AGENDA VALPARAISO, FL 850-729-5402 February 10, 2025 6:00 PM CITY OF VALPARAISO & VALPARAISO CABLE AUTHORITY JOINT MEETING Invocation (Commissioner Crosby) Pledge of Allegiance (Mayor Smith) APPROVAL OF MINUTES January 13, 2025, Regular Commission Meeting CITIZENS' CONCERNS (non-agenda items) 1. Resident 2. Non-resident ACTION ITEMS/POTENTIAL ORDINANCES 1. Added Agenda Item 2. Resolution No. 02-02-10-2025 Approve Vacant Land Contract-- 3. Ordinance No. 742 Sale of 363 Washington Ave.-- 4. Ordinance No. 743 Low Water Pressure Cost Sharing Program 5. RFQ Continuing Contract Setup for Engineering Services-- Attach 1 Attach 2 Attach 3 -Attach 4 OLD BUSINESS 2. Legal Update 3. Fire Dept Update 1. TPO/DOT 2. Stormwater 1. Update New City Hall Renovation REPORTS / CORRESPONDENCE / ANNOUNCEMENTS 3. Community Liaison Report 4. Regional Sewer Update 5. Planning Commission Update 6. Community Center Update 7. Department Updates- 8. Disbursements 9. Etc. -Attach 5 RESOLUTION 02-02-10-25 A RESOLUTION OF THE CITY OF VALPARAISO, FLORIDA, APPROVING THE VACANT LAND CONTRACT BETWEEN THE CITY OF VALPARAISO AND FIR CONNER SUBDIVISION, LLC. WHEREAS, on January 13, 2025, the City Commission accepted the sealed bid of Fir Conner Subdivision, LLC. To purchase 363 Washington Ave., Valparaiso, Florida, which was deemed excess real property by the City; and WHEREAS, a vacant land contract was prepared and negotiated with Fir Conner Subdivision, LLC and must be approved by the City Commission per Sec. 2-76 of the NOW THEREFORE, BE IT RESOLVED by the City Commission of the City of Valparaiso Code of Ordinances. Valparaiso that: 1. The Mayor of the City is authorized to sign the vacant land contract on behalf of the City of Valparaiso with Fir Conner Subdivision, LLC. in substantially the same form as is attached as Exhibit "A" and presented to the Commission today with such changes, insertions, or omissions as may be approved by the Mayor and approved by the City Attorney. THIS RESOLUTION SHALL BECOME EFFECTIVE UPON ADOPTION. PASSED AND ADOPTED THIS 10TH DAY OF FEBRUARY 2025 Hubert B. Smith Mayor ATTEST: Tammy Johnson, CMC City Clerk Docusign Envelope ID: 9D54EE28-F28D-40EF-94A1-CEOC537DAC44 Vacant Land Contract FLORIDAASSOCATION: OF REALTORSO 1.SALE. AND PURCHASE: Legal Description: PARTIES AND DESCRIPTION OF PROPERTY Fir Conner Subdivision, LLC City of Valparaiso, Florida ("Seller") ("Buyer") and agree to sell and buy ont thet terms and conditions specified below the property ("Property") described as: Address: 363 WASHINGTON. AVE, VALPARAISO, FL32580 7* Parcel Number 2.1525253-0029-0740 8* 9* 10* 11* 13* None 14* 15 16* 2.PURCHASE PRICE: $ 17* (a)$ 18* 19 20* (b)$ 21 22* (c) 23* (d)$ 24* (e)$ 25 12* including all improvements and the following additional property: PRICE AND FINANCING 101,000.00 payable by Buyer inl U.S. funds as follows: 10,100.00 Deposit received (checks are subject to clearance). 0.00 Additional deposit to be made by by ("Escrow Agent") or days from for Mead] Law and Title Namec ofCompany Signature Effective Date. Other: 0.00 Total Financing (see Paragraph 3 below) (express as a dollar amount or percentage) 90.900.00 Balance to close (not including Buyer's closing costs, prepaid items and prorations). All funds paid at closing must bey paid! by locally drawn cashier's check, official check or wired funds. 26* 00 (complete only if purchase price will be determined based on a per unit cost instead of a fixed price) The unit 29 total area of the Property as certified to Buyer and Seller by al Florida-licensed surveyor in accordance with Paragraph 30" 8(c) of this Contract. The following rights of way and other areas will be excluded from the calculation: 32* 3. CASH/FINANCING: (Check as applicable) 7( (a) Buyer will pay cashi for the Property with noi financing contingency. 33' (b) This Contract is contingent on Buyer qualifying and obtaining the commitment(s) or approval(s) specified below (the 36 and will timely provide any and all credit, employment, financial and other information required by the lender. If Buyer, after 37 using diligence and good faith, cannot obtain the Financing within the Financing Period, either party may cancel this 38 Contract. Upon cancellation, Buyer will return to Seller all title evidence, surveys and association documents provided by 39 Seller, and Buyer's deposit(s) will be returned after Escrow Agent receives proper authorization from all interested parties. 27* used to determine the purchase price is Dlot DJacre [square foot Dother (specify: 28* prorating areas of less than ai full unit. The purchase price will be $ per unit based on a calculation of 31* 34* "Financing") within days from Effective Date (if left blank then Closing Date or 30 days from Effective Date, whichever 35* occurs first) (he" Financing Period"). Buyer will apply for Financing within. days from Effective Date (5 days ifl left blank) 40 Buyer will pay all loan expenses, including thel lender's titlei insurance policy. 41* 42* 43 44 45* 46* 47* 48 49 50* Buye VAC-6 10/00 D(1) New Financing: Buyer will secure a commitment for new third party financing for $ or % of the purchase price at the prevailing interest rate and loan costs. Buyer will keep Seller and Broker fully informed of the loan application status and progress and authorizes the lender or mortgage broker to disclose all [(2) Seller Financing: Buyer will execute a D first second purchase money note and mortgage to Seller in the Hheimortgage, note, and any security agreement will be in a form acceptable to Seller and will follow forms generally appjed in the county where the Property is located; will provide for a late payment fee and acceleration at the such information to Seller and Broker. amount of $ bearing annual interest at % and payable as follows: Jand Seller C aaowagerepidacpydtPeAMInnsPageld6PAges 02000F Florida/ Association of REALTORSO AIIF Rights Reserved Docusign Envelope ID: DS4E2BF28D40EF9AAE-CEOCS37DAC4 51 52 53 54 55 56 57* 58* 59* 60' 61* 62* 63 64* 65* 66 67 69* mortgagee's option i Buyer detaults; will give Buyer ther right to prepay without penalty all or part of the principal at any time(s) with interest only to date of payment; will be due on conveyance or sale; will provide for release of contiguous parcels, if applicable; and wil require Buyer to keep liability insurance on the Properly, with Seller as additional named insured. Buyer authorizes Seller to obtain credit, employment and other necessary information to determine creditworthiness for thet financing. Seller will, within 10 days from Effective Date, givel Buyer written notice of whether or 0(3) Mortgage Assumption: Buyer will take title subject to and assume and pay existing first mortgage to not Seller will make thel loan. LN# $ (describe) interest rate of in the approximate amount of $ currently payable at per month including principal, interest, Dt taxes and insurance and having a fixed Jother % which Dwill Dwill not escalate upon assumption. Any variance in the mortgage will be adjusted in the balance due at closing with no adjustment to purchase price. Buyer will purchase Seller's escrow account dollar for dollar. If the lender disapproves Buyer, or the interest rate upon transfer exceeds % or the assumplion/transier fee exceeds $_ either party may elect to pay the excess, failing which this agreement will terminate and Buyer's deposit(s) wil ber returned. CLOSING 68 4. CLOSING DATE; OCCUPANCY: This Contract will be closed and the deed and possession delivered on or before 70 underwritingi is suspended, Buyer may postpone closing up to 5 days after thei insurance suspension is lifted. 71 5.CLOSING PROCEDURE; COSTS: Closing will take place in the county where the Property is located and may be conducted 72 bye electronic means. Ift titlei insurance insures Buyer for title defects arising between the title binder effective date and recording of 73 Buyer's deed, closing agent will disburse at closing ther net sale proceeds to Seller and! brokeragei fees to Broker as per Paragraph 74 17.Inaddition to other expenses providedi int this Contract, Seller and Buyer will pay the costs indicated below. 75 (a) Seller Costs: Seller will pay taxes on the deed and recording fees for documents needed to cure title; certified, 76* confirmed and ratified special assessment liens; title evidence (if applicable under Paragraph 8); Other: 78 (b) Buyer Costs: Buyer will pay taxes and recording fees on notes and mortgages and recording fees on the deed 79 and financing statements; loan expenses; pending special assessment liens; lender's title policy at the simultaneous March14 2025_, unless extended by other provisions of this Contract. If on Closing Date insurance 77* 80* issue rate; inspections; survey and sketch; insurance; Other: 81 (c) Title Evidence and Insurance: Check (1) or (2): 82* 83* 84 85* 86 87 Z(1) Seller will provide a Paragraph 8(a)(1) owner's title insurance commitment as title evidence. Seller ZE Buyer will select the title agent. Seller I Buyer will pay for the owner's title policy, search, examination and related D(2) Seller will provide title evidence as specified in Paragraph 8(a)(2). OSellerDJ Buyer will pay for the owner's title policy and select the title agent. Seller will pay fees for title searches prior to closing, including tax search and lien search fees, and Buyer will pay fees for title searches after closing (f any), title examination fees and closing fees. 88 (d) Prorations: The following items will be made current and prorated as of the day before Closing Date: real estate 89 taxes, interest, bonds, assessments, leases and other Property expenses and revenues. If taxes and assessments for 90 the current year cannot be determined, the previous year's rates will be used with adjustment for any exemptions. 91 (e) Tax Withholding: Buyer and Seller will comply with the Foreign Investment in Real Property Tax Act, which may 92 require Seller to provide additional cash at closing if Seller is a "foreign person" as defined by federal law. 94 6.1 LAND USE: Seller will deliver the Property to Buyer at the time agreed in its present "as is" condition, with conditions 95 resulting from Buyer's Inspections and casualty damage, if any, excepted. Seller will maintain the landscaping and 96 grounds in a comparable condition and will not engage in or permit any activity that would materially alter the Property's 98 (a) Flood Zone: Buyer is advised to verify by survey, with the lender and with appropriate government agencies which 99 flood: zone the Property is in, whether flood insurance is required and what restrictions apply to improving the Property and 101 (b) Government Regulation: Buyer is advised that changes in government regulations and levels of service which 102 affect Buyer's intended use of the Property will not be grounds for canceling this Contract if the Feasibility Study charges. Each party will pay its own closing fees. 93 PROPERTY CONDITION 97 condition without the Buyer's prior written consent. 100 rebuilding ini the event of casualty. 104 (c)! Inspections: (check (1) or (2) below) 103 Period has expired or if Buyer has checked choice (c/(2) below. 105 106* 107* 108 109 Z(1) Feasibility Study: Buyer will, at Buyer's expense and within 30 days from Effective Date ("Feasibility Study Period"), determine whether the Property is suitable, in Buyer's sole and absolute discretion, for assessment and any other tests, analyses, surveys and investigations ("Inspections") that Buyer deems necessary to deteithine to Buyer's satisfaction the Property's engineering, architectural and environmental properties; zoning and use. During the Feasibility Study Period, Buyer may conduct a Phase Ie environmental HIN VAC-6 10/00 110" Buyèrt - Jands Seller( ( acoMagercepdapidacoyothspage. MiehbPage2d6Paga 02000F Florida Association of REALTORS AIIRights Reserved Docusign Envelope ID: 9D54EE28-F28D-40EF-94A1-CEDC537DAC44 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133* 134 135 136 137 zoning restrictions; subdivision statutes; soil and grade; availability of access to public roads, water, and other utilities; consistency with local, state and regional growth management plans; availability of permits, government approvals, and licenses; and other Inspections that Buyer deems appropriate to determine the Property's suitability for the Buyer's intended use. If the Property must be rezoned, Buyer will obtain the rezoning from the appropriate government agencies. Seller will sign all documents Buyer is required to file in connection with development or Seller gives Buyer, its agents, contractors and assigns, the right to enter the Property at any time during thel Feasibility Study Period for the purpose of conducting Inspections; provided, however, that Buyer, its agents, contractors and assigns enter the Property and conduct Inspections at their own risk. Buyer will indemnify and hold Seller harmless from losses, damages, costs, claims and expenses of any nature, including attorneys' fees, expenses and liability incurred in application for rezoning or related proceedings, and from liability to any person, arising from the conduct of any and all Inspections or any work authorized by Buyer. Buyer will not engage in any activity that could result in a construction lien being filed against the Property without Seller's prior written consent. If this transaction does not close, Buyer will, at Buyer's expense, (1) repair all damages to the Property resulting from the Inspections and return the Property to the condition it was in prior to conduct of the Inspections, and (2) release to Seller all reports Buyer will deliver written notice to Seller prior to the expiration of the Feasibility Study Period of Buyer's determination of whether or not the Property is acceptable. Buyer's failure to comply with this notice requirement will constitute acceptance of the Property as suitable for Buyer's intended use in its "as is" condition. Ift the Property is unacceptable to Buyer and written notice of this fact is timely delivered to Seller, this Contract will be deemed terminated as of the day after the Feasibility Study period ends and Buyer's deposit(s) will be returned after Escrow (2) No Feasibility Study: Buyer is satisfied that the Property is suitable for Buyer's purposes, including being satisfied that either public sewerage and water are available to the Property or the Property will be approved for the installation of a well and/or private sewerage disposal system and that existing zoning and other pertinent regulations and restrictions, such as subdivision or deed restrictions, concurrency, growth management and environmental conditions, are acceptable to Buyer. This Contract is not contingent on Buyer conducting any further investigations. 138 (d) Subdivided Lands: If this Contract is for the purchase of subdivided lands, defined by Florida Law as "(a), Any 139 contiguous land which is divided or is proposed to be divided for the purpose of disposition into 50 or more lots, 140 parcels, units, or interests; or (b) Any land, whether contiguous or not, which is divided or proposed to be divided into 141 50 or more lots, parcels, units, or interests which are offered as a part of a common promotional plan.", Buyer may 142 cancel this Contract for any reason whatsoever for a period of 7 business days from the date on which Buyer executes 143 this Contract. If Buyer elects to cancel within the period provided, all funds or other property paid by Buyer will be 144 refunded without penalty or obligation within 20 days of the receipt oft the notice of cancellation by the developer. 145 7.F RISK OF LOSS; EMINENT DOMAIN: If any portion of the Property is materially damaged by casualty before closing, 146 or Seller negotiates with a governmental: authority to transfer all or part of the Property in lieu of eminent domain proceedings, 147 or if an eminent domain proceeding is initiated, Seller will promptly inform Buyer. Either parly may cancel this Contract 148 by written notice to the other within 10 days from Buyer's receipt of Seller's notification, failing which Buyer will close in 149 accordance with this Contract and receive all payments made by the government authority or insurance company, ifany. 151 8. TITLE: Seller will convey marketable title to the Property by statutory warranty deed or trustee, personal representative 153 (a) Title Evidence: Title evidence will show legal access to the Property and marketable title of record in Seller in 154 accordance with current title standards adopted by the Florida Bar, subject only to the following title exceptions, none of 156 restrictions of record; matters of plat; existing zoning and government regulations; oil, gas and mineral rights of record if 157 there is no right of entry; current taxes; mortgages that Buyer will assume; and encumbrances that Seller will discharge at 158 or before closing. Seller will, prior to closing, deliver to Buyer Seller's choice of one of thet following types of title evidence, 159 which must be generally accepted in the county where the Property is located (specify in Paragraph 5(c) the selected (1)A title insurance commitment issued by a Florida-licensed title insurer in the amount of the purchase price and (2) An existing abstract of title from a reputable and existing abstract firm (f firm is not existing, then abstract must be certified as correct by an existing firm) purporting to be an accurate synopsis of the instruments affecting title to the Property recorded in the public records of the county where the Property is located and certified to Effective Date. However if such an abstract is not available to Seller, then a prior owner's title policy acceptable to the proposed insurer as a base for reissuance of coverage. Seller will pay for copies of all policy exceptions and an update in a format acceptable to Buyer's closing agent from the policy effective date and certified to Buyer or Buyer's closing agent, together with copies of all documents recited in the prior policy and in the update. Ifa prior policy is not available to Seller then (1) above willl bei the title evidence. Title evidence will be delivered no later than 10 days before Closing Date. 171 btia.Fxamination: Buyer will examine the title evidence and deliver written notice to Seller, within 5 days from receipt rezoning approvals. and other work generated as a result oft the Inspections. Agent receives proper authorization from all interested parties. 150 TITLE 152 or guardian deed as appropriate to Seller's status. 155* which prevent Buyer's intended use of the Property as. see additional terms covenants, easements and 160 type). Seller will use option (1) in Palm Beach County and option (2) inl Miami-Dade County. 161 162 163 164 165 166 167 168 169 170 172 173* Rfic Buyek VAC-6 10/00 subject only to title exceptions set forthi in this Contract. but no later than closing, of any defects that make the title unmarketable. Seller will have 30 days from JandSeller C Jackrowegereceptdapldacgydlispage) whichsPage3of 6Pages. 02000Forida Association ofF REALTORS AIIF Rights Reserved Docusign Envelope ID: 9D54EE28-F28D-40EF-94A1-CE0C537DAC44 174 receipt of Buyer's notice of detects ("Curative Perod") to cure the defects at Seller's expense. If Seller cures the 175 defects within the Curative Period, Seller will deliver written notice to Buyer and the parties will close the transaction on 176 Closing Date or within 10 days from Buyer's receipt of Seller's notice if Closing Date has passed. If Seller is unable to 177 cure the defects within the Curative Period, Seller will deliver written notice to Buyer and Buyer will, within 10 days from 178 receipt of Seller's notice, either cancel this Contract or accept title with existing defects and close the transaction. 179 (c) Survey: Buyer may, prior to Closing Date and at Buyer's expense, have the Property surveyed and deliver written 180 notice to Seller, within 5 days from receipt of survey but no later than closing, of any encroachments on the Property, 181 encroachments by the Property's improvements on other lands or deed restriction or zoning violations. Any such 182 encroachment or violation willl be treated in the same manner as at title defect and Buyer's and Seller's obligations will be 183 determined in accordance with subparagraph (b) above. If any part of the Property lies seaward of the coastal 184 construction control line, Seller will provide Buyer with an affidavit or survey as required by law delineating the line's 187 9. EFFECTIVE DATE; TIME: The "Effective Date" of this Contract is the date on which the last of the parties initials or 188 signs the latest offer. Time is of the essence for all provisions of this Contract. All time periods expressed as days will 189 be computed in business days (a "business day" is every calendar day except Saturday, Sunday and national legal 190 holidays), except for time periods greater than 60 days, which will be computed in calendar days. If any deadline falls ona 191 Saturday, Sunday or national legal holiday, performance willl be due the next business day. All time periods wille end at 5:00 193 10. NOTICES: All notices will be made to the parties and Broker by mail, personal delivery or electronic media. Buyer's 194 failure to deliver timely written notice to Seller, when such notice is required by this Contract, regarding any contingencies 195 will render that contingency nulla and void and the Contract willl be construed asi ifthe contingency did note exist. 196 11. COMPLETE AGREEMENT: This Contract is the entire agreement between Buyer and Seller. Except for brokerage 197 agreements, no prior or present agreements will bind Buyer, Seller or Broker unless incorporated into this Contract. 198 Modifications of this Contract will not be! binding unless in writing, signed and delivered by the parly tol be! bound. Signatures, 199 initials, documents referencedi int this Contract, counterparts and written modifications communicated electronically or on paper 200 will be acceptable for all purposes, including delivery, and will be binding. Handwritten or typewritten terms inserted in or 201 attached to this Contract prevail over preprinted terms. If any provision of this Contract is or becomes invalid or unenforceable, 202 allr remaining provisions will continue tol be fully effective. This Contract will not ber recordedi in any public records. 203 12. ASSIGNABILITY PERSONS BOUND: Buyer may not assign this Contract without Seller's written consent. The terms 204 "Buyer," "Seller," and "Broker" may be singular or plural. This Contract is binding on the heirs, administrators, executors, 207 13. DEFAULT: (a) Seller Default: Ift for any reason other than failure of Seller to make Seller's title marketable after diligent effort, 208 Seller fails, refuses or neglects to perform this Contract, Buyer may choose to receive a return of Buyer's deposit without 209 waving the right to seek damages or to seek specific performance as per Paragraph 16. Seller willa also bel liable to Broker for 210 thet full amount of thel brokerage fee. (b) Buyer Default: If Buyer fails to perform this Contract within thet time specified, including 211 timely payment of all deposits, Seller may choose to retain and collect all deposits paid and agreed to be paid as liquidated 212 damages or to seek specific performance as per Paragraph 16; and Broker will, upon demand, receive 50% of all deposits 213 paid and agreed to be paid (to be split equally among cooperating brokers) upi to thet full amount oft the brokerage fee. 214 14. DISPUTE RESOLUTION: This Contract will be construed under Florida law. All controversies, claims, and other matters in 215 question arising out of or relating to this transaction or this Contract or its breach will bes settled ast follows: 216 (a) Disputes concerning entitlement to deposits made and agreed tol be made: Buyer and Seller will have 30 days from 217 the date conflicting demands are made to attempt to resolve the dispute through mediation. If that fails, Escrow Agent 218 will submit the dispute, if sO required by Florida law, to Escrow Agent's choice of arbitration, a Florida court or the 219 Florida Real Estate Commission. Buyer and Seller will bel bound by any resulting settiement or order,. 220 (b) All other disputes: Buyer and Seller will have 30 days from the date a dispute arises between them to attempt to 221 resolve the matter through mediation, failing which the parties will resolve the dispute through neutral binding 222 arbitration in the county where the Property is located. The arbitrator may not alter the Contract terms or award any 223 remedy not provided for in this Contract. The award will be based on the greater weight of the evidence and will 224 state findings of fact and the contractual authority on which it is based. If the parties agree to use discovery, it will 225 be in accordance with the Florida Rules of Civil Procedure and the arbitrator will resolve all discovery-related 226 disputes. Any disputes with a real estate licensee named in Paragraph 17 will be submitted to arbitration only if the 227 licensee's broker consents in writing to become ap party to the proceeding. This clause will survive closing. 228 (c) Mediation and Arbitration; Expenses: "Mediation" is a process in which parties attempt to resolve a dispute by 229 submitting it to an impartial mediator who facilitates the resolution of the dispute but who is not empowered to impose a 230 settlement on the parties. Mediation will be in accordance with the rules of the American Arbitration. Association ("AAA") 231 or other mediator agreed on by the parties. The parties will equally divide the mediation fee, if any. Arbitration" is a 232 process in which the parties resolve a dispute by al hearing before ar neutral person who decides the matter and whose 233 decision is binding on the parties. Arbitration will be in accordance with the rules of the AAA or other arbitrator agreed 234 pnbyhe parties. Each party to any arbitration will payi its own fees, costs and expenses, including attorneys' fees, and 235" BytN Jand Seller( )C acoMecgeoaptdlapiofacopydtrspag: whichis Page 4of 6Pages. 185 location on the property, unless Buyer waives this requirement in writing. 186 MISCELLANEOUS 192 p.m. local time (meaning in the county where the Property is located) of the appropriate day. 205 personal representatives and assigns (fp permitted) of Buyer, Seller and Broker. 206 DEFAULT AND DISPUTE RESOLUTION VAC-6 10/00 02000Forida, Association of REALTORS AIRights Reserved Docusign Envelope ID: 9D54EE28-F28D-40EF-94A1-CEDC537DAC44 238 attorneys' fees, costs and expenses. 236 Will equally split the arbitrators' tees and administrative fees of arbitration. In a civil action to enforce an arbitration 237 award, the prevailing party to the arbitration shall be entitled to recover from the nonprevailing party reasonable 240 15. ESCROW AGENT: Buyer and Seller authorize Escrow Agent to reçeive, deposit and hold funds and other items in 241 escrow and, subject to clearance, disburse them upon proper authorization and in accordance with the terms of this 242 Contract, including disbursing brokerage fees. The parties agree that Escrow Agent will not be liable to any person for 243 misdelivery of escrowed items to Buyer or Seller, unless the misdelivery is due to Escrow Agent's wilful breach of this 244 Contract or gross negligence. If Escrow Agent interpleads the subject matter of the escrow, Escrow Agent will pay the 245 filing fees and costs from the deposit and will recover reasonable attorneys' fees and costs to be paid from the 246 escrowed funds or equivalent and charged and awarded as court costs in favor of the prevailing party. All claims 248 16. PROFESSIONAL ADVICE; BROKER LIABILITY: Broker advises Buyer and Seller to verify all facts and representations 249 that are important to them and to consult an appropriate professional for legal advice (for example, interpreting contracts, 250 determining the effect of laws on the Property and transaction, status of title, foreign investor reporting requirements, etc.) 251 and for tax, property condition, environmental and other specialized advice. Buyer acknowledges that Broker does not 252 reside in the Property and that all representations (oral, written or otherwise) by Broker are based on Seller 253 representations or public records unless Broker indicates personal verification of the representation. Buyer agrees to rely 254 solely on Seller, professional inspectors and governmental agencies for verification of the Property condition and facts 255 that materially affect Property value. Buyer and Seller respectively will pay all costs and expenses, including reasonable 256 attorneys' fees at all levels, incurred by Broker and Broker's officers, directors, agents and employees in connection with 257 or arising from Buyer's or Seller's misstatement or failure to perform contractual obligations. Buyer and Seller hold 258 harmless and release Broker and Broker's officers, directors, agents and employees from all liability for loss or damage 259 based on (1) Buyer's or Seller's misstatement or failure to perform contractual obligations; (2) Broker's performance, at 260 Buyer's and/or Seller's request, of any task beyond the scope of services regulated by Chapter 475, F.S., as amended, 261 including Broker's referral, recommendation or retention of any vendor; (3) products or services provided by any vendor; 262 and (4) expenses incurred by any vendor. Buyer and Seller each assume full responsibility for selecting and 263 compensating their respective vendors. This paragraph will not relieve Broker of statutory obligations. For purposes of this 265 17. BROKERS: The licensee(s) and brokerage(s) named below are collectively referred to as "Broker." Seller and Buyer 266 acknowiedge that the brokerage(s) named below are the procuring cause of this transaction. Instruction to Closing Agent: 267 Seller and Buyer direct closing agent to disburse at closing the full amount of the brokerage fees as specified in separate 268 brokerage agreements with the parties and cooperative agreements between the brokers, unless Broker has retained such 269 fees from the escrowed funds. In the absence of such brokerage agreements, closing agent will disburse brokerage fees 239 ESCROW. AGENT AND BROKER 247 against Escrow Agent will be arbitrated, sO long as Escrow Agent consents to arbitrate. 264 paragraph, Broker willl be treated as aj party to this Contract. This paragraph will survive closing. 270 as indicated below. 271* N/A 272 Real Estatel Licensee 273 275* 276 279* N/A Reall Estatel Licensee 274' Broker/Brokerage: fee: Sor%ofPurchase, Price). Broker/Brokerage fee: (Sor %0 ofPurchase Price). ADDITIONAL TERMS 277* 18. ADDITIONAL TERMS: 278 Title to property will convey via special warranty deed. 280* Paragraph 8(b)is amended to include the following: 281. IfBuyer notifies Seller ofa any title defects, Seller may, but has no obligation to cure such defects. If 282*. Seller elects not to cure the title defects or cannot cure the title defects the Buyer can elect to cancel the 283*. the Contract or proceed with closing and purchase the property subject to the title defect(s). 285*. Buyer shall pay all closing costs for this transaction with no costs, taxes, or fees being charged to Seller. 284*. 286*. 287*. 288". 289*. 290* 291* 292* 293". 294*. -Inltial HIN 295* Buyér VAC-6 10/00 JandSeller )C emoyradacwdt, page, whichisF Page5of 6Pages. 02000 Florida Association of REALTORSO ARights Reserved Docusign Envelope ID: 296* 297* 298* 299* 300* 301". 302' 303* 304* 305" 306' 307* 308* 309*. 310*. 311* 312". 313*. 314* 315* 316" 317' 318*. 319* 320"_ 321*. 322 This isi intended tol be al legally binding contract. Ifnotf fully understood, seek the advice of an attomey priort to signing. 324* (Check ifa applicable: DE Buyer received a written real property disclosure statement from Seller before making this Offer.) 325 Buyer offers to purchase the Property on the above terms and conditions. Unless this Contract is signed by Seller and a 323 OFFER AND ACCEPTANCE Dam. Op.m. on 326* copy delivered to Buyer no later than. this offer will be 327 revoked and Buyer's deposit refunded sybjedP78 Clegrance oft funds. 328* Date: 329* 330* Date: 331* 332* Phone: 333* Fax: 334* Date: 335* 336* Date: 337* 338* Phone: 339* Fax: Buyer: Hoauy Tlu Myu Printr name: ByAVSAgi8B. Thuc Nyuyen, Its: Manager Buyer: Printr name: Address: Seller: Printr name: Seller: Print name:_ Address: Tax ID/SSN: Taxi ID/SSN: Tax ID/SSN: Tax ID/SSN: 340* Os Seller counters Buyer's offer (to accept the counter offer, Buyer must sign or initial the counter offered terms and deliver a 341* copy oft the acceptance to Seller by 5:00 p.m. on. .Seller rejects Buyer's offer. 342* Effeotive Date: 14 343* Buyert (The date on which thel last party signed ori initialed acceptance of thei final offer) Jand Seller ( )acknowledge receipt ofacopyoft thisp page, whichis Page 60f6F Pages. Thef FloridaA Association of REALTORS andk local Board/Association: ofF REALTORS maker nor representation: as tot thel legaly validity ora adequacy of any provisiono oft thisf formi ina anys specific transaction. This slandardizedf fomm shouldnot! beu used incomplext transactions orv withe extensiver riders ora additions.' Thisf formi isa availablet foru use byt thes entire reale estatei industry andisn noti intendedtoi identifyt theu usera asaF REALTOR. REALTORIsan registered collectiver membershipr mark thati may! be used only byr reale estate! licensees who arer memberso ofthe Thecopyrightlaws oftheUntedStatesf (170 US. Cabtoouna-fotnispasandtaxtmayyymamhasyisansimpcmp.ahadbums National Association ofF REALTORS andy whos subscribet toit its Code ofE Ethics. VAC-6 10/00 02000 Florida/ Association of REALTORS AllRights Reserved ORDINANCE NO. 742 AN ORDINANCE OF THE CITY OF VALPARAISO FOR THE SALE OF 363 WASHINGTON AVE, VALPARAISO, FL AS EXCESS REAL PROPERTY; PROVIDING FOR FINDINGS; PROVIDING FOR CONVEYANCE OF PROPERTY; PROVIDING FOR DEPOSIT OF SALE PROCEEDS; PROVIDING FOR SCRIVENERS ERRORS; PROVIDING FOR MODIFICATIONS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Valparaiso owns the real property at 363 Washington Ave., Valparaiso, FL (Property) and the city commission has deemed the Property as excess real property pursuant to Sec. 2-76 oft the Valparaiso Code of Ordinances; chose the bid and negotiated a contract with) Fir Conner Subdivision, LLC (Buyer) that was accepted at aj public meeting by the City Commission on February 10, WHEREAS, The City of Valparaiso advertised and accepted sealed bids on the Property and 2025; WHEREAS, The Buyer has performed its due diligence and has agreed to accept the Property in WHEREAS, Section 2-76, Valparaiso Code of Ordinances requires any conveyance of city its current conditions without any warranties other than to title by the City; and owned real property be done by ordinance. NOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF VALPARAISO, FLORIDA: Section 1: FINDINGS set forth herein. The: foregoing Whereas clauses are hereby incorporated, adopted and confirmed as iffully Section 2: CONVEYANCE OF PROPERTY The City Commission authorizes the mayor, city attorney, and city clerk to take all steps necessary to convey the real property located at 363 Washington Ave., Valparaiso, FL 32580 via Special Warranty Deed to the buyer as set forth in the sales contract approved by the City Commission on February 10, 2025. Section 3: SALE PROCEEDS City's General Fund. All sale proceeds from the sale of the Property due to the City shall be deposited into the Section 4. SCRIVENER'S ERRORS Corrections of typographical errors which do not affect the intent of this Ordinance may be authorized by the City Attorney without public hearing, by filing a corrected or recodified copy with the City Clerk. Section 5. MODIFICATIONS Itist the intent oft the City that the provisions oft this ordinance may be modified because of considerations that may arise during a public hearing. Such modifications shall be incorporated into the final version ofthe ordinance adopted by the City. Section 6. SEVERABILITY The various parts, sections and clauses ofthis ordinance arel hereby declared to be severable. Ifany part, sentence, paragraph section or clause is adjudged unconstitutional or invalid by any court of competent jurisdiction, the remainder of the ordinance shall not be affected thereby. Section 7. EFFECTIVE DATE This ordinance shall become effective immediately upon passage. ADOPTED IN SESSION THIS DAY OF 2025. Hubert B. Smith Mayor ATTEST: Tammy Johnson, CMC City Clerk Ordinance No. 742 ORDINANCE NO.743 AN ORDINANCE OF THE CITY OF VALPARAISO, FLORIDA, ESTABLISHING A LOW WATER PRESSURE COST SHARE PROGRAM FOR REAL PROPERTIES LOCATED IN THE CITY OF VALPARAISO; PROVIDING FOR PURPOSE; PROVIDING FOR PROGRAM RULES; PROVIDING FOR ELIGIBILITY; PROVIDING FOR FUNDING OF PROGRAM; PROVIDING FOR SCRIVENER PROVIDING FOR SEVERABILITY; AND PROVIDING FOR ERRORS; PROVIDING FOR MODIFICATIONS; AN EFFECTIVE DATE. WHEREAS, the City of Valparaiso City Commission has recognized that some residents and property owners may experience low water pressure due to various factors including elevation of homes in comparison to water storage tank height, aging infrastructure, seasonal demand, or plumbing issues; and businesses and residences impedes use of water services; and WHEREAS, water pressure below 40 psi at the point of entry to Valparaiso WHEREAS, the City Commission has been advised that a water pressure booster is a reasonable and economical way to boost water pressure for homes and businesses; and WHEREAS, the costs to purchase and install a water pressure booster acts as a barrier to some residents and property owners who may otherwise want better water pressure; and WHEREAS, the City Commission finds it beneficial and in the public interest to establish a Low Water Pressure Cost-Share Program to offset a portion of costs related toi installation of a water pressure booster. NOW THEREFORE, BE IT ORDAINED by the City Commission of Valparaiso, Florida: SECTION 1. RECITALS The WHEREAS" clauses are incorporated herein as the legislative findings of the City Commission. SECTION 2. PURPOSE. Iti is the purpose of this ordinance to establish a Low Water Pressure Cost-Share Program. SECTION 3. PROGRAM RULES. 1 The City's Public Works Director with assistance from the City Clerk will prepare a written application and develop any reasonable additional rules or procedures to efficiently implement a Low Water Pressure Cost-Share Program as set forth in this Ordinance. Any additional rules suggested by city staff may be adopted by the City Commission via resolution sO long as such rules do not conflict, amend, or circumvent a rule or requirement found in this ordinance. SECTION 4. ELIGIBILITY. To qualify for the Low' Water Pressure Cost-Share Program the City Commission establishes the following minimum requirements must be met by any applicant: a) The applicant must be the primary resident or property owner of the property b) The low water pressure issue must be verified by the Valparaiso Water Department through a pressure test and such testing must read below 40 psi (pounds per square inch) at the point of entry to the residence or business. c) The property must be in good standing with the City of Valparaiso, with no past due water bill, pending code case, or an unpaid city code violation. d) The City of Valparaiso will cover up to 50% of the cost of eligible repairs or upgrades, with the remaining balance to be covered by the customer. e) The total amount of assistance provided by the City of Valparaiso will not exceed ) All records oft the Low' Water Pressure Cost-Share Program, including applications, requests for payment, and payments shall be public records unless otherwise experiencing low water pressure. $1,000 per water customer. exempt by law. SECTION 5. FUNDING. The City Commission will fund the Low' Water Pressure Cost-Share Program via a duly adopted budget or budget amendment. The City Commission reserves the right to fund, suspend funding, reduce funding, or increase funding of the Low Water Pressure Cost-Share Program at any time and for any reason. Filing of an application does not provide any applicant with the any property rights to any program funds. SECTION 6. SCRIVENER'S ERRORS Corrections of typographical errors which do not affect the intent of this Ordinance may be authorized by the City Attorney without public hearing, by filing a corrected or recodified copy with the City Clerk. SECTION 7. MODIFICATIONS Iti is the intent of the City that the provisions of this ordinance may be modified because of considerations that may arise during a public hearing. Such modifications shall be incorporated into the final version of the ordinance adopted by the City. SECTION 8. CONFLICTING ORDINANCES All ordinances or parts of ordinances in conflict herewith are hereby repealed to the extent of such conflict. 2 SECTION 9. EFFECTIVE DATE. This Ordinance shall become effective immediately upon passage. ADOPTED IN SESSION THIS DAYC OF 202_ Hubert B. Smith Mayor ATTEST: Tammy Johnson, CMC City Clerk Ordinance No. 743 3 CITY OF VALPARAISO, FLORIDA-I PUBLIC WORKS MEMORANDUM DATE: TO: FROM: November 10th, 2024 Valparaiso City Commission Nathan Kelley, Public Works Director SUBJECT: Low Water Pressure Cost Share Program RECOMMENDATION: The Valparaiso City Commission established a cost share program to address complaints ofl low water pressure within the City ofValparaiso. BACKGROUND: On 91 November 2024, the Valparaiso City Commission gave direction to the Public Works Director to provide a solution to years of complaints from numerous customers regarding low water pressure within the City of Valparaiso. The most immediate and cost-effective reliefist to establish a program allowing a cost share between the residents and Valparaiso Water System authorizing the customers tol have a booster pump installed by a licensed contractor and being re- imbursed for aj portion oft the bill. Based on a survey from September of 2023, 741 homes responded to a survey stating that they feel their water pressure is inadequate. SUMMARY: Ifapproved, this program would ensure that the City of Valparaiso assists customers in need of resolving low water pressure issues. The goal is supporting the community in addressing infrastructure-related concerns. City of Valparaiso Low Water Pressure Cost-Share Program Policy Title: Low Water Pressure Cost-Share Program Effective Date: Pending Valparaiso Commission Approval Department Responsible: Public Works Department Approved by: Valparaiso City Commission 1.Purpose The City ofValparaiso recognizes that some: residents may experience low water pressure due to various factors such as elevation ofl home in comparison to water storage tank height, aging infrastructure, seasonal demand, or plumbing issues. This Low. Water Pressure Cost-Share Program is designed to assist eligible customers with the cost of repairs or upgrades necessary to resolve low water pressure issues within their property. 2. Scope This Program is open to all residential water customers oft the City ofValparaiso who experience low water pressure, defined as a water pressure reading below 40 psi at the point of entry to their residence. The Program aims toj provide finançial assistance for necessary plumbing repairs or system upgrades that may address low water pressure problems. 3. Eligibility Criteria To qualify for the! Program, the following conditions must be met: Customer Residèncy: The applicant must be the primary resident or property owner of Pressure Requirements: The low water pressure issue must be verified by the Property Condition: The property must be maintained in good standing with the City of the property experiencing low water pressure. Valparaiso Water Department through a pressure test. Valparaiso, with no outstanding water bills or code violations. 4. Program Benefits Eligible participants may receive financial assistance for the following: Pressure Boosters: Installation or repair of water pressure booster systems within the customer's premises. 5. Funding and Cost Share Percentage Cost Sharing: The City of Valparaiso will reimburse up to $1,000.00 or 50% oft the cost ofeligible pressure booster installation and booster costs (taxes excluded), whichever is less, with the remaining balance to be the responsibility of the customer or owner. Maximum Assistance: The total amount ofassistance provided by the City ofValparaiso will be limited to $1,000 per customer or 50% oft the total costs (taxes excluded) for Payment Structure: The City's portion oft the cost share will be paid directly to the contractor/vendor that has installed the pressure booster after the completion oft the work, based on submitted invoices. Customers will be required to pay their share first directly tot the contractor/vendor upon receipt ofthe work completion and invoice. installation ofa a pressure booster, whichever is less. 6. Application Process 1. Application Submission: Customers must submit a completed application form to the Valparaiso Water Department, providing information regarding their low water pressure 2. Verification and Inspection: A city representative will after receipt of a completed application verify the low water pressure issue by conducting aj pressure test or assessing 3. Approval Notification: Upon verification, eligible customers will receive a formal notification ofapproval, including the amount of financial assistance they are eligible for. 4. Work Completion: Customers may then engage. an approved contractorto perform the necessary work within 90 days of approval. The contractor must be licensed and insured 5. Reimbursement: After the work is completed, customers must submit a copy of the final issue and requested repairs or upgrades. the plumbing situation. toj perform work in Valparaiso. invoice to the Water, Department for reimbursement processing. 7. Exclusions Program: The following expenses ànd situations are excluded from thel Low Water Pressure Cost-Share Routine maintenance and non-emergency repairs. Costs related to issues inside the property that are unrelated to the water service line or Any repairs or work not pre-approved by the Valparaiso Water Department. Work performed by unlicensed or unapproved contractors. pressure. 8. Program Limits and Availability The availability of funds for the Program will be subject to budget limitations set by the Valparaiso City Commission. Funding is limited and will be distributed on a first-come, first- served basis, with priority given to low-income households or customers who demonstrate financial hardship. 9. Dispute Resolution In the event ofany disputes regarding eligibility, cost share amounts, or work approval, customers may request ai review by the Valparaiso City Commission. The department will make ai final determination based on the specifics of the case and relevant policies. 10. Program Termination or Modifications The City of Valparaiso reserves the right to: modify or terminate this program at any time, including the right to reject applications and payment requests that were previously accepted based on available funding, changes inj policy, or evolving community needs. Any changes to this program will be communicated to customers via official chânnels. This Program ensures that the City of Valparaiso assists customers in need of resolving low water pressure issues, improving water access, and promoting access to necessary repairs. The goal is to maintain public health standards while supporting the community in addressing infrastructure-related concerns. CityofValparaiso Low Water Pressure Cost-Share Program APPLICANT INFORMATION Name: Address: Zip Code: Phone Number: C Email: Project Address: Property Owner Name(s): CONTRACTOR, INFORMATION Name of General Contractor for the Project: Address of General Contractor: Phone Number of General Contractor: ( . Email of General Contractor; PROJECT. INFORMATION General Project Description: (for more than one contractor, please supply all information for each, separate pages may be attached) Select all proposed improvements. Install booster pump LInstall electrical Install bypass Total Cost: $ To be filled out by staff Iss structure owner occupied Y/N Is property in good standing Y/N Is contractor licensed with the city Y/N Pressure reading: 7AM 10AM IPM 4PM psi psi psi psi Total amount ofapproved Costs $ I(we), the applicant(s) understand the program overview and guidelines and requirements set forth in the Low Water Pressure Cost Share Program and that the intent oft this application is only for purposes of prequalifying for the Program Grant and does not guarantee acceptance or approval and no commitment isl hereby made on the part of either the applicant or the City of Valparaiso Commission. I( (we) certify that to the best of my (our) knowledge, all the information in this application and alli information furnished in support of this application is true and correct. Any property assisted under this program will not be used for any illegal or restricted purposes. Any intentionally false or fraudulent statement or supporting documents will constitute cancellation ofi my (our) application. The City of Valparaiso is hereby authorized to verify any of the information provided and toi inspect the property prior to approval and payment of any funds. Applicant Name Applicant Signature X Date Applicant Name Applicant Signature X Date CITY OFI VALPARA5O.FIORDA REQUEST FOR QUALIFICATIONS (RFQ) NO. 2021-02 PROPOSAL FOR PROFESSIONAL CONSULTING SERVICES City of Valparaiso, Florida 2025 Tammy Johnson, City Clerk TABLE OF CONTENTS 1.0 INTRODUCTION. 1.1 Intent.. 1.2 Overview. 1.3 Submission Deadline. 1.4 RFQSchedule 1.5 Terms of Agreement 2.0 SCOPE OF SERVICES. 2.1 Overview. 2.2 Small Firms. 2.3 Large Firms. 2.4 Minimum Requirements 2.5 Licensure. 2.6 Project list. -2 1-2 -3 2 2-3 3 3 3 4-7 4 4-6 6 6-7 -8 7-8 8 8 XX 9 8 8 8 8 9 9 9 9 9 9-11 9 10 10-11 3.0 SUBMITTAL REQUIREMENTS 3.1 Economy of Preparation 3.2 Format. 3.3 Additional Information 3.4 Alternate Proposals.. 3.5 Questions. 3.6 Addenda. 4.0 SUBMITTAL INSTRUCTIONS 4.1 Sealed Bids. 4.2 Copies.. 4.3 Receipt of Bids and Due Date. 4.4 Incurred Expenses. 4.5 Interviews 5.0 EVALUATION PROCESS. 5.1 Evaluation Committee 5.2 Rating System... 5.3 Evaluation Committee Meeting. 5.4 Short List. 5.5 Presentations. 5.6 Rejection of Proposals 5.7 Modifications to Proposals 5.8 Requests for Additional Information 5.9 Proposals Binding.. 6.0 EVALUATION CRITERIA 6.1 RFQ Evaluation Criteria 6.2 Prohibition of Communication 6.3 Proposal Evaluation Form - Small & Large Firms. 7.0 CONDITIONS OF PROPOSALS. 7.1 Late Proposals. 7.2 Completeness. 7.3 Proposer Certification Form 7.4 Public Entity Crimes Form 7.5 Drug-Free Workplace Form 7.6 Proposers Warranty. 7.7 Public Opening. 7.8 Property oft the City.. 7.9 Award Presentation 7.10 Protest Period. 8.1 Contract Required. 8.2 Contract Term. 8.3 Execution of Agreement. 8.4 Independent Contractor Status; Indemnity. 8.5 Copyrighted, Confidential Information. 8.6 Proprietary Information. 8.7 Time Is ofThe Essence. 8.8 Assignment. 8.9 Termination for Convenience. 8.10 Termination for Default. 8.11 Right to Audit Records. 8.12 Public Records Act.. 8.13 Fiscal Year Funding Appropriation. 8.14 Florida Prompt Payment Act.. 8.15 Americans with Disabilities Act.. 12-13 12 12 12 12 12 12 12 13 13 XX 13-17 13 13 13 13 13 14 14 14 14 14 14 14-15 15 15-16 16 16 16-17 17-37 18-19 19-21 22 23-24 25-26 27 27-28 29 30-32 33 34 35 36 37 8.0 TERMS AND CONDITIONS OF CONTRACT 8.16 Purchase Contracts with Other Government Agencies. 8.17 Insurance.. 9.0 STANDARD FORMS. 9.1 Proposer Checklist 9.2 Professional Services Agreement 9.3 Conflict of Interest Affidavit.. 9.4 Proposer Qualification Form. 9.5 Insurance Requirements. 9.6 Drug-Free Workplace Program Certification 9.7 Non-Collusion Affidavit of Prime Bidder.. 9.8 References 9.9 Public Entity Crimes 9.10 Vendor Information 9.11 W-9.. 9.12 Public Records Requirements 9.13 Scrutinized Companies.. 9.14 Proposal Label. 1. INTRODUCTION 1.1. INTENT. The City of Valparaiso, Florida (City), through a Request for Qualifications (RFQ), is seeking, to pre-qualify firmst to provide general consultings services, specifically 1.2. OVERVIEW. The information in this Request for Qualifications outlines the scope of work, guidelines for proposal preparation, selection procedure, and contract requirements for firms interested in providing engineering services to the City as outlined in this RFQ. This RFQ has been prepared and will be administered in accordance with Section 287.055, Florida Statutes, Consultants' Competitive engineering services, on an as-needed basis. Negotiations Act. 1.3. SUBMISSION DEADLINE: INSERT DATE AND TIME 1.4. RFQSCHEDULE: The following identifies the RFQ process schedule: RFQF PROCESS RFQ Solicitation Issued Proposals Due DATE XXXX, 2025 XXXX, 2025 - 3:00PMCST XXXX, 2025 Evaluation Committee Meeting - Tentative XXXX, 2025-1 11:00AMCST City Commission Award - Tentative 1.5. TERMS OF AGREEMENT. 1.5.1. Services may commence upon conveyance ofa at fully executed agreementDetween the City of Valparaiso and the selected responder(s) to the RFQ as determined by the City Commission. It is anticipated that multiple firms will be awarded a basic agreement to provide the necessary engineering services for the City on an as- needed basis. 1.5.2. Theb basic agreement does not authorize the performance of any work. Task orders will be issued under and incorporate the terms of the basic agreement. The agreements will be negotiated with the consultant(s) and describe the services required, state the commencement of and completion date required/anticipated, establish the amount and schedule of payment. 1.5.3. The City makes no covenant or promise as to the number of available projects or that the consultant(s) will perform any project for the City during the life of the basic agreement. 1.5.4. Expiration of the term of the basic agreement will have no effect upon task assignments issued pursuant to the basic agreement and authorized prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized by the task order(s). 1/Page 1.5.5. Basic agreements shall be on an annual basis as set forth in 8.2 below. 2. SCOPE OF SERVICES 2.1. OVERVIEW. The City is seeking qualifications from both smaller civil engineering, planning, and architectural firms, and large multidiscipline engineering firms under this RFQ. Selected firms will provide professional consulting: gservices and complete specified engineering projects within their area of expertise for the City. 2.2. SMALL FIRMS. The City will execute a contract with one (1) or more small firms specializing in each discipline as described herein. A1 firm may request tol be considered for more than one discipline. Each year, the awarded small firm(s) will be retained on annual basis, at the mutual agreement of the City and the firm. Work will be assigned on as-needed basis as projects arise that need engineering and consulting services. 2.2.1. For the purposes of this solicitation, small firms are defined as those properly licensed as described in Section 2.5 below and having less than 20 employees in the entire company, inclusive of all office locations. the City and shall include, but not be limited to: 2.2.2. The contract for the small firms consists of providing general consulting services to Civil engineering services Architectural services Planning services Landscape architectural services Surveying services Coastal engineering services Geotechnical services 2.3. LARGE FIRMS. It isa anticipated the City will execute a contract with not less than two (2) and not more than three (3) large firms for the scope of services as described herein. Each year, the awarded large firms will be retained on an annual basis, at the mutual agreement of the City and the firm. Work will be assigned on as-needed basis. 2.3.1. For the purposes of this solicitation, large firms are defined as those properly licensed as described in Section 2.5 below and having greater than 20 employees in the entire company, inclusive of all office locations. 2.3.2. It is the City's intent that large firms provide a full complement of general consulting services with in-house capabilities or by subcontracts with other firms. The Scope of Services for the large firm contract(s) consists of providing general 2/Page consulting services to the City and shall include, but not be limited to: Engineering services, including civil, electrical, mechanical, and structural Planning services, including land use, transportation, economic development, housing, and parks Architectural services Landscape architectural services Surveying services Coastal engineering: services Geotechnical services 2.4. MINIMUM REQUIREMENTS. The items listed above are minimum requirements for small and large firms. The contract may include other work tasks and evaluations that may assist in the completion of City projects that may be forthcoming in the next five 2.5. LICENSURE. Engineering firms must be certified to practice engineering in the State of Florida pursuant to the provisions of Chapter 471, Florida Statutes and shall provide proof upon request. For other proposed professional services, such as surveying and architecture, as applicable, firms or their sub-consultants must be certified to practice in the State of Florida pursuant to the applicable provisions of the Florida Statutes at thei time of responding to the RFQ and throughout the term of anya agreement with the 2.6. PROJECT LIST (TENTATIVE). It is anticipated that in the upcoming five (5) years, the City may have the need for consulting services with the projects listed below: (5)years. City. Community Vision/Master Plan Comprehensive Plan Updates Stormwater Master Plan Parks Master Plan and Improvements Capital Improvement Plan Update Land Development Code Update Boat ramp repairs or replacement Public facility improvements, including City Hall, Fire Department, and other city Infrastructure improvements, including water, sewer, stormwater, streets, Review of plats for conformity with the City's Land Development Codes departments sidewalks, and water well upgrades 3Page 3. REQUIREMENTS FOR SUBMISSION 3.1. ECONOMY OF PREPARATION. Proposals should be prepared simply and economically, providing a straightforward, concise description of the proposer's ability to fulfill the requirements of this Request for Qualifications and should not exceed 50 pages in length. The page count criteria are listed in Section 3.2 oft this RFQ. 3.2. FORMAT. Provide a degree of consistency in review oft the written proposals, firms are requested to prepare their proposals in the standard format specified below (See Sections 3.2.1 - 3.3). The page count for the proposals shall not exceed 50 pages in length (two-sided pages shall count as two pages). The page count shall not include required forms listed in Section 9 of this RFQ, section dividers, or Items 3.2.1 or 3.2.2 3.2.1. TITLE PAGE: Proposer should identify the RFQ subject, name and title of contact person, address, telephone number, fax number, email address, and date of submission. The Title Page shall also identify which oft the categories the proposer of this section: iss submitting an RFQresponse for: Small Firms (identify each specialization that applies) Civil engineering services Architectural services Planning services Landscape architectural services Surveying services Coastal engineering services Geotechnical services Large Multi-Discipline Firm (identify each specialization that applies) Engineering services, including civil, electrical, mechanical, and structural Planning services, including land use, transportation, economic development, housing, and parks Architectural services Landscape architectural services Surveying services Coastal engineering services Geotechnical services 3.2.2. TABLE OF CONTENTS: The table of contents should include a clear and complete identification by section and page number of the materials submitted. 4Page 3.2.3. EXECUTIVE SUMMARY: The purpose of the Executive Summary is to provide an overview of the Proposer's qualifications to perform the scope of services for the City. At a minimum, the Executive Summary should contain the following information: Name and corporate headquarters address of Proposer. Name and location of regionalllocal office which will be the City's Description of the Proposer's team and legal structure (corporation, joint The general and specific capabilities and experience of the Proposer's designated primary office. venture, partnership, etc.); team that thel Proposer believes will benefit the City. 3.2.4. STATEMENT OF UNDERSTANDING: Proposers must submit a brief narrative outlining the firm's understanding of the City's goals and types of projects that may be encountered within the context of the proposed scope of work included in this RFQ. Proposers should be detailed on their level of experience in similar work and the knowledge it has provided them. 3.2.5. SIMILAR PROJECT EXPERIENCE: Each Proposer shall provide proof of experience in providing general consulting services for City and County governments within the State of Florida under the Consultants' Competitive Negotiations Act. Small firms should provide examples demonstrating experience for the discipline(s) identified under Section 2.2.2 and any projects listed under Large firms should provide examples for each discipline identified under Section 2.3.2. and any projects listed under Section 2.6. Section 2.6. 3.2.6. WORK PLAN/ AND AVAILABILITY OF RESOURCES: Proposers must submit an outline oft the firm'sapproach in the planning, design, permitting, and other key elements of at typical project. 3.2.7. TEAM MEMBERS: Identify the Team members and provide resumes (limited to one page per employee) of the individuals who will perform the required tasks. All discipline leads shall be licensed in the State of Florida. Identify the proposed Project Manager who the City will have primary contact for all work associated with this RFQ. For each member of the team, provide their: Title Area of Specialty 5Page Office location Total years of experience Years with firm Section 3.2.6. Summary of experience or involvement in projects listed under Identify any sub-consultants that may be employed for this contract, including their qualifications and roles in any project. 3.2.8. REFERENCES: The City reserves the right to conduct reference checks for firms submitting qualifications. Please list a minimum of three (3) business references on the form provided under Section 9.8. 3.2.9. FEE SCHEDULE: Provide a basic fee schedule consisting of the basic services provided by the consultant and note that the City reserves the right to negotiate Fee Schedule must be separated from the rest of the Request for Qualification and enclosed in a SEALED envelope. Please label envelope as "FEE SCHEDULE/COST PROPOSAL'. Do not include fees in the body of the Statement of Qualifications. Fee schedule does not count toward the 50-page maximum. 3.2.10. MINORITY OWNED /WOMAN-OWNED/ DISABLED VETERAN VETERAN-OWNED BUSINESSES: Identify whether any of the Proposer's team qualifies pursuant to Florida Statutes 288.703. Eligible firms must currently be certified ass sucht through the State of Florida Office of Supplier Diversity to qualify fori this criterion. 3.2.11. PRIMARY OFFICE LOCATION: Identify the location of the primary office that will 3.3. ADDITIONAL INFORMATION. Please provide any other information which you feel 3.4. ALTERNATE PROPOSALS. An alternate proposal is viewed by the City as a proposal describing an approach to accomplishing the requirements of the Request for Qualifications, which differs from the approach set forth in the solicitation. An alternate proposal may also be a second proposal submitted by the same proposer, which differs ins some degree from its basic or primary proposal. Alternate, proposals maya address the technical approach, or other provision or requirements set forth ini the solicitation. The City will, during the initial evaluation process, consider alternate proposals submitted. fees with the consultant prior to the execution of a contract. perform the majority of the work on this contract. would help the Evaluation Committee evaluate your firm. 3.5. QUESTIONS. 3.5.1. Sole Point of Contact: Respondents are advised that from the date of release of this RFQ, through award of the contract, no contact shall be made with any city 6IPage personnel other than as listed below regarding this solicitation. Further, any or all permissible communications related to this solicitation must be in writing. Prohibited communications may be grounds for disqualification. Tammy. Johnson, City Clerk City of Valparaiso 465 Valparaiso Parkway Valparaiso, Florida 32580 Telephone: 850.729.5402 Email: ityclerk@valp.org 3.5.2. Prior to Submission Deadline: Any questions related toi interpretation of scope of work or the bid process shall be addressed to the City Clerk, in writing, in ample time before the period set for the receipt and opening of bids. Inquiries, if received prior to five (5) days of the date set for the receipt of Any inquiries received after that time, will not be answered or given any RFQs will be answered and distributed to all firms. consideration. Verbal responses will not be authoritative. 3.5.3. After Submission Deadline: The City Clerk may communicate about a submission directly with the responsible proposer to get clarification and assure a full understanding of, and responsiveness to the solicitation requirements. All proposers shall be accorded fair and equal treatment with respect to any opportunity for communication and revision of proposals and such revisions may bey permitted afters submission prior to the "short-list" fort the purpose of obtaining best and final offers. In conducting such discussions, there shall be no disclosure of any information derived from proposals submitted by competing proposers except as may be required by the Florida Public Records Law, Chapter119, Florida Statutes. 3.6. ADDENDA. The Clerk shall issue any City responses for proposers' inquiries in the form of an addendum to the RFQ, posted on www.valp.org, as timely as possible. If an addendum isi issued, the City Clerk will post the final addendum to all proposers nol later than five (5) days prior to the date set for receipt of (RFQ). 4. SUBMITTAL INSTRUCTIONS 4.1. SEALEDBIDS. All RFQs must be: submitted ina a sealed envelope. Thet face ofthe envelope shall utilize the mailing label as provided in Section 9.14. Fee Schedule must be separated from the rest of the Request for Qualification and enclosed in a SEALED envelope. 4.2. COPIES. Sealed RFQs must include: 7IPage One (1) unbound original clearly marked as such, and five (5) complete paper copies oft the proposal. One (1) electronic copy oft the proposal on a USB drive. THE ELECTRONIC COPY MUST BE IDENTICAL IN ALL RESPECTS TO THE PAPER COPIES SUBMITTED. 4.3. RECEIPT OF PROPOSALS AND DUE DATE. Sealed proposals shalll be submitted toi the City Clerk's Office no later than 3:00 PM (CST), on MMM DD YYYY. Proposals shall not be accepted after this time and date. 4.3.1. For hand delivery, USPS mail, or commercial carrier delivery: City Clerk City of Valparaiso 465 Valparaiso Parkway Valparaiso,FL32580 4.3.2. Submitted envelopes should utilize the mailing label provided in Section 9.14. 4.4. INCURRED EXPENSES. The City is not responsible for any expenses, which proposers may incur in preparing and submitting proposals called for in this Request for Qualifications. 5. EVALUATION PROCESS 5.1. EVALUATION COMMITTEE. An Evaluation Committee consisting of at least five (5) members assembled by the City will review and evaluate each proposal. Proposals will be evaluated to determine those that best meet the needs of the City. The proposals will be evaluated on both qualifications and the technical merits of the firm. Proposals will be evaluated in accordance with the rating system listed in Section 6. 5.2. RATING SYSTEM. The Evaluation Committee will rate all proposals utilizing the Weighted Rating System shown in Section 6.3. The average of the Total Weighted Ratings assigned by the Evaluation Committee members will be used to rank the 5.3. EVALUATION COMMITTEE MEETING. The Evaluation Committee willi first meet at 11:00 A.M. on April 30, 2021 (tentative date) at Valparaiso City Hall located at 465 Valparaiso Parkway, Valparaiso,FL32580. This meeting is not subject to the Open Meetings law. 5.4. SHORT LIST. After review of all proposals and rating by the Evaluation Committee, the committee will rank, in order of preference, a short list of the three (3) top proposers in the Large Firm category (more or less if necessary), and two (2) in the Small Firm categories (more or less if necessary). The committee will make a recommendation of those submissions, in their sole determination, that best meet the City's needs, based proposals. 8Page upon its evaluation of all proposals. 5.5. PRESENTATIONS. 5.5.1. At the sole determination of the City, short-listed firms may be required to make a presentation of their proposal. This will provide an opportunity to clarify or elaborate on the proposal. 5.5.2. Ifp presentations are elected, the City Clerk shall schedule the time and location of presentations and notify the selected firms. Presentations may be conducted virtually. Presentation shall be limited to a total of 45 minutes, including the question and answer period. The presentations shall assist the Evaluation Committee in selecting the most qualified firm(s) for this project. Based on the final scoring of the Evaluation Committee after the last presentation, a recommendation shall be made by the Evaluation Committee to the City Commission to begin negotiations with thel highest ranked firm(s). presentation datei ifa a presentation is being requested. 5.5.3. Each proposer will be notified in writing at least five (5) days in advance of the 5.5.4. The City shall not be responsible for any costs incurred related to the 5.6. REJECTION OF PROPOSALS. The City Commission reserves the right to reject any or all proposals. In the event the City Commission does sO, it shall provide in writing to all presentations. proposers the reasons for its rejection. 5.7. MODIFICATIONS TO PROPOSALS. The City reserves the right to request at any time, that the proposer modify their proposal to more fully meet the needs of the City. The City also reserves the right to negotiate with the proposer, any changes it deems necessary, 5.8. REQUESTS FOR ADDITIONAL INFORMATION. The proposer shall furnish such additional 5.9. PROPOSALS BINDING.. All proposers must certify that their proposals submitted shall be and to waive minor irregularities in the bid process. information as the City of Valparaiso may reasonably require. binding for ninety (90) calendar days following opening by the City. 6. RFQ EVALUATION CRITERIA 6.1. EVALUATION CRITERIA. See the following evaluation forms entitled "Small Engineering, Planning and Architectural Firms" and "Large Multi-Discipline Firms". The proposal submitted by the proposing firm must include information documenting how the firm 6.2. PROHIBITION OF COMMUNICATION. The City Clerk will act as point of contact for meets evaluation criteria. 9Page communication to and from a proposer on information or clarification to allow the Evaluation Committee to rate the submissions properly and accurately. Proposers are prohibited from communicating with others from the City regarding the RFQincluding elected officials. 6.3. PROPOSAL EVAULATION FORM - SMALL & LARGE FIRMS SMALL CIVIL, PLANNING AND ARCHITECTURAL FIRMS SHORT-LISTING EVALUATION CRITERIA ASSIGNED WEIGHT 10% 20% 20% 30% 5% WEIGHTED RATING RATING* Oto5 Oto5 Oto5 Oto5 Oto5 5 Oor5 Proposal Meeting Minimum Requirements of RFQ 5% Statement of Understanding Similar Project Experience Work Plan & Availability of Resources Team Member Qualifications & Organization MOB/WOB/Disabled Veteran & Veteran-Owned Business Primary Office Location 5= within City Limits 4: =V within 25 miles 3 =W within 50 miles 2=v within 60 miles 1=within 75 miles 0= Further than 75 miles Additional Information TOTAL WEIGHTED RATING: 5% Oto5 5% 100% Oto5 ASSIGNED WEIGHT 50% 50% 100% WEIGHTED RATING PRESENTATION EVALUATION CRITERIA RATING Oto5 Oto5 Presentation/Q8A (For Short-Listed Firms) Original Proposal Submitted FINAL WEIGHTED RATING: * Ratings: 0-Noti responsive; Included no information on the subject criteria 10Page 1-Poor 2-Fair 3-Average, 4-Good -Excelent/Superior LARGE MULTI-DISCIPLINE FIRMS ASSIGNED WEIGHT 10% 20% 20% 30% 5% WEIGHTED RATING SHORT-LISTING EVALUATION CRITERIA RATING* Oto5 Oto5 Oto5 Oto5 Oto5 Oor5 Proposal Meeting Minimum Requirements of RFQ 5% Statement of Understanding Similar Project Experience Work Plan & Availability of Resources Team Member Qualifications & Organization MOB/WOB/Disabled Veteran & Veteran-Owned Business Primary Office Location 5=w within City Limits 4= within 25 miles 3=v within 50 miles 2 = within 60 miles 1=within 75 miles O=Further than 75 miles Additional Information TOTAL WEIGHTED RATING: 5% Oto5 5% 100% ASSIGNED WEIGHT 50% 50% 100% Oto5 WEIGHTED RATING PRESENTATION EVALUATION CRITERIA RATING Oto5 Oto5 Presentation/Q &A (For Short-Listed Firms) Original Proposal submitted FINAL WEIGHTED RATING: Ratings: 1-Poor 2-Fair 0-Not responsive; Included no information on the subject criteria 11Page 3-Average, 4-Good S-Excellent/Superior: 7. CONDITIONS OF PROPOSALS 7.1. COMPLETENESS. All information required by this Request for Qualifications must be supplied to constitute a responsive proposal. 7.2. PROPOSER CERTIFICATION FORM. 7.2.1. Each proposer shall complete the "Proposer's Certification" form included with this Request for Proposal and submit the form with the proposal. The form must be acknowledged before a Notary Public with the notary seal affixed. Proposals will be rejected ift the Proposer's Certification is not submitted with the proposal. 7.2.2. By submitting a proposal, the proposer certifies that they have fully read and understands the proposal method and has full knowledge of the scope, nature, and quality of work to be performed. 7.3. PUBLIC ENTITY CRIMES FORM. A person or affiliate, as defined in S 287.133, Florida Statutes, who has been placed on the convicted vendor list following a conviction fora a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids onl leases ofreal propertyto: 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 business with any public entityi in excess ofthe threshold amount provided in $287.01 of the Florida Statues for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 7.4. DRUG-FREE WORKPLACE CERTIFICATION FORM. By submitting the Drug Free Workplace Form as part of this Request for Proposal, you are certifying that your company isac drug-free workplace in accordance with $ 287.087 ofthe Florida Statutes. 7.5. PROPOSER WARRANTY. The proposer acknowledges and warrants that no one within their firm was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services and/or supplies specified in this Request for Qualifications. 7.6. PUBLIC OPENING. All proposals will be publicly opened, and the list of proposers read aloud at Valparaiso City Hall, 465 Valparaiso Parkway, Valparaiso, FL32580, at the time specified though will not be made available for public inspection until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever occurs earlier. [F.S. 286.011312)C)2. 12/Page 7.7. PROPERTY OF CITY. All proposals received from proposers in response to this Request for Qualifications will become the property of the City of Valparaiso and will not be returned to the proposers. Int the event of contract award, all documentation produced as part of the contract willl become the exclusive property of the City. 7.8. AWARD PRESENTATION. The City has scheduled to provide the staff recommendation to City Commission on XXXXX, 2025 (tentative date) to approve a contract with thei top- 7.9. PROTEST PERIOD. Respondents who do not agree with the City Commission's contract awards are afforded the opportunity to protest the decision of the City Commission by submitting written notice to the City Clerk within two (2) business days after notice of ranked firm(s) or to reject all proposals. award by the City Commission. 8. TERMS AND CONDITIONS OF CONTRACT 8.1. CONTRACT REQUIRED. The City and the successful proposer(s) shall enter into a Contract for Services that will include, but not be limited to and may be superseded by 8.2. CONTRACT TERM. The term of the contract shall be for a period of one (1) year, beginning upon the contract execution by the firm and City of Valparaiso, Florida, with a renewal option of up to four (4) successive one-year terms for a maximum possible contract term of five (5) years based on the performance of each consultant selected. After the end of each year, the City shall evaluate each consultant and determine 8.3. EXECUTION OF AGREEMENT. Within fifteen (15) calendar days after issuance of the Notice of Award, the successful proposer will execute the Contract for Services and simultaneously, provide any required bonds, indemnities and insurance certificates, not previously submitted. Failure to comply with the established deadline for submittal of such Contract, the following terms and conditions. whether one or all the consultants shall be retained. required documents may! be grounds for cancellation of the award. 8.4. INDEPENDENT CONTRACTOR STATUS; INDEMNITY. At all times the consultant will be an independent contractor and shall agree to indemnify and hold harmless the City, its officers, agents, and employees, from and against any and all liability, claims, demands, damages, fines, fees, expenses, penalties, suits, proceedings, actions and costs of action, including attorney's fees for trial and on appeal, of any kind and nature arising or growing out of or in any way connected with the performance of the Contract whether by act or omission of the proposer, its agents, servants, employees or others, or because of or due tot the mere existence of the Contract between the parties. 8.5. CONFIDENTIAL INFORMATION. If applicable, the proposer shall pay all royalties and assume all costs arising from the use of any invention, design, process materials, equipment, product or device which is the subject of patent rights or copyrights. Proposer shall, ati its own expense, holdharmless: and defend the City against any claim, 13 IPage suit or proceeding brought against the City based upon a claim, whether rightful or otherwise, that the goods or services, or any partt thereof, furnished under the contract, constitute an infringement or any patent or copyright of the United States. The Proposer shall pay all damages and costs awarded against the City. 8.6. PROPRIETARY INFORMATION. In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable State and Federal Law, all proposers should be aware that Request for Proposals and the responses thereto are public records and subject to public inspection. If a proposer believes that anyi information contained in a proposal is confidential or proprietary: and exempt from public disclosure, the proposer shall specifically identify suchi information 8.7. TIME IS OF THE ESSENCE. A condition that time is of the essence for the proper provision of services of the Contract and that the successful proposer/s)wille conduct all and the applicable exemption. required work diligently and as specified by the City. 8.8. ASSIGNMENT. The successful proposer(s) may not assign, transfer, or otherwise dispose any rights or obligations of the Contract without prior written consent of the City. 8.9. TERMINATION FOR CONVENIENCE. The City may at any time, at its sole discretion, without cause, terminate the Contract for its convenience by written notice to the successful Proposer. If terminated for convenience, the City will calculate the outstanding payments due the Consultant and make that payment pursuant to the 8.10. TERMINATION FOR DEFAULT. Consultant and/or Firm will be in default under the Contract if they commit a material breach of the Contract and as otherwise specified in Prompt Payment Act. the Contract. 8.11. RIGHT TO AUDIT RECORDS 8.11.1. The City shall be entitled to audit the books and records of a consultant or anys sub-consultant to the extent that such books and records relate to the performance ofs such contract or sub-contract with the City of Valparaiso. 8.11.2. Such books and records shall be maintained by the consultant for a period ofthree (3) years from the date of final payment under the prime contract and by the sub-consultant for a period of three (3) years from the date of final payment underi the sub-contract unless a shorter period is otherwise authorized in writing. 8.12. PUBLIC RECORDS. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S 14Page DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. AT: City Clerk City of Valparaiso 465 Valparaiso Parkway Valparaiso, FL 32580 cityclerk@valp.org 850.729.5402 8.13. FISCAL YEAR FUNDING APPROPRIATION. 8.13.1.SPECIFIED PERIOD: Unless otherwise provided by law, a contract for services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation of funds by the City Commission for any additional years. 8.13.2. CANCELLATION DUE TO UNAVAILABILITY OF FUNDS IN SUCCEEDING FISCAL PERIODS: When funds are not appropriated or otherwise made available to support continuation of the Contract for Services in any subsequent fiscal period, the Contract may be terminated or modified without penalty by either party. If the Contract is terminated, the consultant shall be entitled to reimbursement for anywork delivered or conducted pursuant to the Contract. 8.14. FLORIDA PROMPT PAYMENT ACT. 8.14.1. PROPER INVOICE: For purposes of billing submission and payment procedures, a "proper invoice" by a contractor, vendor or other invoicing party shall include at Adescription, including quantity, oft the goods or services provided tot the City reasonably sufficient to identify the goods or services; The amount due, applicable discounts, and the terms of payment; The full name of the vendor, contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone The purchase order or contract number as supplied by the City; Identification by office, division, or department of to whom the goods or least the following information: number; 15/Page services were delivered or provided; 8.14.2. DELIVERY OF INVOICE: All invoices, to be considered a proper invoice, shall be delivered to the City of Valparaiso, 465 Valparaiso Parkway, Valparaiso, Florida, 32580. 8.14.3. DELIVERY ACCEPTANCE REQUIRED: An invoice will not be considered proper unless there has been delivery, installation, or provision of the goods or services to the correct City office, division, or department; there has been acceptance by the City of the goods or services; and the consultant has otherwise complied with all of the contract's terms and conditions and is not in default of any of them. 8.14.4. INVOICE DISPUTE PROCEDURE: If there is a dispute between the City and Consultant regarding an invoice, the City or consultant may initiate this invoice dispute procedure. Either party can initiate the dispute procedure, within 45 days after the receipt or denial of an invoice, by providing the other party in writing of a dispute and stating the specifics of the dispute. The parties shall exchange all materials and information to support their claims and provide a copy of all materialsandi information toi the Financial Services Director. The Financial Services Director shall review all materials and information and conductar meeting with the consultant and the responsible City office, division, or department. The Finance Director shall then issue a written final decision no later than 60 days after the date of notice of the dispute. The final decision shall be immediately mailed or hand-delivered to the Consultant. 8.15. AMERICANS WITH DISABILITIES ACT. Persons with disabilities needing a special accommodation to participate in this proceeding should contact the City Clerk, 465 Valparaiso Parkway, Valparaiso, Florida 32580, telephone (850) 729-5402, at least 72 8.16. PURCHASE CONTRACTS WITH OTHER GOVERNMENT AGENCIES. The submission of any proposal in response to this Request for Qualifications constitutes an offer made under the same terms and conditions, for the same contract prices and/or fee schedules to other governmental agencies within the State of Florida, unless otherwise stipulated by hours prior to the date on which the accommodation is requested. the proposer within the proposal documents. 8.17. INSURANCE. A: successful proposer must provide evidence of insurance coverage, to be specified in the Contract and delivered at the time of execution of the Contract, which ise equal or exceeds the City's minimum standards for this type of service. As outlined below, such insurance shall be written by a company licensed to do business in the State of Florida and have an A.M. best rating of at least A-. 8.17.1. WORKERS COMPENSATION: Coverage A-To be in conformity with Florida Statutes 16/Page Coverage B- 5500,000/5500,0000/5500,000 8.17.2. COMMERCIAL GENERAL LIABILITY: Each occurrence for: Bodily Injury/Property, Damage $1,000,000 Products/Completed Operations $1,000,000 Bodily Injury/Property Damage $2,000,000 Products/Completed Operations $2,000,000 Annual Aggregate for: All coverage above shall include the following provisions: the City of Valparaiso shall be an additional insured; the policy shall not be cancelled unless the City is given at least thirty (30) days advanced notice; contractual liability; and any coverage's which are eliminated, restricted or reduced to less than what is commonly provided by standard I.S.O. forms must be indicated. 8.17.3. COMMERCIAL AUTOMOBILE LIABILITY: Combined single limit for bodilyi injury and/or property damage: $1,000,000. This coverage shall include the following provisions: The City of Valparaiso shall be an additional insured; the policy shall not be cancelled unlessthe City is given at least thirty (30) days advanced notice; contractual liability; any coverage's which are eliminated, restricted or reduced to less than what is commonly provided by standard I.S.O. forms must be indicated; and symbol "2" (Any Auto) or the equivalent shall be used to designate which autos are insured. 8.17.4. PROFESSIONAL LIABILITY: The Consultant shall carryp professional liability insurance in an amount of not less than $500,000.00. 8.17.5. PERFORMANCE BOND: As needed, per individual task order. 9. STANDARD FORMS The forms listed below are required to be completed and submitted with your proposal. Failure to provide the required forms may result in your submittal being deemed non-responsive. 9.1. Proposer Checklist 9.2. Professional Services Agreement 17IPage 9.3. Conflict of Interest Affidavit 9.4. Proposer Qualification Form 9.5. Insurance Requirements 9.6. Drug-Free Workplace Program Certification 9.7. Non-Collusion Affidavit of Prime Bidder 9.8. References 9.9. Public Entity Crimes 9.10. Vendor Information 9.11. W-9 9.12. Public Records Requirements 9.13. Scrutinized Companies 9.14. Proposal Label 9.1 PROPOSER CHECKLIST Important: Please read carefully, sign ini the spaces indicated and return with your Proposal. Proposer should check off each of the following items as the necessary action is completed: The standard contract/ agreement has been signed and included. All applicable forms have been signed and included. Alli information as requested in the Proposer's Qualification Form is included. Any addenda have been signed and included. The mailing envelope has been addressed to: City Clerk City of Valparaiso 4654 Valparaiso Parkway Valparaiso, FL 32580 The mailing envelope must be sealed and marked with the enclosed label. The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER-DELIVERED QUALIFICATIONS MUST HAVE THE RFQ NUMBER AND PROPOSAL NAME ON THE OUTSIDE OF THE COURIER PACKET 18Page Company Address Authorized Signature Printed Name & Title City, State, Zip Code Telephone No. Fax No. Email 9.2 PROFESSIONAL SERVICES AGREEMENT CONTINUING PROFESSIONAL CONSULTING SERVICES Request for Qualifications (RFQ) #2025-XX THIS AGREEMENT is made and entered into this day of 2025, by and between duly authorized to conduct business in the State of Florida and whose address is hereinafter, called "CONSULTANT" and the CITY OF VALPARAISO, Florida, a political subdivision of the State of Florida, whose address is 465 Valparaiso Parkway, Valparaiso, FL 32580, hereinafter called "CITY". SECTION 1. AGREEMENT. The terms of this Agreement, together with the incorporation of the terms and conditions of the Request for Qualifications (RFQ#2025-XX) and any exhibits, schedules and attachments hereto, and any and all amendments relating to same, and any and all submittals from CONSULTANT, constitute the entire Agreement between CITY and CONSULTANT. This Agreement is the final, complete and exclusive expression of the terms and conditions of the parties' Agreement. All prior agreements, representations, negotiations, and understandings made by the parties, oral or written, expressed or implied, are hereby superseded and merged herein. SECTION 2. TERM OF AGREEMENT. The term of this Agreement shall be for an initial period of one (1) year from the date of award. At the option of the parties, this Agreement may be renewed for four (4) additional one (1) year terms. Renewal options may be exercised at the discretion of the City based on performance of the company and adherence to the terms and conditions set forth ini the RFQ documents. The City retains the sole right to determine whether the renewal option shall be granted. SECTION3. COMPENSATION. The CONSULTANT will invoice the City monthly based upon the CONSULTANT'S estimate of the portion of the total services completed at the time of billing and any eligible reimbursable expenses. 19 IPage SECTION 4. REIMBURSABLE EXPENSES. Reimbursable Expenses" means the actual, necessary and reasonable expenses incurred directly or indirectly in connection with the Project for: transportation and subsistence incidental thereto for travel; toll telephone calls and facsimiles; reproduction of reports, drawings and specifications, and similar Project-related items; as provided ini the City's Purchasing Policy. SECTION 5. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, return receipts requested, addressed to the party for whom it is intended at the place last specified. The place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to-wit: For City: Tammy Johnson, City Clerk City of Valparaiso 465 Valparaiso Parkway Valparaiso, FL: 32580 850.729.5402 For Consultant: SECTION 6. RIGHTS AT LAW RETAINED. The rights and remedies of CITY, provided for under this Agreement, are in addition and supplemental to any other rights and remedies provided by law. SECTION 7. CONTROLLING LAW, VENUE, ATTORNEY'S FEES. This Agreement is to be governed, construed, and interpreted by, through and under the laws of Florida. Venue for any litigation between the parties to this Agreement shall be in the County of Okaloosa, Florida and any trial shall be non-jury. Each party agrees to bear its own costs and attorney's fees relating to any dispute arising under this Agreement. SECTION 8. MODIFICATIONS TO AGREEMENT. This Agreement and any exhibits, amendments and schedules may only be amended, supplemented, modified or canceled by a written instrument duly executed by the parties hereto of equal dignity herewith. SECTION.SEVERABIITY. If, during the term of this Agreement, it is found that a specific clause or condition of this Agreement is illegal under federal or state law, the remainder of the Agreement not affected by such a ruling shall remain in force and effect. SECTION 10. WAIVER OF JURY TRIAL. THE CITY AND CONSULTANT HAVE SPECIFICALLY WAIVED THE RIGHT TO A JURY TRIAL CONCERNNG ANY DISPUTES WHICH MAY ARISE CONCERNING THIS AGREEMENT. SECTION 11. NON-WAIVER. No indulgence, waiver, election or non-election by CITY under this Agreement shall affect CONSULTANTSdutes and obligations hereunder. 20Page IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date written above for execution by CITY. CITY OF VALPARAISO Hubert Brent Smith, Mayor Tammy Johnson, City Clerk Dated: FIRM(S) Print: Dated: Attachments: A. RFQ#2025-XX B. Firm Proposal Approved by the Valparaiso Commission at a meeting held on this City day of No. 20 under Agenda Item 21Page 9.3 CONFLICT OF INTEREST AFFIDAVIT By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, Additionally, the firm (employees, officers and/or agents) agrees toi immediately notify in writing the Finance Director, or designee, if any actual or potential conflict ofi interest arises during the officers and/or agents) has a possible conflict have been fully disclosed. contract and/or project duration. Company Address Authorized Signature City, State, Zip Code Printed Name & Title Telephone No. Email State of City of Fax No. SUBSCRIBED AND SWORN before me by means of L physical presence or L online notarization this the day of 20 by. who is personally known to me to be the fort the 22Page Firm, OR who produced the following identification: Notary Public My Commission Expires: 23Page 9.4 PROPOSER QUALIFICATION FORM List Major Work Presently Under Contract: Project Name 1. 2. 3. %0 Completed Contract Amount > $ List Current Projects on Which Your Firm is the Candidate for Award: 1. 2. 3. Other Information: Have you, at any time, failed to complete a project? Yes No Are there any. judgments, claims or suits pending or outstanding by or against you? Yes D No Iftheanswert to either question is yes, submit details on separate sheet. List alll lawsuits that have been filed by or against your firm in the last five (5) years: Fees: List total fees for work done on all City projects int the past five (5) years, whether as an individual firm or as part ofa aj joint venture. Fees must be listed individually by contract or project and then summarized as at total dollar amount. Attach additional page(s) ifr necessary. $ References Total Fees for work done on all City projects 24Page Bank(s) Maintaining Account(s): Surety/Underwriter (if required): Other References: Type of Firm: Corporation/Vears in Business: Partnership/Vears in Business: Sole Propretorshp/ears in Business: Other (list): Iff firm is a corporation, please list state in which it is incorporated: Iff firm is a corporation, by signing this form, Proposer certifies that the firm is authorized to do business in Pursuant to information for prospective Proposers for the above-mentioned proposed project, the undersigned is submitting the information as required with the understanding that it is only to assisti in determining the qualifications oft the organization to perform the type and magnitude of worki intended, and further, guarantee the truth and accuracy of all statements herein made. the State of Florida. We will accept your determination of qualifications without prejudice. Company Address Authorized Signature Printed Name & Title City, State, Zip Code Telephone No. Fax No. Email 25Page 9.5 INSURANCE REQUIREMENTS INSURANCE TYPE Worker's Compensation REQUIRED LIMITS Coverage A- Conformity with Florida Statues Coverage B- $500,000/5500,000/5500,000 single limit occurrence and $2,000,000 annual $1,000,000 Products Completed Operations per single limit occurrence and $2,000,000 annual $1,000,000 combined single limit for Bodily injury Commercial General Liability with $1,000,000 Bodily Injury & Property Damage per no limiting endorsements. aggregate aggregate Commercial Automobile Liability Professional Liability CERTIFICATIONS &P Property Damage. $500,000 per occurrence Indemnification: To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless the City of Valparaiso, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, tot the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which may be available to an indemnified party or person described in this paragraph. Professional Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Professional Consultant shall provide City with certificates of insurance meeting the required insurance The City of Valparaiso must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability, where required, as the Certificate Holder No City Division, Department, ori individual name should appear on the Certificate. provisions. which should read as follows: City of Valparaiso, Valparaiso, Florida. - Thirty (30) Days Cancellation Notice required. - The Certificate must state the RFQ Number. 26Page PROPOSER INSURANCE STATEMENT: We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of the RFQ. Company Address Authorized Signature Printed Name & Title City, State, Zip Code Telephone No. Fax No. Email 27IPage 9.6 DRUG-FREE WORKPLACE PROGRAM CERTIFICATION Preference to businesses with drug-free workplace programs. Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, ab bid, proposal, or reply received from a business that certifies that it has implemented a drug- free workplace program shall be given preference in the award process. In order to have a drug- free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, 5 dispensing, possession, or useofacontrolled substance is prohibited ini the workplace and specifying the actions that will be taken against employees for violations of such 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees 3. Give each employee engaged in providing the commodities or contractual services that are 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistanceor rehabilitation program if such is available in the employeescommunity by, any employee 6. Make a good faith effort to continue to maintain a drug-free workplace through Does the individual responding to this solicitation certify that their firm has implemented a drug-free workplace program in accordance with the provision of Section 287.087, Florida prohibition. for drug abuse violations. under bid a copy of the statement specified in subsection (1). no later than five (5) days after such conviction. who is sO convicted. implementation of this section. Statues, as stated above? OYES ONO Company Address Authorized Signature Printed Name & Title City, State, Zip Code Telephone No. 9.7 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER 28Page State of County of being first duly sworn, deposes and says that: He/sheis_ of Proposer that has submittedi the attached Proposal; He/she is fully informed respecting the preparation and contents of the attached Proposal and Neither the said Proposer nor any of its officers, partners, owners, agent representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly ori indirectly, sought by agreement or collusion or communication: or conference with any other Proposer, firm or person, to fix the price or prices in the attached Proposal or of any other Proposer, or to fix any overhead, profit or cost element of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the CITY OF VALPARAISO. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any ofi its agents, representatives, owners, employees, or parties in interest, including this affiant. ofa all pertinent circumstances respecting such Proposal; Company Address Authorized Signature Printed Name & Title City, State, Zip Code Telephone No. Fax No. Email 29Page 9.8 REFERENCES Provide the business names, contact persons and telephone numbers of a minimum oft three (3) references for which the firm has provided services described in this proposal for three (3)years or more within the last five (5) years. Include relationships with governmental agencies. It is our intent to contact these references during the evaluation process. 1. Name of Company: Address: Point of Contact: Phone #: Service(s) Provided: Email: 2. Name of Company: Address: Point of Contact: Phone #: Service(s) Provided: Email: 3. Name of Company: Address: Point of Contact: Phone #: Service(s) Provided: Email: 30/Page 9.9 PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED. AND: SWORN TOI IN THE PRESENCE OF AN NOTARY PUBLIC OR OTHER OFFICIAL. AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to: City of Valparaiso By: For: Print Individual's Name and Title Print Name of Entity Submitting Sworn Statement Whose business is: And its Federal Employer Identification Number (FEIN) is: 2. lunderstand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material Lunderstand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury lunderstand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, a. Apredecessor or successor of a person convicted of a public entity crime; or b. An entity under the control of any natural person whoi is active int the management of the entity and who has been convicted of a public crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convictedofapubleentily crime in Florida during the preceding 36 months shall lunderstand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United misrepresentation. 3. verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. means: be considered an affiliate. 5. 31Page States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provisions of goods or services let by a public entity, or which otherwisetransacts ora applestotanatbusiness with a publicentity." Thet term "person" includes those officers, directors, executives, partners, shareholders, employees, Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity, nor any affiliates ofthe entity has been charged with and convicted of members, and agents who are active in management of an entity. 6. applies). a public entity crime. subsequent to. July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity, or an affiliate of the entity has been charged with and convicted ofa public entity crime subsequent to. July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity, or an affiliate of the entity has been charged with and convicted ofa public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entitys submitting this sworn statement on the convicted vendor list. (Attach acopy oft the final order). (CONTINUED ON FOLLOWING PAGE) 32/Page IUNDERSTANDTHAT THE SUBMISSION OFTHIS FORMTOTHE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. LALSO UNDERSTAND THATIAM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO. A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR A CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Authorized Signature SWORN TO and SUBSCRIBED before me by means of L J physical presence or online notarization, this day of L isp personally known to me, or 2025, by. who as has produced identification. NOTARY PUBLIC Notary Public SEAL 33Page 9.10 VENDOR INFORMATION Vendor is: Corporation Partnership Sole Proprietorship Other (Explain) Federal Employer Identification Number: Firm Name: Mailing Address: Telephone No.: Email Address: Fax No.: Web Address: Ifremittance address is different from the mailing address, please indicate below. Firm Name: Remittance Address: Submitted by: Printed Name & Title: 34Page 9.11 W-9 W-9 Fam (Fov. Ochbar 2018 Dgpartmartdlt theT Tromny HovnusSarvos Request for Taxpayer Identification Number and Certification roabmmsingfamipit Instructions andt thel atestinformation. Give Form tot the requester. Dor not sendt tot thel IRS. Nama (s shownan) yourk Incomas xmlum. Namaisn rgirdonthsingt OrAaTImLK namaldargardade aritlly name, srlan Dhack appropristobox far ladarait tatc olbwingwanbaua singo-mmbart uG Nola: Chackthas appropriatab box LCIID divgeriedhumt heownar shouldchock Oher [ool hatructany" Adira fumbar, stroat, and apt ar arlon na.)Soalr Instrubans 6Chy, Einha, andZPcodo hopanan aniho1 1.Chacke anlys anen othe 4Examplonaodas mpplyanyso catdns atlos, not Inddunk; as Ituclions onp pago3g Exemptpryoac codaffan) Ppl Faquataransmor mdpidvas pplom) hManipgutara ocarparaton Oscopantin OPatnarship OTutkastate Limlads isbirys pompary. Entar nataxo dasaMcation -Coaporthn 8-S corparabon, P-Partnarhp. wary- ownor. Donotchack Eromption tom FATGAIpartng bdrogardad! tom! thoownar ukasthsownart otholLCb at xo classitialons afks Dwnar. durugardad thas foru3. adardb Ohharwina, singla-mombar! LLCha code(tany numba hao logtian) Parti Taxpayer Identification Number (TIN) Enter your TNInthes epproprtatebax. Thal TIN proviedr mustr match the name gven on Ine1 11 toa avoki Bodn soaynmbar backupy Wthholdng. Fork Individuals, thisIs generally yours socas securlly number (SSN). However, fora residenta alen, solep proprator, or disregarded entry, seet thainstructonst for Parti, Llater. Forother entiles, Itisy youre employsrk Identiticalionr number (EIN). Ityour donothaves anumber, see Howtogeta Note:l It thes aocountisinmoret thand oner name, seet mel Instructions for Bret 1.4 Asos seey Whatl Names and Employor Karinxatonnurba Mumber ToG Gheb the Requesler forp guidellnes on whoser number toerter. 1.1 Ther numbers shownonthst form! Is myo porrectt taxpayer Iderkication number (orl ami waltingi foranumbert tobal Issuedt tom meka and 2. lam nots subject! tobackupi wthholdngt because: (a)l ame exempt from! backupy wthholding, or (blhaver nott been nollfedt byt theintamalF Reverue Service (IRS) thati ams subject tobackupy wthholding: as resuit ofaf fallure oI reporta ar Interest or dvdends, or(c)t thet IRS hasn notihed met thatlam 4.7 TheF FATGACOdes) enterd ont ths1 form (tany ndcaingt thati ame exempt from FATCArsportrgist Dorrect. Certitcation! Instructions. Youmusto cross out Hem2 abovel Hyouhavet been nolted! by thell IRS thaty youE arec cuertlys subject to backup wihholdngt because your hevet taledt toreporte allirteresta andd avidends ony yourt tax retum. Forreal ectatet transactions, em20 doest notE apply. Forn mortgage hterestp paks, aoquisiiono or abandonment ofsearedp property, cancellationo of debt, cortrbutlons! to anl ndvidual retiremente arrangamert (RA), andg ganeraly, payments othert thani Intarustanddudends.) youE arer notn requiredt tos signt thec certiication, buty youmustp providey your correct TN. Seathelrstructionst for Parti,l later. TIN, later. Part Certitication Under penaties ofperjuy, Icertilyt that nok longers subjectt tobackup withhokding and 3.1 lame au.s. ottzenor othert U.S. person (defined belon); End Sign Signatureat Here US. parson> General Instructions noted. Datal Form 1009-DIV (dvidends, Includngt those froms stocksorn mubal funds) Form 1099- MISC( (varlous types ofincome, prtzes, Ewards, orgoss proceeds) transactions! by brokers) Fom 1099-S (proceedsi fromr reaie estatet transactions) Form1 1009-K/ (merchart carde Endt thrdp partyr netwarkt transactions) Fomm1 1008 gomer mortgage Interesty, 1099- -E(student koank Interes!), 1000-T (utiony Form 1099-C( (canceled debly Fomm1 1099-A A(acquislion or ebandonment ofs Bllen), toprovidey your correct TIN. Jater. Sectionreferences: are! tothell Internal Revenued Codet unless otherwise related toFomm W-9andnsl Instructions, such BS egislatione enacted altert they werep pubished, got boww.agpwPommhg. Purpose of Form Anindividual ar entty (Form w-9n requesteyv wholsn required tot Tiea an Information retumy wihit thel IRSI must oblalny your porrectt taxpayer. dentircationnmber (TIN) whichr maybey yoursodals securifyr number (SSN). Individual taxpayer Identricationr number (N). Bdoption taqpeyer) dentsicationr number (ATIN). ore employerl Identincation number amount reportable onan! Informationreturm. Exampleso afinformation retuns nclude, bua arer nota Imited to, thet toliowng. F Form1 1099-NT (nterest eemedo orp pald) Future developments. Fort thelatest nformationa abouto developmants Fomm 1099-B (stock orn mutual funds Bales ando certaino other securedproperly (EIN. ton reportona ani Informatonretumt the amount paldt toy you, or other UseF Fomm w-9cnlyn Hyouaeaus. pasanpouangarsowt "youd dor notr retm Rom W-9to ther requesterw withal TIN. youmght besubyect! to backupy withboking. Seey What Ist baclapy withholding. Cat? No. 10231x FamW-O.1 10-2015) 35]Page 9.12 PUBLIC RECORDS REQUIREMENTS The City of Valparaiso is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: a. Keep and maintain public records required by the City in order to perform the service; b. Upon request from the City's custodian of public records, provide the public agency with acopy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. Ifthe Contractor transfers all public records to the City 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. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City Clerk. The Contractor agrees to make available to the City Clerk, during normal business hours and in Okaloosa County, all books of account, reports and records relating to this contract. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TOTHE CONTRACTOR'S DUTYTO PROVIDE PUBLICF RECORDS RELATINGTO otherwise provided by law. does not transfer the records to the City. with the information technology systems oft the City. PUBLIC RECORDS CUSTODIAN THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK'S OFFICE, 465 VALPARAISO PARKWAY, VALPARAISO, FL 32580 850.729.5402 OR cityclerk@valp.Org Authorized Signature Printed Name & Title Date 36IPage 9.13 SCRUTINIZED COMPANIES PURSUANT TO SECTION 287.135 AND 215.473 By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that the company is not participating in a boycott of Israel. Contractor also certifies that Contractor is not ont the! Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or has been engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Contractor submits this certification as a condition of contract. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination oft false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Company Address Authorized. Signature Printed Name & Title City, State, Zip Code Telephone No. Fax No. Email SWORN TO and SUBSCRIBED before me by means of L physical presence or online notarization, this day of 2025, by. who as LJisp personally known to me, or [ has produced identification. NOTARY PUBLIC Notary Public SEAL 37IPage 9.14 Proposal Label Cut and affix the following label to your Proposal Package. Deliver To: Tammy Johnson, City Clerk City of Valparaiso 465 Valparaiso Parkway Valparaiso, FL 32580 Sealed RFQ #: RFQ Title: Firm Type: 2025-01 Professional Consulting Services Small Firm Large Firm Due Date & Time: XXXXX, 2025 by 3:00 P.M. CST 38Page PUBLICWORKS MONTHLY ACTIVITIES REPORT January 2025 CEMETERY Met with families--1 Madei funeralarangements-s Oversaw funeral operations-4 Perform inurnment--1 Misc/ Assist Other Depts SHOP TRADES WORKER Sr Center Turned on heat Installed outlet Public' Works Field Office Restored entrance sign to facility Replaced: 3-way switches in break room Installed handle of ladies' restroom Lincoln Park Repaired leak in ladies' restroom Painted Pavilion3 Mitchell Bldg-Installed locks on cabinets Repaired broken water line Replaced faucet in restroom T.J. Brooks/ Echo Park-Spray painted over graffiti Picked up and disposed of wreaths from Wreaths Across America Library/ Mitchell Bldg--Adjusted ceiling tile in kitchen Fire Dept-Repaired leaki ini filtration system & condensation line on ice machine T-Pier PARKS Mowed, weedeated, pulled weeds, blew, removed debris from all city parks/ building & city ROWS Doolittle Park-Trimmed bushes Lincoln Park-Trimmed & cleaned out ditch line Marion Ruckel Park-Replaced fence ties & removed glass from court Bayshore Dr-Cut limb down from tree across from Lincoln Park Misc-Assisted Public Works with Inventory STREETS TREE MAINTENANCE Trimmed trees in 2 locations Doolittle Park-Cut down 1 tree ROW MOWING & MAINTENANCE Removed a total of 375 Ibs of debris in 4 locations DOT ROW MOWING & MAINTANANCE NB Bayshore--pushed tree off road & cut broken branches & low limb overhanging ROW & driveway in another location John Sims Pkwy--Removed broken & shattered plastic dresser and blew road Removed at total of 200 Ibs of debris in 3 locations Public Works Activities. January 2024 pg.1 STREET MAINTENANCE Graded roads in 7 locations Filled potholes in 6 locations STORMWATER Hand cleaned stormdrains in 2 locations Jackson Circle Pond--removed cardboard that was used to slide in snow Changed dog waste stations 1 time removing a total of 15 Ibs ofwaste STREET SWEEPING SHOP Total Miles of residential streets swept: 57 Total Lbs of debris removed: 4,800 Asphalt box-installed motor Dumptruck-changed out 2 batteries Backhoe--changed front wheels & tires Cleaned, sharpened & oiled chainsaws Marion Ruckel Park-Added newi fence ties V-36--cleaned bed V-44-detailed inside of truck Sign shop-cleaned Misc./ Assisted Other Depts Parks pressure washer--cleaned carburetor bowl & changed plug Moved 10 tables, 32 chairs, 3 garbage cans, flag & podium from Mitchell Bldg to Heritage Museum for Florida League of Cities event and returned to Mitchell Bldg following event Removed all scrap metal around: sign shop to scrap pile Parks Dept Added new fence ties Added newi fence rail that was missing Water & Sewer T-Pier--located valve for 8" line. Installed new valve box around valve and graded out 362 Chicago Ave-repairing sewer line hit by contractor, backfilled with dirt & tamped 309 Lincoln. Ave--repairing sewer line that was hit by contractor 305 Okaloosa Ave--Assisted adding sticks of new pipe and backfilled SANITATION 176.89 Tons (353.780 Ibs.) of Household Trash collected 21.11 Tons (52.220 Ibs.) of Roadside Bulk collected Number of trips to the dump: 48 280) Yds. ofy yard waste has beent taken to landfill Number of trips to Landfill: 14 New Trash cans delivered: 2 Trash cans replaced: 2 Delivered 357 Ibs of batteries to Metal Recycling Delivered 507 Ibs of aluminum to Metal Recycling WATER/ SEWER REGULATORY COMPLIANCE SAMPLING Monthly Bacteriological sampling Static Water Levels Public Works Activities) January 2024 pg.2 Locates-57 Turn meter on-13 Turn meter off-15 Manually read meters--136 Meters replaced--2 Nodes replaced--6 Checked meters for leaks-4 Repaired service line-1 Reattached register-1 Pulled meter-1 Backflow repaired & tested-1 Meter box & lid replaced--2 Made water & sewer taps-2 Sewer calls-3 Support Staff REGULATORY COMPLIANCE REPORTING RECORDS MAINTENANCE Filed MORS monthly Prepared & sent Dec' '24 Monthly Operational Report (MORS) to FDEP & Poly, Inc Sent 2024 Water Use Summary report to NWFWMD Filed bacteriological sampling each month Continuously updating Lead & Copper Inventory Produced Jan' 25 Static' Water Level Report Coordinating customer lead: sampling and pipe material identification processes Continuously updated Water Distribution Log throughout month Prepared Jan' '25 Purge Data Reports-1 Daily maintain record of all activities of depts in Public' Works Prepared Annual Public Works Activities Reports Monthly Recorded' Water Uses/ Losses in FRWA: spreadsheet Daily record phone calls received Formatted vehicle fuel sheets and disseminated for. Jan '25 Made Pavilion: signs- -1 Monthly update Water Use summary WORK ORDERS GENERATED/ PROCESSED In-house work orders generated--39 Work orders processed from City Hall-24 Locate requests processed from Sunshine 811-94 Meter Leak Alert customers contacted-91 Meters/ Mi.Nodes commissioned-6 Received 300 phone calls. Cemetery-0 Parks-3 Sanitation-33 Shop-5 Streets-3 Water/ Sewer-149 Misc/ Other Depts- 107 Public Works Activities January! 2024 pg. 3