12,000 $1,500 Task Start Date End Date 07/01/2023 04/30/2025 07/01/2023 07/31/2025 Task Task Title Design and Permitting Bidding and Contractor Selection Project Management Construction $148,500 07/01/2023 06/30/2027 $1,538,000 07/01/2023 06/30/2027 Total: $1,700,000 DEP Agreement No. LG013, Attachment 3, Page 3 of3 STATE OF FLORIDA Public Records Requirements Attachment 4 DEPARTMENT OF ENVIRONMENTAL PROTECTION 1. Public Records. a. Ifthe Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department ini its performance ofs services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless oft the physical form, characteristics, or means oft transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Articlel I oft the Florida b. Thel Department may unilaterally terminate the. Agreement if Grantee refuses to allow public access to Public Records 2. Additional Public Records Duties of Section 119.0701, F.S., IfApplicable. For thej purposes oft this paragraph, the term' "contract" means the "Agreement." IfGrantee is a "contractor'as defined ins section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department toj perform the service. b. Upon request, provide Department with a copy ofr requested Public Records or allow the Public Records to be inspected or copied within ai reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or Ac contractor who fails to provide the Public Records to Department within a reasonable time may be subject to d. 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 Upon completion of the contract, transfer, at no cost, to Department all Public Records inj possession of the contractor orl keep and maintain Public Records required by Department to perform the service. Ift the contractor transfers all Public Records tol Department upon completion oft the contract, the contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements. Ifthe contractor keeps and maintains Public Records upon completion of the contract, the contractor shall meet all applicable requirements for retaining Public Records. Alll Public Records stored electronically must be provided tol Department, upon request from Department's custodian of Public Records, ina ai format specified by Department as compatible with thei information technology systems of] Department. These formatting requirements are: satisfied by using the data formats as authorized: in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the IFTHE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO1 THE CONTRACTORS DUTY' TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACI, CONTACT THE DEPARTMENT'S Constitution or section 119.07(1), F.S. asr required by law. as otherwise provided by law. penalties under section 119.10, F.S. contract ifthe contractor does not transfer the Public Records to Department. contractor is authorized to access. CUSTODIAN OF PUBLIC RECORDS AT: Telephone: Email: (850) 245-2118 public-services@tloridadep.gov ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Mailing Address: Department of Environmental Protection Attachment 4 lof1 Rev. 4/27/2018 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL: PROTECTION Special Audit Requirements (State and Federal Financial Assistance) Attachment 5 The administration of resources awarded by thel Department ofl Environmental Protection (which may be refèrred to as the' "Department!" "DEP", "FDEP" or "Grantor", or other name in the agreement) to the recipient (which may be refèrred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by DEPI Department staff, limited scope audits as defined by 20 CFR 200.425, or other procedures. By entering intot this Agreement, the recipient agrees to comply and cooperate with any monitoring proceduresprocesses deemed appropriate by the Department of Environmental Protection. Int the event the Department of Environmental Protection determines that al limited scope audit ofthe recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department tot the recipient regarding such audit. Ther recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. PARTEFEDERALLY FUNDED AUDITS This parti is applicable ift the recipient is a State or local government or a non-profit organization as defined in 20 CFR $200.330 1. A recipient that expends $750,000 or more inl Federal awards ini its fiscal year, must have as single or program- specific audit conducted in accordance with the provisions of2 CFRI Part 200, Subpart F.J EXHIBITI tot this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2CFR 200.502-503. An audit oft ther recipient conducted by the Auditor General in accordance with the provisions of2 CFRI Part 200.514 will meet the requirements oft this part. Fort the audit requirements addressed in PartI I, paragraph 1,t ther recipient shall fulfill the requirements relative Ar recipient thate expends less than $750,000 in federal awardsi ini its fiscal yeari is not required tol have an audit conducted in accordance with the provisions of2 CFR Part 200, Subpart F-Audit Requirements. If the recipient expends lesst than $750,000 ini federal awardsi ini its fiscal year and elects tol have an audit conducted in accordance with the provisions of2 CFR 200, Subpart F-Audit Requirements, the cost oft the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources The recipient may accessi information regarding the Catalog of Federal Domestic Assistance (CFDA)viat the 2. 3. to auditee responsibilities as provided in 2CFR: 200.508-512. obtained from other federal entities. 4. internet at] tps/sam.gov/contenuessancelsings Attachment5 lof6 BGS-DEP: 55-215 revised 11/8/2022 PARTI II: STATE FUNDED This part is applicable ift the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 691-5, F.A.C., State Financial Assistance; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT11 tot this form lists the state financial assistance awarded through thel Department ofEnvironmental Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass-through awards and resources received by a Inc connection with the audit requirements addressed in Part II, paragraph 1;t the recipient shall ensure thatt the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission ofa financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules ofthe Auditor General. Ifthe recipient expends less than $750,000 ins state financial assistance ini its fiscal year (for fiscaly year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. Ini the event that the recipient expends less than $750,000 in state financial assistance ini its fiscal year, and electst tol have an audit conducted in accordance witht the provisions of Section 215.97, Florida Statutes, the cost ofthe audit must be paid from the non-state entity'sr resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). Fori information regardingt thel Florida Catalog of Statel Financial Assistance (CSFA), ar recipient should access thel Florida Single Audit Act website located at tps/appsldacomisn for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at tP/apwy.egselusnsomeindexem. State of Florida's website at tpwmyleracem. Department of Financial Services' Website at htp/pww.ldks.omand the Auditor General's Website at nonstate entity for Federal program matching requirements. 2. 3. 4. htip/www.mylorida.com/audgen. PARTI:OTHER. AUDIT REQUIREMENTS (NOTE: This part would be used to. specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity 's policy (ie., the audit is not required by Federal or State laws andi is noti inconflict with other Federal or State audit requirements). Pursuant to Section. 215.97(8), Florida Statutes, State agencies may conduct or arrange) for audits of State) financial assistance that are in addition to audits conducted in accordance with. Section. 215.97, Florida. Statutes. In such ane event, the State awarding agency must arrange for finding thej full cost ofsuch additional audits.) PARTIV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, and required by PARTIofthis form shall be submitted, when required by 2CFR.200.512,by or on behalfoft the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 20 CFR 200.36 A. Thel Federal Audit Clearinghouse designated in 2CFR $200.501(a) (the number of copies required by 2CFR $200.501(a): should be submitted to the Federal Audit Clearinghouse), att the following address: and 200.512 Attachment5 2of6 BGS-DEP: 55-215 revised 11/8/2022 By Mail: Federal Audit Clearinghouse Bureau oft the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can Copies of financial reporting packages required by PARTII oft this Attachment shall be submitted by or on A. The Department ofl Environmental Protection at one oft the following addresses: be found at] PpNsEsNeN behalf of the recipient directly to each oft the following: 2. By Mail: Audit Director Floridal Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.l.us B. The Auditor General's Office att the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General's website htp:/flauditor.gov) provides instructions for filingan electronic copy ofa financial reporting package. 3. Copies of reports or management letters required by PARTI III ofthis Attachment shall be submitted by or on behalfo of the recipient directly to the Department ofl Environmental Protection at one oft the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office ofl Inspector General, MS4 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAuditaep.state..us 4. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules oft the Auditor General, as applicable. Attachment: 5 3of6 BGS-DEP55-215 revised 11/8/2022 5. Recipients, when submittingi financial reporting packages tot the Department ofl Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F-Audit Requirements, or Chapters 10.550 (local governmental entities) and 10.650 (non and for-profit organizations), Rules of the Auditor General, should indicate the date and the reporting package was delivered to the recipient correspondence accompanying the reporting package. PARTV: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for aj period of five (5) years from the date the audit report isi issued, and shall allow the Department of Environmental Protection, ori its designee, Chief Financial Officer, or Auditor General access to such records upon request. Thei recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for aj period of three (3): years from the datet the audit report is issued, unless extended in writing by thel Department of Environmental. Protection. Attachment5 4of6 BGS-DEP: 55-215 revised 11/8/2022 STATE OF FLORIDA Exhibit A Progress Report Form att this link: DEPARTMENT OF ENVIRONMENTAL PROTECTION The current Exhibit A, Progress Report Form for this grant can be found on thel Department's website htps/Plordadep.gov/wsmnteprogres-repor-fomm Please use the most current form found on the website, linked above, for eachj progress report submitted for this project. Exhibit A, Page 1 of1 Rev. 01/19/24 STATE OF FLORIDA Exhibit C DEPARTMENT OF ENVIRONMENTAL PROTECTION Payment Request Summary Form The Payment Request Summary Form for this grant can be: found on our website at this link: ntps/loridadepgovr.vradocumentspaymenerequestsummary-fom Please use the most current form found on the website, linked above, for each payment request. Exhibit C, Page 1 ofl Rev. 12/02/19 DEPARTMENT OF ENVIRONMENTAL PROTECTION Advancel Payment' Terms Exhibit) E 1. Advance Payments. The Grantee shall submit a written request on letterhead to the Department explaining the need fort the advance payment and why the advance payment isi int thel besti interest oft the State. Ifthe advance payment requested is beyond the expected cash needs ofthe entity for the initial three months of the Agreement, the Grantee must also request a waiver of this requirement by submitting a written request withj justification on letterhead tot the Department. Advance payment is subject to written approval from the State's . The CFO may identify additional requirements that must be met in order for advance payment to be authorized. If additional requirements are imposed by the CFO, the Grantee shall bei notified, in writing, by thel Department's Grant Manager regarding the additional requirements.. Priort to releasing any advanced funds, the Grantee shalil bei required toj provide ay written acknowledgement tot thel Department's Grant Manager oft the Grantee's acceptance of the additional requirements imposed by the CFO for release of Ifadvance payment is authorized, the Grantee shall report, on a quarterly basis in conjunction with the Progress Report as required underi int this Agreement, the amount offunds expended duringt ther reporting period, the Agreement expenditures to date, andi interest earned during the quarter, and clearly indicate the method for repayment of the interest to the Department. Expenditures shall be documented in accordance with the requirements for reimbursement identified below. Interest earned and method of repayment d. The Grantee must temporarily invest the advanced funds, and return any interest income to the Department, within thirty (30) days of each calendar quarter or apply said interest income against the Department's obligation to pay, if applicable, under this Agreement. Interest earned must be returned tot thel Department within the timeframe identified above ori invoices must be received Unused funds, andi interest accrued on any unused portion ofa advanced funds that has not been remitted to the Department, shall be Ifan advance payment is not approved by the CFO, the Grantee shall make its reimbursement requests in accordance with the Chief Financial Officer (CFO) and thel Department. thei funds. shall bei reported on the Advance Payment- - Interest Earned Memorandum, Exhibit E1 below. within the same timeframe thats shows the offset oft thei interest earned. returned tot thel Department within sixty (60) days of Agreement completion. reimbursement process described in Attachment 1, Standard Terms and Conditions. EXHIBITE 1of1 Rev. 4/24/20 Florida Department of Environmental Protection Memorandum. EXHIBIT E1 Advanced Funds Expended and Interest Earned Memo MHENREPORTING OR REMITTING, PLEASE. RETURNA COPY OF THIS REQUEST TO: FROM: DATE: SUBJECT: Contract Manager Name Lydial L. Griffin, Bureau Chief Bureau of] Finance and Accounting MM/DD/YYYY Advanced Funds for: Agreement. No. Begin Date: Ina accordance with Section 216.181(16)(b), Florida Statutes, thel Department: requires that advanced funds be depositedi into ani interest bearing account until all: funds have been depleted. In order to update the: status on the unused portion of the advanced funds (IfNo, Advanced. Funds Recipient is required to report only the amount of Advanced Funds Expended or Returned tol DEP.) and/or interest due, the followingi information isi needed nol later than MM/DD/YYYY. Interest Due tol DEP: Yes D No D Project' % ofCompletion: as OfMM/DD/YY: Project % ofCompletion: as ofl MM/DD/YY: Initial advanced funds disbursed MM/DD/YY Final Report: Yesor No Estimated Project Completion Date: Cumulative amount ofa advanced funds $ Advanced funds principal expended by contractor covering period of MM/DD/YY to MM/DD/YY 2 Advanced funds principal returned by contractor covering period of MM/DD/YY tol MM/DD/YY Interest earned on advanced funds covering period of MM/DD/YY tol MM/DD/YY $ $ $ $ $ $ Advanced funds principal balance available on hand Amount ofinterest paid tol DEP: as ofl MM/DD/YY Interest balance due tol DEP as OfMM/DD/YY Project Management Certification: By evidence of my signature below, the above information ist true and correct. Ihave! knowledge oft the work performed and the advanced funds] principal onl hand is needed to complete the project(s) by thel Estimated Project Completion Date. DEP Grant Manager Printed Name DEP Grant] Manager Signature DEP USE ONLY Advanced Funds Recipient Printed Name Advanced Funds Recipient Signature Date Date Project Management Verification (please explain): Thank yout for your cooperation inj providing the above information. Ifyoul have any questions, please contact the Contract. Disbursements Section at (850) 245-2465, in thel Bureau ofl Finance & Accounting. DEP5 53-210 (05/2023) Exhibit E1, Page 1of2 Florida Department of Environmental Protection Memorandum INSTRUCTIONS TO COMPLETE THE ADVANCED FUNDS EXPENDED & INTEREST EARNED MEMO: This) form should be completed byt the Advanced Funds Recipient ini its entirety, signed and dated by the appropriate personnel and submitted each reporting period. Please ensure eachfield on thej form is completed according to the guidance provided. Percentage of] Project Completion must be completed, indicating the percentage of progress for the current reporting period. Estimated Project Completion Date must be completed, indicating the anticipated project completion date in the MM/DD/YYYY Ifthe contract states that noi interest is due, quarterly reporting of the expended advanced funds is still required. Lines 1,2, and 3 In all çases thel lines 1,2, and 3 reported amounts are on a cash basis for the advanced funds principal. Do noti include receivables, Ifthe grant/contract requires quarterly accrued interest payments to DEP, the advanced funds recipient must complete lines 1 through 6 for each quarterly report. Payments ofi interest due tol DEP shall be paid within the specifications of the grant/contract. Project Management Certification: This section ist to be completed by the DEP Grant Manager and the Advanced Funds Recipient tocertify that the information provided on this form is true and accurately reflects thes status of the advanced funds received from Project Management Verification: This section is to be completed by the DEP Grant Manager in providing the method used to verify that the information received from the Advanced Funds Recipienti is true and accurately reflects the status of the advanced format. Thel Finall Report indicator (Yes or No) must! be completed. must be completed. payables, ori interest previously paid tol DEP. thel Department. funds received: from thel Department. DEP 53-210( (05/2023) Exhibit E1, Page 2of2 Fort Pierce Utilities Authority Purcahsing and Supply Chain Management 206 South 6th Street (PO Box 3191) Fort Pierce, FL34950 (34948) FPUA COMMUNITY PROUD July1,2024 VIA E-MAIL TO: Mismth@ckdlic.com CK Contractors and Development, LLC 231 SE Harbor Point Drive Stuart, FL 33407 RE: ITB No. 23-10 = ANNUAL UNIT PRICE CONTRACT FOR THE INSTALLATION OF UNDERGROUND UTILITIES FOR WATER AND WASTEWATER SYSTEMS - BEST AND FINAL OFFER Dear Signator: Fort Pierce Utilities Authority (FPUA) has reviewed the bid that your company submitted in response to Invitation to Bid (ITB) No. 23-10 Annual Unit Price Contract for the Installation of Underground Utilities for Water and Wastewater Services, along with the other submitted bids. The ITB stated that a minimum of three (3) or more contractors would be selected. Due to the substantial disparity across the bids submitted, it will be nearly impossible to ensure there is equity between the required utility work and the assigned contractor(s). Therefore, FPUA is proposing the attached revised/averaged FPUA Best and Final Offer (BAFO) Unit Price Bid Form (Attachment A) for your company's consideration. Please submit the BAFO form as a replacement for your original ITB Bid Response Form submittal. You must submit the BAFO to the Fort Pierce Utilities Authority, Purchasing Program Manager, on or before Friday, July1 12,2024by2:00PM to be considered for selection for contract negotiations. 2019 places toy work ST.LUCIE COUNTY * Our mission is to provide our customers with economical, reliable and friendly Rr3 service in a continuous effort to enhance the quality of life in our community. -BEST Power Reliable Provider Public 772.466.1600 www.fpua.com ITB No. 23-10- ANNUAL UNIT PRICE CONTRACT FOR THE INSTALLATION OF UNDERGROUND UTILITIES FOR WATER AND WASTEW/ATER SYSTEMS - BEST AND FINAL OFFER Page 2of2 This document must be signed by a company officer or director listed on the company's Annual Report that is filed with the State of Florida (Florida Division of Corporations www.sunbiz.org). Ifs signed by someone other than one of the people listed on the attached Annual Report, please include a copy ofas Secretary's Certificate, Board Resolution or other documentation to show that they have the authority to sign contracts for the company. This letter is only an invitation to participate further in the Bid process; it does not convey or imply anything more. This letter is not intended to be an award of the bid or binding commitment to contract, nory will FPUAI be obligated in any manner until at formal writtencontract has been executed by all necessary parties. Sincerely, YRu Nancy Palka Enclosure Purchasing Program Manager Our mission is to provide our customers with economical, reliable and friendly 2019 places towork ST. LUCIE COUNTY R73 service in a continuous effort to enhance the quality ofl life in our community. BEST Power Reliable Provider Public 772.466.1600 www.fpua.com FPUA COMMUNITY PROUD BEST AND FINAL OFFER FORT PIERCE UTILITIES AUTHORITY INVITATION TO BID (ITB) NO. 23-10 WATER AND WASTEWATER SYSTEMS ANNUAL UNIT PRICE CONTRACT FOR THE INSTALLATION OF UNDERGROUND UTILITIES FOR Requested By: Nancy. J. Palka, Purchasing Program Manager Phone: 772-466-1600x3272 Submit by: 2:00 PM, Friday, July 12, 2024 by mail, personal delivery or e-mail (preferred) Mailing Address: PO Box 3191, Fort Pierce, FL 34948-3191 Physical Address: 206 South Sixth Street, Fort Pierce, FL 34950-4291 E-mail: PurcnasingManager@FPUA.com This document represents your "Best and Final Offer" and shall be made part of your response to ITB No. 23-10. This "Best and Final Offer" will supersede any and all other bid offers submitted by your firm. BID RESPONSE SUBMISSION OF: CK Contractors and Development, LLC 231 SE Harbor Point Drive Stuart, FL 33407 Contractor agrees to the "price not to exceed" for material unit price, installed unit price, total unit price and total cost per the FPUAI Best and Final Offer (BAFO) Unit Price Bid Form for Invitation Your signature here indicates acceptance of the "Best and Final Offer" for the unit prices stated to Bid No. 23-10, Attachment A. int the FPUA BAFO Bid Form for Invitation to Bid No. 23-10. (Authorized Signature) (Printed Name/Title) 1/9/24 HE WILLIAM GEORGE.MANAGAGINA_MEMAER (Date) ITB No. 23-10 Best and Final Offer ATTACHMENTA UNITPRICE CONTRACTFORI INSTALLATION OF WATERWASTEMATEUNDFAGROUNDUTLTES BEST ANDI FINAL OFFER (BAFO)- July1,2024 ColD ColE Quantity Unit SECTIONA A-UNIT COST/PRICES 200 LF $ 400 LF $ 2,000 LF $ 800 LF $ 100 LF $ 600 LF $ 100 LF $ 161.03 $ 100 LF $ 200 LF $ 200 LF $ 100 LF $ 100 LF $ 131.59 $ 100 LF $ 200 LF $ 200 LF $ 94.51 $ 800 LF $ 800 LF $ 600 LF $ 600 LF $ 600 LF $ 400 LF $ 300 LF $ 300 LF $ 600 LF $ 400 LF $ 300 LF $ 300 LF $ ColA ColB Item! No. A1 PVCDR-18 (a) 2-inch (SDR21, Press Class 200) (b) 4-inch (c) 6-inch (d) 8-inch (e) 10inch (f) 12inch (g) 16-inch A2 DIP Class 50 Cement LinedI Interiorf for Water Mains (a) 4-inch (b) 6inch () 8-inch (e) 12-inch (f) 16-inch A3 DIP Class 50 (a) 4-inch (b) 6inch (c) 8-inch A4 PVCSDR-26 8"Gravitys Sewer (a) 0-6' (b) 6-8 (c) 8-10' (d) 10'-12' A5 PVCSDR-26 10" Gravity Sewer (a) 0-6' (b) 6'-8' (c) 8-10' (d) 10'-12' A6 PVCSDR-26 12"G Gravity! Sewer (a) 0'-6' (b) 6-8' (c) 8-10' (d) 10'-12' A7 Precast Concretel Manhole (a) 0-6 (b) 6'-8' (c) 8'-10' (d) 10'-12' ColC Description ColF Price ColG ColH Coll Material Unit Installed "labor" Total Unit Price. Total Cost Unit Price Materials & Labor (Col: D*Col.H) 3.71 $ 12.00 $ 23.31 $ 40.38 $ 62.67 $ 86.38 $ 20.80 $ 22.87 $ 25.71 $ 31.02 $ 38.00 $ 44.00 $ 50.00 $ 30.13 $ 31.11 $ 35.77 $ 47.50 $ 57.56 $ 34.70 $ 35.41 $ 41.20 $ 41.00 $ 48.33 $ 75.21 $ 85.21 $ 41.00 $ 48.33 $ 75.21 $ 85.21 $ 40.46 $ 57.01 $ 81.90 $ 98.27 $ 24.51 $ 4,902.00 34.87 $ 13,948.00 49.02 $ 98,040.00 71.40 $ 57,120.00 100.67 $ 10,067.00 130.38 $ 78,228.00 211.03 $ 21,103.00 86.78 $ 8,678.00 70.20 $ 14,040.00 86.61 $ 17,322.00 130.37 $ 13,037.00 189.15 $ 18,915.00 121.00 $ 12,100.00 106.29 $ 21,258.00 135.71 $ 27,142.00 63.60 $ 50,880.00 70.93 $ 56,744.00 97.81 $ 58,686.00 107.81 $ 64,686.00 76.16 $ 45,696.00 83.49 $ 33,396.00 110.37 $ 33,111.00 120.37 $ 36,111.00 91.00 $ 54,600.00 107.55 $ 43,020.00 132.44 $ 39,732.00 148.81 $ 44,643.00 56.65 $ 39.09 $ 50.84 $ 82.87 $ Epoxy! Lined Interiori for Sewer Force Mains 86.30 $ 70.88 $ 22.60 $ 22.60 $ 22.60 $ 22.60 $ 35.16 $ 35.16 $ 35.16 $ 35.16 $ 50.54 $ 50.54 $ 50.54 $ 50.54 $ 4 EA $ 4,546.69 $ 3,432.56 $ 7,979.25 $ 31,917.00 4 EA $ 5,518.20 $ 4,173.05 $ 9,691.25 $ 38,765.00 2 EA $ 6,477.30 $ 5,227.96 $ 11,705.26 $ 23,410.52 2 EA $ 7,424.49 $ 6,630.77 $ 14,055.26 $ 28,110.52 7/1/20241-19PM 1of14 ITB No. 23-10E Bid Form Final BAFO ATTACHMENTA Material Unit Installed." "labor"! Total Unit Price Total Cost Material Unit. Installed "labor" Total Unit Price Total Cost Item No. Item No. Description Description Quantity Unit. Quantity Unit: 10 EA $ Price Price 53.56 $ Unit Price Materials & Labor (Col.D*COL.H) Unit Price Materials & Labor (Col. D*COL.H) A8 Mechanical. Joint Belll Restraints (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e) 10-inch (f) 12-inch (g) 16-inch A9 Mechanical. Joint Belll Restraints (Epoxy coated withs stainless steel hardware) (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e) 10-inch (f) 12-inch (g) 16-inch A10 Ductile Iron Fittings (C-153 Compact Fittings) A10A Ductile Iron Fittings (C-153 CompactF Fittings) A11 Ductile Iron Fittings (C-153 Compactr Fittings) A11A Ductile Iron Fittings (C-153 Compact Fittings) A12 Mega-Lug Restraint (Series 2000 pvo or equal) (Per one (1) unit) (a) 4-inch (b) 6-inch (c) 8-inch (d) 10-inch (e) 12-inch (f) 16-inch 85.53 $ 139.09 $ 1,390.90 314.80 $ 3,148.00 361.00 $ 21,660.00 524.01 $ 20,960.40 820.50 $ 8,205.00 991.50 $ 14,872.50 10 EA $ 161.88 $ 152.92 $ 60 EA $ 199.64 $ 161.36 $ 40 EA $ 326.50 $ 197.51 $ 10 EA $ 559.58 $ 260.92 $ 15 EA $ 662.49 $ 329.01 $ 1 EA $ 1,112.90 $ 482.24 $ 1,595.14 $ 1,595.14 4 EA $ 182.23 $ 4 EA $ 260.15 $ 163.85 $ 20 EA $ 340.28 $ 175.23 $ 10 EA $ 477.62 $ 217.38 $ 90.27 $ 272.50 $ 1,090.00 424.00 $ 1,696.00 515.51 $ 10,310.20 695.00 $ 6,950.00 10 EA $ 812.45 $ 287.56 $ 1,100.01 $ 11,000.10 10 EA $ 855.00 $ 347.54 $ 1,202.54 $ 12,025.40 1 EA $ 2,497.36 $ 575.00 $ 3,072.36 $ 3,072.36 3 Tons 0.5 Tons 9,690.00 $ 7,234.00 $ 16,924.00 $ 50,772.00 27,321.50 $ 6,600.00 $ 33,921.50 $ 16,960.75 (Interior Cement Lineda and Exterior Ceramic Epoxy Coated) (Interior Cement Lined and Exterior Fusion Bonded Epoxy Coated) (Interior Cement Lineda and Exterior Ceramic Epoxy Coated) (Interior and Exterior Fusion Bonded Epoxy Coated) 0.5 Tons $ 14,107.40 $ 7,083.26 $ 21,190.66 $ 10,595.33 0.5 Tons 16,539.50 $ 8,100.00 $ 24,639.50 $ 12,319.75 20 EA $ 100 EA $ 74.94 $ 147.06 $ 90.38 $ 199.13 $ 222.00 $ 4,440.00 289.51 $ 28,951.00 273.55 $ 16,413.00 495.50 $ 4,955.00 555.51 $ 33,330.60 782.55 $ 7,825.50 60 EA $ 121.65 $ 151.90 $ 10 EA $ 215.94 $ 279.56 $ 60 EA $ 232.58 $ 322.93 $ 10 EA $ 480.63 $ 301.92 $ 7/1/20241:19PM 2of14 ITBI No. 23-10E Bid Form Final BAFO ATTACHMENTA Material Unit Installed' labor" Total Unit Price Total Cost Material Unit Installed' "labor" Total Unit Price Total Cost Item No. Item No. Description Description Quantity Unit Quantity Unit Price. Price Unit Price Materials & Labor (Col. D*Col.H) Unit Price: Materials & Labor (Col. D* Col.H) A12A Mega-Lug Restraint (Series 2000p pv ore equal) (Per one (1) unit) (Stainless Steel Hardware) (a) 4-inch (b) 6-inch (c) 8-inch (d) 10-inch (e) 12-inch (f) 16-inch A13 Tapping Sleeve and Valve (pressure test &t tapi included) (a) 6"x2"( (Services saddle8 & gate valve) (b) 6"x4" (c) 6"x6" (d) 8"x6" (e) 8"x8" (f) 10"x6" (g) 10"x8" (h) 12"x6" () 12"x8" (i) 12"x12" (k) 16"x6" (I) 16"x8" A14 Resilient! Seat Gate' Valve (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e) 10-inch (f) 12-inch (g) 16-inch (a) 2ft. (b) 3ft. 10 EA $ 224.19 $ 177.31 $ 40 EA $ 343.20 $ 248.30 $ 40 EA $ 440.52 $ 303.49 $ 10 EA $ 537.56 $ 351.94 $ 30 EA $ 560.00 $ 422.77 $ 401.50 $ 4,015.00 591.50 $ 23,660.00 744.01 $ 29,760.40 889.50 $ 8,895.00 982.77 $ 29,483.10 5 EA $ 1,080.58 $ 624.64 $ 1,705.22 $ 8,526.10 4 EA $ 1,291.08 $ 1,330.95 $ 2,622.03 $ 10,488.12 2 EA $ 3,337.09 $ 2,797.91 $ 6,135.00 $ 12,270.00 12 EA $ 3,840.46 $ 2,931.38 $ 6,771.84 $ 81,262.08 4 EA $ 4,135.94 $ 3,314.07 $ 7,450.01 $ 29,800.04 2 EA $ 5,307.44 $ 3,549.07 $ 8,856.51 $ 17,713.02 1 EA $ 5,620.57 $ 3,496.44 $ 9,117.01 $ 9,117.01 1 EA $ 6,014.33 $ 3,784.67 $ 9,799.00 $ 9,799.00 4 EA $ 4,310.77 $ 3,878.79 $ 8,189.56 $ 32,758.24 2 EA $ 5,201.46 $ 4,309.16 $ 9,510.62 $ 19,021.24 2 EA $ 11,385.01 $ 5,310.08 $ 16,695.09 $ 33,390.18 1 EA $ 4,160.05 $ 5,686.92 $ 9,846.97 $ 9,846.97 1 EA $ 5,152.02 $ 6,117.00 $ 11,269.02 $ 11,269.02 2 EA $ 1,156.57 $ 760.94 $ 1,917.51 $ 3,835.02 4 EA $ 1,416.08 $ 808.93 $ 2,225.01 $ 8,900.04 20 EA $ 1,744.63 $ 945.00 $ 2,689.63 $ 53,792.60 10 EA $ 2,475.78 $ 1,077.34 $ 3,553.12 $ 35,531.20 1 EA $ 3,620.14 $ 1,176.98 $ 4,797.12 $ 4,797.12 4 EA $ 4,530.31 $ 1,460.09 $ 5,990.40 $ 23,961.60 2 EA $ 14,000.00 $ 2,051.48 $ 16,051.48 $ 32,102.96 A14A Resilient Seat Gate Valve Stem Extension A14B Resilient Seat Gate Valvel Box Extension (a) Boxl height upt to5ft. (b) Boxh height upt to6 6ft A15 Resilient Seat Gate Valve (with stainless steel hardware, epoxy coatede exterior, low: zinc stem and bronze operating nut) (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e) 10-inch (f) 12-inch (g) 16-inch 4 EA $ 230.05 4 EA $ 293.11 4 EA $ 463.00 EA $ 313.38 N/A $ N/A $ N/A $ N/A $ 230.05 $ 293.11 $ 1,172.44 463.00 $ 1,852.00 313.38 $ 1,253.52 920.20 2 EA $ 1,168.82 $ 795.00 $ 1,963.82 $ 3,927.64 4 EA $ 2,154.15 $ 920.00 $ 3,074.15 $ 12,296.60 20 EA $ 2,816.40 $ 955.00 $ 3,771.40 $ 75,428.00 10 EA $ 3,295.43 $ 1,063.93 $ 4,359.36 $ 43,593.60 1 EA $ 5,949.05 $ 1,274.42 $ 7,223.47 $ 7,223.47 4 EA $ 7,201.80 $ 1,414.90 $ 8,616.70 $ 34,466.80 2 EA $ 21,025.85 $ 1,904.65 $ 22,930.50 $ 45,861.00 7/1/20241:19P PM 3of14 ITBI No. 23-10Bid Form Final BAFO ATTACHMENTA Material Unit Installed" "labor" Total Unit Price Total Cost Material Unit Installed' "labor") Total Unit Price Total Cost Item No. Item No. Description. Description Quantity Unit Quantity Unit Price Price Unit Price Materials & Labor (Col:D*Col.H) Unit Price. Materials & Labor (Col.D*Col.H) A15A Resilient Seat Gate' Valve (a) 2ft. (b) 3ft. A16 Eccentric Plug Valve (a) 6-inch (b) 8-inch (c) 12-inch A17 Sanitary Sewer Services (a) 0'-6' (single) (b) 0'-6' (double) (c) 6'-Over (single) (d) 6'-Over (double) A17A 6" Sanitary Sewer Services Additional Footage (a) 0'-6' (b) 6'-Over A18 Sanitary Sewer Services (constructed one existings sewer lines- unlined) (a) 0'-6 (single) (b) 0'-6' (double) (c) 6'-Over (single) (d) 6'-Over (double) A19 Sanitary! Sewer Services (constructed one existing sewer lines- lined) (a) 0'-6' (single) (b) 0'-6' (double) (c) 6'-Over (single) (d) 6-Over (double) A20 Sanitary Sewer Cleanouts (toe existings sanitary sewer laterals) (a) 0'-6'(4") (c) 0'-6'( (6") A21 Cleanout Ringa and Cover (lowz zinc stem extension: and bronze operating nut) 2 EA $ 378.34 2 EA $ 457.46 N/A $ N/A $ 378.34 $ 457.46 $ 756.68 914.92 (Bi-Directional, Epoxy Coated [Interior and Exterior), Sealed Gear Actuator, Welded Nickel Seat) 2 EA $ 1,912.24 $ 1,372.76 $ 3,285.00 $ 6,570.00 3,013.35 $ 1,425.00 $ 4,438.35 $ 8,876.70 EA $ 4,757.13 $ 1,475.00 $ 6,232.13 $ 6,232.13 2 EA (constructed inc conjunction with gravitys sewer) 20 EA $ 1,004.91 $ 1,138.58 $ 2,143.49 $ 42,869.80 10 EA $ 1,175.91 $ 1,217.58 $ 2,393.49 $ 23,934.90 10 EA $ 1,024.71 $ 1,384.62 $ 2,409.33 $ 24,093.30 5 EA $ 1,181.79 $ 1,405.05 $ 2,586.84 $ 12,934.20 150 LF $ 100 LF $ 15.26 $ 16.37 $ 31.45 $ 38.86 $ 46.71 $ 7,006.50 55.23 $ 5,523.00 10 EA $ 936.48 $ 1,831.45 $ 2,767.93 $ 27,679.30 4 EA $ 1,328.20 $ 2,201.41 $ 3,529.61 $ 14,118.44 5 EA $ 985.80 $ 2,611.71 $ 3,597.51 $ 17,987.55 2 EA $ 1,486.81 $ 2,938.58 $ 4,425.39 $ 8,850.78 20 EA $ 1,261.76 $ 2,287.79 $ 3,549.55 $ 70,991.00 8 EA $ 1,375.13 $ 2,553.46 $ 3,928.59 $ 31,428.72 10 EA $ 1,261.32 $ 3,263.60 $ 4,524.92 $ 45,249.20 8 EA $ 1,232.93 $ 3,532.01 $ 4,764.94 $ 38,119.52 5 EA $ 332.56 $ 1,282.45 $ 1,615.01 $ 8,075.05 5 EA $ 450.94 $ 1,621.56 $ 2,072.50 $ 10,362.50 5 EA $ 153.55 I$ 506.30 $ 659.85 $ 3,299.25 (constructed onr new ore existing cleanouts) 7/1/20241:19 PM 4of14 ITB No. 23-10E Bid Form Final BAFO Material Unit Installed "labor" Total Unit Price Total Cost Material Unit Installed' "labor" Total Unit Price Total Cost Item No. Item No. Description Description Quantity Unit Quantity Unit Price Price Unit Price Materials & Labor (Col.D*Col.H) Unit Price Materials & Labor (Col.D*Col.H) A22 Water Services (on 6" ors smaller main) (constructedi inc conjunction withy water main) (a) 1"( (singles short) (b) 1" (single long) (c) 1" (double short) (d) 1"( (double long) (e) 2" (singles short) (f) 2" (single long) (g) 2" (double short) (h) 2"( (double long) A22A Water Services- Horizontally Drilled (FDOTS spec) (constructed in conjunction with 6" or smaller water main) (a) 1"( (single short) (b) 1"( (single long) (c) 1"( (double short) (d) 1"( (double long) (e) 2"( (single short) (f) 2"( (single long) (g) 2"( (double short) (h) 2" (double long) A22B Water Services (on 6" ors smaller main) (constructed one existing water main) (a) 1"( (singles short) (b) 1"( (single long) (c) 1"( (double short) (d) 1"( (double long) (e) 2" (single short) (f) 2" (singlel long) (g) 2"( (double short) (h) 2"( (double long) (a) 1"( (single short) (b) 1"( (singlel long) (c) 1"( (double short) (d) 1"( (double long) (e) 2"( (single short) (f) 2"( (single long) (g) 2"( (double short) (h) 2"( (doublel long) A22D Water Service! Saddle Size Adjustment (constructed on water main 8" or larger) (a) 8"x1" (b) 8"x2" (c) 10"x1" (d) 10"x2" (e) 12"x1" (f) 12"x2" (g) 16"x1" 54/202411M 16"x2" 40 EA $ 647.62 $ 725.00 $ 40 EA $ 829.18 $ 768.94 $ 20 EA $ 1,706.64 $ 1,372.62 $ 54,904.80 1,598.12 $ 63,924.80 20 EA $ 1,103.51 $ 925.00 $ 2,028.51 $ 40,570.20 20 EA $ 1,257.54 $ 1,228.80 $ 2,486.34 $ 49,726.80 20 EA $ 2,239.41 $ 1,230.66 $ 3,470.07 $ 69,401.40 10 EA $ 3,160.36 $ 1,025.00 $ 4,185.36 $ 41,853.60 850.00 $ 2,556.64 $ 51,132.80 10 EA $ 3,489.97 $ 1,352.35 $ 4,842.32 $ 48,423.20 Horizontal Single Short application by open cut method 10 EA 5 EA 10 EA 5 EA $ $ $ $ $ $ $ $ 10 EA $ 971.63 $ 2,537.50 $ 3,509.13 $ 35,091.30 5 EA $ 1,263.05 $ 2,634.26 $ 3,897.31 $ 19,486.55 10 EA $ 2,123.57 $ 2,750.00 $ 4,873.57 $ 48,735.70 5 EA $ 3,531.88 $ 2,825.00 $ 6,356.88 $ 31,784.40 4 EA $ 746.76 $ 1,257.16 $ 2,003.92 $ 8,015.68 EA $ 847.64 $ 1,881.48 $ 2,729.12 $ 10,916.48 EA $ 1,152.26 $ 1,325.00 $ 2,477.26 $ 2,477.26 I EA $ 1,286.93 $ 1,920.86 $ 3,207.79 $ 3,207.79 EA $ 2,013.94 $ 1,350.00 $ 3,363.94 $ 3,363.94 EA $ 2,268.02 $ 2,023.23 $ 4,291.25 $ 4,291.25 EA $ 3,303.87 $ 1,425.00 $ 4,728.87 $ 4,728.87 EA $ 3,582.62 $ 2,161.13 $ 5,743.75 $ 5,743.75 Horizontal: Single Short application by open cut method A22C Water Services- Horizontally Drilled (FDOT spec) (constructed on existinge 6" ors smaller water main) 4 EA $ 1 EA 1 EA 1 EA $ $ $ $ $ $ $ $ $ 6,862.62 $ 6,862.62 268.05 $ 6,701.25 287.38 $ 2,873.80 367.00 $ 1,835.00 379.48 $ 1,897.40 410.43 $ 4,104.30 435.90 $ 4,359.00 605.89 $ 2,423.56 4 EA $ 1,315.14 $ 3,062.50 $ 4,377.64 $ 17,510.56 1 EA $ 1,316.96 $ 3,175.00 $ 4,491.96 $ 4,491.96 1 EA $ 2,267.49 $ 3,225.00 $ 5,492.49 $ 5,492.49 1 EA $ 3,612.62 $ 3,250.00 $ 25 EA $ 160.55 $ 107.50 $ 10 EA $ 182.38 $ 105.00 $ 5 EA $ 237.00 $ 130.00 $ 5 EA $ 241.98 $ 137.50 $ 10 EA $ 242.93 $ 167.50 $ 10 EA $ 265.90 $ 170.00 $ EA $ 380.89 $ 225.00 $ 55: 14 1$ 391.32 $ 230.00 $ B-NO.23-16 621.32S. Form 2,485.28 Finat-BAFe ATTACHMENTA Material Unit Installed "labor" Total Unit Price. Total Cost Material Unit Installed labor" Total Unit Price Total Cost Item No. Item No. Description. Description Quantity Unit Quantity Unit 100 LF $ 100 LF $ Price Price 0.89 $ 3.12 $ Unit Price: Materials & Labor (Col. .D*COl.H) Unit Price Materials &1 Labor (Col. D*COl.H) A22E Water Services Pipeline Additional Footage (a) 1"H HDPE Water Service (b) 2"H HDPE Water Service A23 Blow-off Assembly A24 Fire Hydrant Assembly (a) 6"x6"tee (b) 8"x6"tee (c) 10"x6"tee (d) 12"x6"1 tee A25 Firel Hydrant Assembly (constructed one existing water main) (a) 6"x6"t tapping sleeve (b) 8"x6"t tapping sleeve (c) 10"x6" tapping sleeve (d) 12"x6" tapping sleeve (e) 16"x6" tapping sleeve A25A Firel Hydrant Barrel Extension (a) 6"extension (b) 12" extension (c) 24" extension (d) 30" extension A26 Bacteriological: Sample Point (constructed onv water main) A27 Bacteriological: Sample Point (usinga a water: service orf firel hydrant) A28 2" Manual. Air Release Valve A29 Dewatering (a) 0'-6' (b) 6-12' (c) 12'-18' A30 Remove Pressure Pipe (a) 4" (b) 6" (c) 8" (d) 10" (e) 12" (f) Cost Credit A31 Grouta and/ Abandon Pressure Pipe (a) 4" (b) 6" (c) 8" (d) 10" (e) 12" 7/1/20241:19 PM 28.14 $ 30.79 $ 29.03 $ 2,903.00 33.91 $ 3,391.00 5 EA $ 2,667.02 $ 1,353.74 $ 4,020.76 20,103.80 (constructed! ino conjunction with water main) 6 EA EA 5,845.35 $ 2,405.00 $ 8,250.35 $ 49,502.10 5,978.59 $ 2,513.67 $ 8,492.26 $ 16,984.52 2 EA > 6,471.10 $ 2,774.52 $ 9,245.62 $ 18,491.24 2 EA $ 6,864.15 $ 2,904.96 $ 9,769.11 $ 19,538.22 4 EA $ 7,068.80 $ 4,015.33 $ 11,084.13 $ 44,336.52 2 EA $ 7,298.82 $ 4,075.61 $ 11,374.43 $ 22,748.86 1 EA $ 7,931.45 $ 4,418.83 $ 12,350.28 $ 12,350.28 1 EA $ 7,406.98 $ 4,594.16 $ 12,001.14 $ 12,001.14 1 EA $ 7,587.01 $ 5,368.39 $ 12,955.40 $ 12,955.40 1 EA $ 764.74 $ 863.00 $ 1,627.74 $ 1,627.74 1 EA $ 1,024.24 $ 980.76 $ 2,005.00 $ 2,005.00 1 EA $ 1,581.11 $ 1,005.76 $ 2,586.87 $ 2,586.87 1 EA $ 1,987.22 $ 1,130.76 $ 3,117.98 $ 3,117.98 30 EA $ 450.00 $ 800.00 $ 1,250.00 $ 37,500.00 10 EA $ 171.83 $ 900.00 $ 1,071.83 $ 10,718.30 2 EA $ 2,973.89 $ 1,525.00 $ 4,498.89 $ 8,997.78 400 LF 200 LF 200 LF 400 LF 600 LF 500 LF 200 LF 200 LF 600 LF 500 LF $ 2,500 LF $ 1,000 LF $ 800 LF $ 500 LF $ 6of14 N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A 2.00 $ 2.85 $ 4.29 $ 6.35 $ 9.49 $ 35.20 $ 40.28 $ 50.72 $ 16.25 $ 17.75 $ 19.46 $ 21.75 $ 27.75 $ N/A $ 9.47 $ 9.97 $ 10.25 $ 12.37 $ 12.75 $ 35.20 $ 14,080.00 40.28 $ 8,056.00 50.72 $ 10,144.00 16.25 $ 6,500.00 17.75 $ 10,650.00 19.46 $ 9,730.00 21.75 $ 4,350.00 27.75 $ 5,550.00 $ 11.47 $ 5,735.00 12.82 $ 32,050.00 14.54 $ 14,540.00 18.72 $ 14,976.00 22.24 $ 11,120.00 ITBI No. 23-10B Bidi Form Final BAFO ATTACHMENTA Material Unit Installed' "labor" Total Unit Price Total Cost Material Unit Installed' "labor" Total Unit Price Total Cost Item No. Item! No. Description: Description Quantity. Unit Quantity. Unit 500 LF 500 LF 400 LF 500 LF 400 LF $ 400 LF $ 400 LF $ 2 EA 2 EA 2 EA 1 EA 1 EA Price Price N/A $ N/A $ N/A $ N/A Unit Price Materials & Labor (Col.D*Col:H): Unit Price Materials & Labor (Col.D*Col.H) A32 Remove Sanitary! Sewer Main (a) 8" (b) 10" (c) 12" (d) Cost Credit A33 Grouta and Abandon Sanitary Sewer Main (a) 8" (b) 10" (c) 12" A34 Remove Sanitary Sewer Manhole (a) 0'-6' (b) 6-8' (c) 8-10' (d) 10'-12' (e) 12'-14' A35 Relocate Fire Hydrant A36 Outside dropo on! Manhole (a) 6-8' (b) 8'-10' (c) 10'-12' 17.53 $ 18.53 $ 20.25 $ N/A $ 13.97 $ 16.13 $ 16.62 $ 17.53 $ 8,765.00 18.53 $ 9,265.00 20.25 $ 8,100.00 $ 17.51 $ 7,004.00 21.50 $ 8,600.00 24.47 $ 9,788.00 3.54 $ 5.37 $ 7.85 $ N/A $ 2,377.86 $ 2,377.86 $ 4,755.72 N/A $ 2,487.26 $ 2,487.26 $ 4,974.52 N/A $ 2,929.06 $ 2,929.06 $ 5,858.12 N/A $ 3,227.68 $ 3,227.68 $ 3,227.68 N/A $ 3,599.65 $ 3,599.65 $ 3,599.65 2 EA $ 3,221.18 $ 3,812.17 $ 7,033.35 $ 14,066.70 2 EA $ 975.00 $ 1,831.44 $ 2,806.44 $ 5,612.88 2 EA $ 1,075.00 $ 1,831.44 $ 2,906.44 $ 5,812.88 2 EA $ 1,199.19 $ 2,532.18 $ 3,731.37 $ 7,462.74 SECTION A:SUBTOTAL $ 3,806,862.17 7/1/20241:19F PM 7of14 ITBI No. 23-10 Bid Form Final BAFO ATTACHMENTA Material Unit Installed" "labor" Total Unit Price Total Cost Material Unit Installed" "labor" Total Unit Price Total Cost Item No. Item No. Description. Description Quantity Unit Quantity Unit SECTION. B-Restoration 1,000 SY $ 1,000 SY $ 1,000 SY $ 7,500 SY $ 750 LF 400 SY $ 400 SY $ 100 LF $ 100 LF $ 400 CY $ 21.20 $ 5 CY $ 5 CY $ 5 CY $ 5 CY $ 10 Bag $ 2,000 SY $ 2,000 SY $ 500 SY $ Price Price Unit Price Materials & Labor (Col. D*COL.H) Unit Price Materials & Labor (Col. D*Col.H) B1 Pavement Repaira and Replacement (a) Asphalt Road (b) Asphalt Driveway (c) Asphalt Millings (d) Asphalt overlay (e) Asphalt milling/removal (2' taper standard.) () Add. S-3 Asphalt (g) Cold Mix Asphalt (g) Concrete Driveway (6") (h) Concrete Sidewalk (4") Concrete Curb 1.Curba and Gutter 2.'D' Curb 41.00 $ 38.50 $ 12.25 $ 10.65 $ N/A $ 43.95 $ 32.12 $ 16.25 $ 11.50 $ 76.63 $ 72.84 $ 25.25 $ 21.60 $ 28.00 $ 99.25 $ 84.50 $ $ 66.00 $ 62.50 $ 43.00 $ 37.50 $ 35.64 $ 44.45 $ 46.95 $ 26.29 $ 6.15 $ 10.75 $ 5.50 $ 117.63 $ 117,630.00 111.34 $ 111,340.00 37.50 $ 37,500.00 32.25 $ 241,875.00 28.00 $ 21,000.00 422.00 $ 472.00 $ 9,440.00 143.20 $ 57,280.00 116.62 $ 46,648.00 $ 82.25 $ 8,225.00 74.00 $ 7,400.00 64.20 $ 25,680.00 67.57 $ 47.79 $ 74.50 $ 69.50 $ 34.64 $ 1 Ton $ 134.50 $ 287.50 $ 20 Ton $ 192.50 $ 279.50 $ 422.00 (i) B2 Coquina Rock Base B3 Miscellaneous Materials (a) Sand (b) Fill (c) #57 Rock (d) ShellF Rock (e) Suremix Concrete! 80# B4 Sod Replacement (a) Bahia (b) Floratam B5 Seed and Mulch 30.07 $ 12.15 $ 30.05 $ 22.55 $ 8.35 $ 2.96 $ 4.93 $ 2.08 $ SECTION B:SUBTOTAL $ 337.85 238.95 372.50 347.50 346.40 9.11 $ 18,220.00 15.68 $ 31,360.00 7.58 $ 3,790.00 739,453.20 7/1/20241:19 PM 8of14 ITBI No. 23-10 Bid Form Finai BAFO ATTACHMENT/ A Material Unit Installed "labor" Total Unit Price Total Cost Material Unit Installed' "labor" Total Unit Price Total Cost Item No. Item No. Description. Description Quantity Unit Quantity Unit. Price Price Unit Price. Materials & Labor (Col.D*.COL.H) Unit Price Materials & Labor (Col.D*COL.H) SECTION- C: Time andl Expense Rates (TOE BE USED ON7 T&E ORDERS ONLY) C1 Equipment Hourly Rates (a) Trackhoe (specify model) (medium) (large) (b) Combination! Backhoe (c) Fronte endl Loader (d) Grader (e) Dump Truck(9CY) (f) Tandem Dump Truck( (18CY) (g) Forklift (h) Crew7 Truckv with! hand tools () TrashF Pump 3" () Trash Pump 2" (K) Walkk behind Vibrating Roller (1) Rev. Plate Compactor (m) Jumping. Jack (n) Cuto offs saw (14") (o) Streets saw (14") (p) Gradall (q) Roller (r) Welding" Truck (s) Welder (t) Cement Mixer (u) Box Blade (v) Water Truck Crew Hourly Rates (a) Crew! Man (b) Foreman (c) Supervisor Overtime Crew! Hourly Rates (a) Crew Man (b) Foreman (c) Supervisor C4 "Off-peak Hour" Crew Hourly Rates (a) Crew! Man (b) Foreman (c) Supervisor 200 HR 200 HR 200 HR 200 HR 200 HR 400 HR 500 HR 100 HR 200 HR 200 HR 200 HR 500 HR 500 HR 500 HR 100 HR 100 HR 200 HR 100 HR 20 HR 20 HR 20 HR 20 HR 20 HR 400 HR 80 HR 80 HR 200 HR 20 HR 20 HR 200 HR 20 HR 20 HR N/A $ N/A $ 125.00 $ N/A $ N/A $ 102.50 $ N/A $ 105.00 $ N/A $ N/A $ 107.93 $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ 123.00 $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ N/A $ 133.83 $ N/A $ 165.80 $ SECTION C:SUBTOTAL $ 87.50 $ 82.03 $ 68.00 $ 34.33 $ 33.23 $ 15.50 $ 11.75 $ 20.50 $ 20.75 $ 18.25 $ 9.05 $ 15.25 $ 44.75 $ 72.90 $ 51.67 $ 14.83 $ 52.50 $ 70.75 $ 67.78 $ 88.76 $ 103.50 $ 91.49 $ 125.81 $ 182.03 $ 92.59 $ 87.50 $ 17,500.00 125.00 $ 25,000.00 82.03 $ 16,406.00 102.50 $ 20,500.00 105.00 $ 21,000.00 68.00 $ 27,200.00 107.93 $ 53,965.00 34.33 $ 3,433.00 33.23 $ 6,646.00 15.50 $ 3,100.00 11.75 $ 2,350.00 20.50 $ 10,250.00 20.75 $ 10,375.00 18.25 $ 9,125.00 9.05 $ 15.25 $ 1,525.00 123.00 $ 24,600.00 44.75 $ 4,475.00 72.90 $ 1,458.00 51.67 $ 1,033.40 14.83 $ 52.50 $ 1,050.00 70.75 $ 1,415.00 67.78 $ 27,112.00 88.76 $ 7,100.80 103.50 $ 8,280.00 91.49 $ 18,298.00 125.81 $ 2,516.20 182.03 $ 3,640.60 92.59 $ 18,518.00 133.83 $ 2,676.60 165.80 $ 3,316.00 905.00 296.60 355,066.20 7/1/20241:191 PM 9of14 ITBI No. 23-10E BidF Form Final BAFO ATTACHMENTA Material Unit Installed! "labor" Total Unit Price Total Cost Material Unit Installed "labor" Total Unit Price Total Cost Item No. Item No. Description Description. Quantity Unit Quantity Unit Price Price Unit Price Materials & Labor (Col:D*CoL.H) Unit Price Materials & Labor (Col. D*Col.H) SECTION D-High Density Polyethylene Piping & Horizontal Directional Boring (See A10 & A11 for fittings). D1 High Density Polyethylene Pipe (HDPE-DR17) (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e) 12i inch D2 Horizontal Directional Boring (HDPE-DR11) (a) 2-inch (DR-9CTSOnly) (b) 4-inch (c) 6-inch (d) 8-inch (e) 12inch (f) 16-inch (g) 18-inch (h) 20-inch () 24-inch D3 PVCDR-181 Driveway Bores 20-foot! length (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e) 12-inch 40-footl length (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e) 12-inch 60-foot length (a) 2-inch (b) 4-inch (c) 6-inch (d) 8-inch (e) 12-inch 200 LF $ 100 LF $ 200 LF $ 100 LF $ 600 LF $ 200 LF $ 200 LF $ 800 LF $ 250 LF $ 400 LF $ 200 LF $ 3.20 $ 7.17 $ 11.00 $ 20.74 $ 39.13 $ 4.56 $ 10.42 $ 15.77 $ 25.79 $ 54.79 $ 101.80 $ 98.76 $ 140.25 $ 21.60 $ 30.45 $ 34.78 $ 50.88 $ 59.78 $ 35.38 $ 48.25 $ 50.00 $ 69.65 $ 24.80 $ 4,960.00 37.62 $ 3,762.00 45.78 $ 9,156.00 71.62 $ 7,162.00 98.91 $ 59,346.00 39.94 $ 7,988.00 58.67 $ 11,734.00 65.77 $ 52,616.00 95.44 $ 23,860.00 156.59 $ 62,636.00 239.01 $ 47,802.00 290.36 $ 58,072.00 367.07 $ 73,414.00 535.22 $ 107,044.00 200 LF $ 116.94 $ 173.42 $ 200 LF $ 141.32 $ 225.75 $ 200 LF $ 196.92 $ 338.30 $ 2 EA $ 88.28 $ 2,271.22 $ 2,359.50 $ 4,719.00 4 EA $ 268.73 $ 2,879.00 $ 3,147.73 $ 12,590.92 10 EA $ 503.51 $ 3,577.00 $ 4,080.51 $ 40,805.10 8 EA $ 835.78 $ 4,157.50 $ 4,993.28 $ 39,946.24 4 EA $ 2,216.19 $ 4,978.00 $ 7,194.19 $ 28,776.76 2 EA $ 197.97 $ 2,426.04 $ 2,624.01 $ 5,248.02 2 EA $ 537.45 $ 3,383.00 $ 3,920.45 $ 7,840.90 4 EA $ 985.62 $ 4,304.00 $ 5,289.62 $ 21,158.48 4 EA $ 1,671.57 $ 4,965.00 $ 6,636.57 $ 26,546.28 4 EA $ 4,432.38 $ 6,056.00 $ 10,488.38 $ 41,953.52 2 EA $ 265.35 $ 2,573.66 $ 2,839.01 $ 5,678.02 2 EA $ 806.18 $ 3,711.00 $ 4,517.18 $ 9,034.36 2 EA $ 1,478.44 $ 4,831.00 $ 6,309.44 $ 12,618.88 2 EA $ 2,507.35 $ 5,522.50 $ 8,029.85 $ 16,059.70 2 EA $ 6,648.56 $ 6,933.00 $ 13,581.56 $ 27,163.12 SECTIOND:SUBTOTAL $ 829,691.30 7/1/20241:191 PM 10of14 ITBI No.: 23-10E Bid Form Final BAFO ATTACHMENTA Material Unit Installed' "labor" Total Unit Price Total Cost, Material Unit Installed' "labor" Total Unit Price Total Cost Item No. Item No. Description. Description Quantity Unit Quantity Unit SECTIONE-L Low Pressure! Sewer 2,000 L.F. $ 600 L.F. $ 400 L.F. $ 2,000 L.F. $ 600 L.F. $ 400 L.F. $ Price Price Unit Price Materials & Labor (Col.D*Col.H) Unit Price Materials & Labor (Col. D*Col. H) E1 IPS DR-11 HDPE Conventionally Laid) (a) 2-inch (b) 3-inch (c) 4-inch (a) 2-inch (b) 3-inch (c) 4-inch (a) 2-inch (b) 3-inch (c) 4-inch E4 IPSD DR-11 HDPE Tee Fitting (a) 2-inch (b) 3-inch (c) 4-inch E5 IPSDR-11 HDPE 90-Degree Bend Fitting (a) 2-inch (b) 3-inch (c) 4-inch E6 IPSDR-11HDPE 45-Degree Bend Fitting (a) 2-inch (b) 3-inch (C) 4-inch (a) 2-inch (b) 3-inch (c) 4-inch 3.31 $ 4.98 $ 6.09 $ 3.20 $ 4.77 $ 5.71$ 20.82 $ 23.09 $ 27.08 $ 27.38 $ 33.39 $ 39.72 $ 24.13 $ 48,260.00 28.07 $ 16,842.00 33.17 $ 13,268.00 30.58 $ 61,160.00 38.16 $ 22,896.00 45.43 $ 18,172.00 406.67 $ 24,400.20 517.12 $ 15,513.60 687.50 $ 6,875.00 132.40 $ 1,324.00 204.40 $ 1,226.40 250.25 $ E2 IPS DR-11 HDPE (Horizontal Directional Boring) E3 IPSDR-11 HDPE Weld-on Mechanical. Joint (MJ)A Adapator 60 EA. $ 170.76 $ 235.91 $ 30 EA. $ 156.54 $ 360.58 $ 10 EA. $ 201.45 $ 486.05 $ 10 EA. $ 6 EA. $ 3 EA. $ 10 EA. $ 6 EA. $ 3 EA. $ 10 EA. $ 6 EA. $ 3 EA. $ 10 EA. $ 3 EA. 16.09 $ 116.31 $ 29.75 $ 174.65 $ 41.31 I$ 208.94 $ 23.70 $ 117.24 $ 27.97 $ 162.85 $ 39.40 $ 202.32 $ 23.70 $ 117.24 $ 26.78 $ 162.85 $ 39.40 $ 203.39 $ 27.32 $ 117.39 $ 184.33 $ 193.59 $ 750.75 140.94 $ 1,409.40 190.82 $ 1,144.92 241.72 $ 725.16 140.94 $ 1,409.40 189.63 $ 1,137.78 242.79 $ 728.37 E7 IPSDR-11HDPE2 22.5-Degree Bend Fitting 144.71 $ 1,447.10 304.66 $ 1,827.96 377.92 $ 1,133.76 6 EA. $ 144.84 $ 159.82 $ 7/1/20241:19 PM 11of14 ITB No. 23-10B Bid Form Final BAFO ATTACHMENTA Material Unit Installed "labor" Total Unit Price. Total Cost Material Unit Installed' "labor" Total Unit Price Total Cost Item No. Item No. Description. Description Quantity Unit Quantity Unit Price Price Unit Price Materials &1 Labor (Col. D*Col.H) Unit Price Materials & Labor (Col. D*CoL.H) E8 IPSDR-11 HDPE: 11.25-Degree! Bend Fitting (a) 2-inch (b) 3-inch (c) 4-inch E9 IPSDR-11 HDPE! Reducer (a) 2-inchx3-inch (b) 2-inchx4-inch (c) 3-inchx4-inch E10 HDPET Transition to S.S. Male NPT (a) 1-1/4-inch (b) 2-inch (c) 3-Inch E11 Resilient Wedge Gatel Valves (a) 2-inch (b) 3-inch (c) 4-inch E12 Flushing Ports (a) In-Line (b) Dead-End E13 Existing Manhole Core (a) 2-inch (b) 3-inch (c) 4-inch 10 EA. $ 56.88 $ 120.01 $ 176.89 $ 1,768.90 272.40 $ 1,634.40 323.94 $ 6 EA. $ 112.58 $ 159.82 $ 3 EA. $ 130.35 $ 193.59 $ 971.82 20 EA. $ 12 EA. $ 6 EA. $ 10 EA. $ 5 EA. $ 53.33 $ 120.12 $ 55.31 $ 163.37 $ 59.25$ 204.47 $ 77.03 $ 188.43 $ 88.88 $ 207.18 $ 173.45 $ 3,469.00 218.68 $ 2,624.16 263.72 $ 1,582.32 265.46 $ 2,654.60 296.06 $ 1,480.30 374.31 $ 1,871.55 5 EA. $ 151.88 $ 222.43 $ 10 EA. $ 1,245.56 $ 881.94 $ 2,127.50 $ 21,275.00 6 EA. $ 1,391.56 $ 963.45 $ 3 EA. $ 1,578.58 $ 1,083.92 $ 2,355.01 $ 14,130.06 2,662.50 $ 7,987.50 2 EA. $ 1,606.28 $ 1,157.31 $ 2,763.59 $ 5,527.18 4 EA. $ 1,698.20 $ 1,057.31 $ 2,755.51 $ 11,022.04 NoN Material Cost 4 EA. $ 3 EA. $ 2 EA. $ $ 1,329.00 $ 1,329.00 $ 5,316.00 $ 1,372.50 $ 1,372.50 $ 4,117.50 $ 1,398.00 $ 1,398.00 2,796.00 E14 Forcel Main Services (on4 4" or smaller main) (constructedi inc conjunction withi force main) (a) 1-1/4" (single short) (b) 1-1/4" (single long) (c) 2" (single short) (d) 2" (single long) 20 EA. $ 570.44 $ 1,050.00 $ 20 EA. $ 821.35 $ 1,675.00 $ 1,620.44 $ 32,408.80 2,496.35 $ 49,927.00 20 EA. $ 741.55 $ 1,125.00 $ 1,866.55 $ 37,331.00 20 EA. $ 1,125.18 $ 1,950.00 $ 3,075.18 $ 61,503.60 E14A Forcel Main Services- Horizontally! Drilled (FDOTS spec) (constructedi inc conjunction with 4" ors smaller force main) (a) 1-1/4" (single short) (b) 1-1/4" (single long) (c) 2" (single short) (d) 2" (single long) 10 EA. $ 575.85 $ 1,925.00 $ 2,500.85 $ 25,008.50 10 EA. $ 752.49 $ 2,030.00 $ 2,782.49 $ 27,824.90 10 EA. $ 1,124.27 3,304.92 $ 4,429.19 $ 44,291.90 10 EA. $ 820.85 $ 2,885.00 $ 3,705.85 $ 37,058.50 7/1/20241:19PM 12of14 ITBI No. 23-10E Bid Form Final BAFO ATTACHMENTA Material Unit Installed' "labor" Total Unit Price Total Cost Material Unit Installed' "labor" Total Unit Price Total Cost Item No. Item No. Description Description Quantity Unit Quantity Unit Price Price Unit Price Materials & Labor (Col.D*Col.H) Unit Price Materials & Labor (Col.D*Col.H) E14B Force Main Services (on 6" ors smaller main) (constructed one existing forcer main) (a) 1-1/4" (single short) (b) 1-1/4" (single long) (c) 2" (single short) (d) 2" (single long) 4 EA. $ 599.80 $ 1,487.50 $ 2,087.30 $ 8,349.20 4 EA. $ 809.02 $ 2,312.50 $ 3,121.52 $ 12,486.08 4 EA. $ 786.96 $ 1,562.50 $ 2,349.46 $ 9,397.84 4 EA. $ 1,132.80 $ 2,261.07 $ 3,393.87 $ 13,575.48 E14C Force Main Services- Horizontally Drilled (FDOT spec) (constructed one existing 6" ors smalleri forcer main) (a) 1-1/4" (single short) (b) 1-1/4" (single long) (c) 2" (single short) (d) 2" (single long) E14D Forcel Main Service Saddle Size Adjustment (constructed on force main 6" orl larger) (a) 6"x1-1/4" (b) 8"x1-1/4" (c) 10"x1-1/4" (d) 12"x1-1/4" (e) 16"x1-1/4" (f) 6"x2" (g) 8"x2" (h) 10"x2" (i) 12"x2" () 16"x2" 4 EA. $ 590.84 $ 2,046.05 $ 2,636.89 $ 10,547.56 4 EA. $ 822.02 $ 2,901.91 $ 3,723.93 $ 14,895.72 4 EA. $ 785.93 $ 2,119.28 $ 4 EA. $ 1,132.80 $ 3,201.07 $ 2,905.21 $ 11,620.84 4,333.87 $ 17,335.48 5 EA. $ 10 EA. $ 10 EA. $ 5 EA. $ 5 EA. $ 148.00 $ 5 EA. $ 10 EA. $ 101.93 $ 107.21 $ 10 EA. $ 139.43 $ 5 EA. $ 162.43 $ 216.28 $ 5 EA. $ 260.00 $ 275.35 $ 62.22 $ 62.22 $ 107.21 $ 68.13 $ 84.13 $ 81.93 $ 107.21 $ 132.21 $ 141.28 $ 175.35 $ 107.21 $ 132.50 $ 169.43 $ 169.43 $ 1,694.30 200.34 $ 2,003.40 225.41 $ 1,127.05 323.35 $ 1,616.75 189.14 $ 209.14 $ 2,091.40 271.93 $ 2,719.30 378.71 $ 1,893.55 535.35 $ 2,676.75 24.84 $ 2,484.00 29.11 $ 2,911.00 847.15 945.70 E14E Force Main Services Pipeline Additional Footage (a) 1-1/4" IPS Force Main Service (b) 2" IPS Fore Main Service 100 L.F. $ 100 L.F. $ 1.77 $ 23.07 $ 3.20 $ 25.91 $ SECTIONE:SUBTOTAL $ 3,806,862.17 739,453.20 355,066.20 829,691.30 768,452.88 768,452.88 SECTION A- SUBTOTAL: $ SECTIONI B- SUBTOTAL: $ SECTION C- SUBTOTAL: $ SECTION D- SUBTOTAL: $ SECTIONE E- SUBTOTAL: $ TOTAL BIDI PRICE (Subtotals A-E) $ 6,499,525.75 (IN WORDS) TOTALI BIDI PRICE: Sixi milllion four hundred ninety-nine thousand five hundred twenty-five dollars and seventy-five cents 7/1/20241:19PM 13of14 ITBI No. 23-10E Bid Form Final BAFO ATTACHMENTA Material Unit: Installed "labor" Total Unit Price Total Cost Item No. F1 F2 G H Description: Quantity Unit work site. Price Unit Price Materials &1 Labor (Col-D*Col.H) Percentage not to exceed one tos $10,000; whichever is less. LUMP SUM item whichi includes costs to mobilize, COSTF PLUS item which inculdes costs for other FDOT extensive MOT itemst to the work site. LUMP SUM item which includes setting inp place all measurements necessary/required for the proper execution and control oft the work. required record drawing(s) fori the project. whichi includes the contractor cost ofp performance and/or payment bonds, when applicable. Mobilization. and Demobilization demobilize equipment, materials and personnel tot the percent (1%) ofal Total Task Order up Mobilization: and Demobilization of extensivel more MOTI items Construction: Stakeout Record Drawings Performance/Payment Bonds indcies (other thant those! listedi in1 1.06) and more COST PLUSf five percent markup. construction stakes and marksi for lines, grades and LUMP SUM ai five Percent LUMP SUM item which includes costs toy provide all LUMP SUM plus ai five Percent LUMP SUM item for Task Orders greater than $200,000 LUMP SUM contracotr cost plusa one (5%) plus perj job. perj job. (5%), (5%), Percent (1%) cost of bond(s), per Taskl Order above $200,000. 7/1/20241:19 PM 14of14 ITBI No. 23-10E Bid Form Final BAFO 2024 FOREIGN LIMITED LIABILITY COMPANY, ANNUAL REPORT Entity Name: CK CONTRACTORS AND DEVELOPMENT, LLC FILED Mar 14, 2024 of State Secretary 7657176943CC DOCUMENT# M14000007510 Current Principal Place of Business: 231 SEI HARBORPTDR STUART, FL 34996 Current Mailing Address: 1100 TECHNOLOGY PLACE, SUITE 122 WEST PALMI BEACH, FL 33407 US FEI Number: 47-1907367 GEORGE, WILLIAMC 231 SEI HARBORPTE DR STUART, FL 34996 US Certificate of Status Desired: Yes Name and Address of Current Registered. Agent: The above namede entitys submits this statement fort the purpose ofd changing its registered office orn registered agent, ork both, int the State ofFlorida. SIGNATURE: WILLIAM C GEORGE Authorized Person(s) Detail: : 03/14/2024 Date Electronic Signature of Registered Agent Title Name Address MBR GEORGE, WILLIAMC 231 SEHARBORF PTDR City-State-Zip: STUART FL 34996 lhereby certilfy that! their informationi indicatedo ont thisr report ors supplemental report ist true ande accurate andt thatn mye electronics signature shallh havet thes same legal effectasi ifmade under oath; thatl lama an managing member or manager ofthel limitedh liabilityo company ort ther receivero ort trustee empoweredt to6 execute thisr reporte as required by Chapter 605, Florida Statutes; and thatr my name appears above, orons ana attachmenty withe allo otherk like empowered. SIGNATURE-WILLAMI C GEORGE MANAGING MEMBER 03/14/2024 Date Electronic! Signature of Signing Authorized Person(s) Detail