Loading...
HomeMy WebLinkAboutBack-Up DocumentsACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST FOR FEDERALLY FUNDED PROJECTS CONTRACT NO.: 24 P-007 PROCUREMENT CONTRACTING OFFICER: Ta h 1 i a G ray DATE SUBMITTED: TITLE: Storm Pipe Inspections, Cleaning and Repairs Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package O Award Summary Form for Director or City Manager (if applicable) O Agenda Item Summary Form (for Commission Approval — if applicable) O Resolution (for Commission Approval — if applicable) O Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package E Copy of Tally/Evaluation Results (score sheets, ranking or summary) ❑✓ Copy of Contract's Advertisement & Distribution information El Copy of Contract/Solicitation Being Accessed O Copy of Award Sheet/Approval Documents O Copy of Proposal/Bid Federal Procurement Requirements — Please ensure that all the following requirements are included in the solicitation/contract that is being accessed. ❑ Federal Contract Clauses O Byrd Anti -Lobbying Affidavit Yes No ❑ 0 Was the original contract procured in compliance with the federal procurement under grant rules that would apply to the entity seeking reimbursement? ❑✓ ❑ Does the original contract contain appropriate assignability provisions that allow the assignment of all or a portion of the specified deliverables under the terms originally advertised, competed, evaluated, and awarded, or contains other appropriate assignment provisions? ❑✓ ❑ Does the scope of work to be performed fall within the scope of work under the original contract, and there are no cardinal changes to the contract? O 0 Is the contract price fair and reasonable? ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST FOR FEDERALLY FUNDED PROJECTS NOTES: • APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. Annie Perez, CPPO Director, Department of Procurement RFP 24P-007 Storm Pipe Inspections, Cleaning and Repairs Selection Committee Members Department Atlantic Pipe Services Flotech Environmental Gulf Coast Underground Hinterland Group Inliner Solutions Nu -Pipe Rowland I&I Solutions Shenandoah Vortex Services, LLC Dan Lucin DPM - lnfastructure 98 83 70 93 93 61 32 86 99 Jamie Denton DPM - Special Projects 99 65 61 88 91 33 23 76 93 Josh Santiago DPM - Infastructure 99 70 61 91 94 44 28 81 96 Hope Schortemeyer Budget 98 70 62 96 90 44 36 90 90 Tobey Cyr HR 96 82 72 95 90 82 61 87 92 TOTAL 490 370 326 463 458 264 180 420 470 RANK 1 6 7 3 4 8 9 5 2 RFP 24P-007Storm Pipe Inspections, Cleaning and Repairs Worksheet Sections for Atlantic Pipe Services Dan Lucin Jamie Denton Josh Santiago Tobey Cyr Hope Schortemeyer Total out of 500 I Rank I Machinery, equipment & manpower (20) 20 20 20 20 20 Qualifications of proponents manpower (20) 20 20 20 20 20 Experience (25) 25 25 25 25 25 Quality of references (10) 8 9 9 8 8 Price with respect to average proposal (15) 15 15 15 13 15 Thoroughness ofproposal(10) 10 10 10 10 10 TOTALS 98 99 99 96 98 490 I 1 I Worksheet Sections for Flotech Enviornmental Machinery, equipment & manpower (20) 15 15 15 20 20 Qualifications of proponents manpower (20) 20 15 15 18 10 Experience (25) 25 20 20 23 20 Quality of references (10) 8 2 5 5 5 Price with respect to average proposal (15) 5 5 8 8 10 Thoroughness of proposal (10) 10 8 7 8 5 TOTALS 83 65 70 82 70 370 I 6 I Worksheet Sections for Gulf Coast ' Underground Machinery, equipment & manpower (20) 15 15 12 20 20 Qualifications of proponents manpower (20) 15 10 12 10 10 Experience (25) 15 15 14 22 15 Quality of references (10) 10 8 10 6 10 Price with respect to average proposal (15) 5 5 7 8 2 Thoroughness of proposal (10) 10 8 6 6 5 TOTALS 70 61 61 72 62 326 I 7 I Worksheet Sections for Hinterland Group Machinery, equipment & manpower (20) 20 20 20 20 20 Qualifications of proponents manpower (20) 20 20 20 20 20 Experience (25) 25 20 23 24 25 Quality of references (10) 8 8 8 8 10 Price with respect to average proposal (15) 10 10 10 13 13 Thoroughness of proposal (10) 10 10 10 10 8 TOTALS 93 88 91 95 96 463 I 3 I Worksheet Sections for Inliner Solutions Machinery, equipment & manpower (20) 20 18 20 20 20 Qualifications of proponents manpower (20) 15 15 18 20 20 Experience (25) 25 25 25 23 20 Quality of references (10) 8 8 6 7 5 Price with respect to average proposal (15) 15 15 15 12 15 Thoroughness ofproposal(10) 10 10 10 8 10 TOTALS 93 91 94 90 90 458 I 4 I Worksheet Sections for Nu -Pipe Machinery, equipment & manpower (20) 10 5 8 18 15 Qualifications of proponents manpower (20) 20 5 8 20 10 Experience (25) 10 10 13 20 10 Quality of references (10) 8 7 5 6 6 Price with respect to average proposal (15) 5 1 5 8 0 Thoroughness of proposal (10) 8 5 5 10 3 TOTALS 61 33 44 82 44 264 I 8 I Worksheet Sections for Rowland I&I Solutions Machinery, equipment & manpower (20) 5 3 5 10 5 Qualifications of proponents manpower (20) 5 5 5 16 9 Experience (25) 5 5 5 17 10 Quality of references (10) 7 3 5 7 5 Price with respect to average proposal (15) 5 4 5 4 2 RFP 24P-007Storm Pipe Inspections, Cleaning and Repairs Thoroughness of proposal (10) 5 3 3 7 5 TOTALS 32 23 28 61 36 Worksheet Sections for Shenandoah General Construction Machinery, equipment & manpower (20) 20 15 15 18 20 Qualifications of proponents manpower (20) 10 10 15 15 15 Experience (25) 25 25 25 25 25 Quality of references (10) 8 8 8 7 10 Price with respect to average proposal (15) 15 10 10 14 13 Thoroughness of proposal (10) 8 8 8 8 7 TOTALS 86 76 81 87 90 Worksheet Sections for Vortex Servicesw, LLC Machinery, equipment & manpower (20) 20 15 18 18 20 Qualifications of proponents manpower (20) 20 20 20 20 20 Experience (25) 25 25 25 20 20 Quality of references (10) 9 8 8 10 10 Price with respect to average proposal (15) 15 15 15 14 10 Thoroughness ofproposal(10) 10 10 10 10 10 TOTALS 99 93 96 92 90 180 9 420 5 470 1 2 Ford, Crystal From: Sent: To: Subject: DemandStar <agencyservices@demandstar.com> Tuesday, January 9, 2024 9:01 AM Ford, Crystal DemandStar: Bid - RFP-24P-007-0-2024/CF Submitted for Broadcast Bid Submitted on DemandStar The following bid has been successfully submitted for broadcasting. Bid Identifier: RFP-24P-007-0-2024/CF Bid Name: Storm Pipe Inspections, Cleaning and Repairs Due Date: 02/08/2024 3:00 PM Eastern Broadcast Date: 01 /11 /2024 7:30 AM Eastern Bid Writer: Crystal Ford -Bellamy Bid Submitted by: Crystal Ford -Bellamy You may update your Bid information up until broadcast. You can update your bid details here or by going to the "Bids" tab, until the bid is broadcast, which is currently scheduled for 01 /11 /2024 7:30 AM Eastern. Sincerely, The DemandStar team i Ford, Crystal From: Sent: To: Subject: DemandStar <agencyservices@demandstarcom> Tuesday, January 9, 2024 9;00 AM Ford, Crystal Document RFP #24P-007 Proposal Form Awaiting Approval The bid document you uploaded to DemandStar is ready for your approval. Bid Identifier: RFP-24P-007-0-2024/CF Bid Name: Storm Pipe Inspections, Cleaning and Repairs Document: RFP #24P-007 Proposal Form Pages: - Date Posted: 01/09/2024 8:59 AM Eastern View Bid Details Please review RFP #24P-007 Proposal Form and verify it is the correct file. If it is, please go to the Manage Documents page for your bid and click the "Approve" button next to this document. Your bid will not be broadcast until all documents have been approved. Sincerely, The DemandStar team 1 Ford, Crystal From: Sent: To: Subject: DemandStar <agencyservices@demandstar.com> Tuesday, January 9, 2024 8:59 AM Ford, Crystal Document Word Proposal Docs Awaiting Approval The bid document you uploaded to DemandStar is ready for your approval. Bid Identifier: RFP-24P-007-0-2024/CF Bid Name: Storm Pipe Inspections, Cleaning and Repairs Document: Word Proposal Docs Pages: - Date Posted: 01/09/2024 8:58 AM Eastern View Bid Details Please review Word Proposal Docs and verify it is the correct file. If it is, please go to the Manage Documents page for your bid and click the "Approve" button next to this document. Your bid will not be broadcast until all documents have been approved. Sincerely, The DemandStar team a i Ford, Crystal From: Sent: To: Subject: DemandStar <agencyservices@demandstar.com> Tuesday, January 9, 2024 8:58 AM Ford, Crystal Document RFP #24P-007 Awaiting Approval The bid document you uploaded to DemandStar is ready for your approval. Bid Identifier: RFP-24P-007-0-2024/CF Bid Name: Storm Pipe Inspections, Cleaning and Repairs Document: RFP #24P-007 Pages: Date Posted: 01/09/2024 8:58 AM Eastern View Bid Details Please review RFP #24P-007 and verify it is the correct file. If it is, please go to the Manage Documents page for your bid and click the "Approve" button next to this document. Your bid will not be broadcast until all documents have been approved. Sincerely, The DemandStar team Ford, Crystal From: no-reply@districtgov.org Sent: Thursday, January 11, 2024 7:49 AM To: Ford, Crystal Subject: VCDD e-Notification: Solicitations - General Gate V " Coniniuniry Fkwe:npment nisrrirex Dear Subscriber: e-Notification Subject: Solicitations - General Date: 1/11/2024 Request for Proposal (RFP) #24P-007 Storm Pipe Inspections, Cleaning and Repairs has been issued today, Thursday, January 11, 2024. The proposal documents are available on DemandStar and our District website. Please follow the links below to view the RFP document(s). If you have any questions regarding this solicitation, please contact Crystal Ford -Bellamy, Buyer, at 352-751-6700 or via e-mail at crystal.ford©districtgov.org District Website Demandstar Click here to update your e-Notifications Click here to update your e-mail address Click here to unsubscribe from all e-Notifications 1/11/24, 7:25AM DistrictGov.org Calendar Mainranance Fardc Log Out Open Login/Account Area Calendars eNotification Solicitations Solicitations Maintenance February v 2024 v RFP #24P-007 Storm Pipe Inspections, Cleaning and Repairs Add New Solicitati Edit Solicitation Delete Solicitation Due Date Thursday, 02/08/24 3:00 PM Conference Date Thursday, 01/18/24 9:00 AM Status Active Purchasing Crystal Ford -Bellamy, 352-751-6700 Contact General A Non -Mandatory Pre -Proposal conference will be held on January 18, 2024 at 9:00 AM in the Purchasing Comments Conference Room located at 1071 Canal St., 2nd Floor, The Villages, FL 32162. RFP #24P-007 ♦ Word Proposal Docs *Excel Proposal Form Add Document Linl Delete Document Link BID #24B-009 Alhambra Storage Fuel Facility Construction Due Date Conference Date Status Purchasing Contact General Comments Tuesday, 02/06/24 3:00 PM Wednesday, 01/10/24 9:OOAM Active Crystal Ford -Bellamy, 352-751-6700 Edit Solicitation Delete Solicitation A MANDATORY on -site pre -bid conference will be held on January 10, 2024 promptly at 9:00 am. Interested Suppliers are to meet in the parking lot of Alhambra Storage Facility located at 2425 EL Camino Real, Lady Lake, FL 32159. ITB #248-009 ♦ Word Bid Docs Add Document Link Delete Document Link https://www.districtgov.org/admin!Purchasing/Solicitatian.aspx 1/1 1/11/24, 7:26AM DistrictGov.org Calendar Mainfrnance Calendars eNotification Solicitations parking lot of Alhambra Storage Facility, 2425 EL Camino Real Lady Lake, FL 32159. For more information, please contact Crystal Ford -Bellamy at ysta .ford districtgov.org or 3527516700 There are no documents linked to this event. Include Solicitation Document 1 Remove Solicitation Document January 18, 2024 9:00 AM RFP #24P-007 Optional On -Site Pre -Bid Conference Storm Pipe Inspections, Cleaning and Repairs Purchasing Office Conference Room 1071 Canal St The Villages, FL 32162 3527516700 Edit Event Delete Evi An Optional Pre -Proposal conference will be held on January 18, 2024 at 9:00 AM. Interested Suppliers are to meet in the Purchasing Conference Room located at 1071 Canal St., 2nd Floor, The Villages, FL 32162. The conference is not mandatory; however, suppliers are strongly encouraged to attend the pre -proposal conference for a clear understanding of the project. For more information, please contact Crystal Ford -Bellamy at erystahford@districtgov.org or 3527516700 There are no documents linked to this event. Include Solicitation Document Remove Solicitation Document January 30, 2024 3:15 PM BID #24B-008 Public Opening La Hacienda Recreation Center Game Room Addition Purchasing Department Conference Room 1071 Canal Street The Villages, FL 32162 352-751-6700 BIDS ARE DUE at 3:OOPM for the OPENING at 3:15PM. For more information, please contact Susi Belon at Susan.Belon@Districtgov.org or 352-751-6700 There are no documents linked to this event. Include Solicitation Document Remove Solicitation Document Edit Event Delete Evi https://www.districtgov.org/admin/EventCalendar/CalMaint.aspx 2/2 1/11/24, 7;32 AM DistrictGov.org Calendar Maintwnance I U,ernd Fordc Log Out Open LoginlAccount Area Calendars eNotification Solicitations Calendar Maintenance Purchasing February v 2024 v February 6, 2024 3:15 PM BID #24B-009 Public Opening Alhambra Storage Fuel Facility Construction 1071 Canal St The Villages, FL 32162 3527516700 I -Add New Evi ALL BIDS ARE DUE AT 3:OOPM for the OPENING AT 3:15PM For more information, please contact Crystal Ford -Bellamy at crystal.ford@districtgov.org or 3527516700 There are no documents linked to this event. Include Solicitation Documen] Remove Solicitation Document Edit Event Delete Evi February 8, 2024 3:15 PM RFP #24P-007 Public Opening Storm Pipe Inspections, Cleaning and Repairs Purchasing Office Conference Room 1071 Canal St The Villages, FL 32162 3527516700 Edit Event Delete Evi ALL PROPOSALS ARE DUE BY 3:00 PM. THE PROPOSAL OPENING WILL BE HELD AT 3:15 PM IN THE PURCHASING CONFERENC ROOM. For more information, please contact Crystal Ford -Bellamy at erystal.ford@districtgov org or 3527516700 There are no documents linked to this event. Include Solicitation Document Remove Solicitation Document https://www.districtgov.org/admin/EventCalendar/CalMaint.aspx 1/1 1/11/24, 7;39 AM DistrictGov.org Calendar Maintenance Fords Log Out Open Login/Account Area Calendars eNotification Solicitations Calendar Maintenance Purchasing February v 2024 v February 6, 2024 3:15 PM BID #24B-009 Public Opening Alhambra Storage Fuel Facility Construction 1071 Canal St The Villages, FL 32162 3527516700 Add New Ev( Edit Event I Delete Ev/ ALL BIDS ARE DUE BY 3:00 PM. THE BID OPENING WILL BE HELD AT 3:45 PM IN THE PURCHASING CONFERENCE ROOM For more information, please contact Crystal Ford -Bellamy at crystal.ford@districtgov.org or 3527516700 There are no documents linked to this event. Include Solicitation Document I Remove Solicitation Document February 8, 2024 3:15 PM RFP #24P-007 Public Opening Storm Pipe Inspections, Cleaning and Repairs Purchasing Office Conference Room 1071 Canal St The Villages, FL 32162 3527516700 Edit Event Delete Evi ALL PROPOSALS ARE DUE BY 3:00 PM. THE PROPOSAL OPENING WILL BE HELD AT 3:15 PM IN THE PURCHASING CONFERENC ROOM. For more information, please contact Crystal Ford -Bellamy at crystal.ford@districtgov.org or 3527516700 There are no documents linked to this event. Include Solicitation Document Remove Solicitation Document February 29, 2024 9:00 AM RFP #24P-007 Selection Committee Meeting Storm Pipe Inspections, Cleaning and Repairs Large Conference Room 984 Old Mill Run The Villages, FL 32162 3527516700 For more information, please contact Crystal Ford -Bellamy at crystal.ford districtgov.org or 3527516700 There are no documents linked to this event. Include Solicitation Document Remove Solicitation Document Edit Event Delete Evi https://www.districtgov.org/admin/EventCalendar/CalMaint.aspx 1/1 EXHIBIT GrheGlilagets DAILY SUN Published Daily Lady Lake, Florida State of Florida County Of Lake Before the undersigned authority personally appeared Amber Sevison, who on oath says that she is Legal Ad Coordinator of the DAILY SUN, a daily newspaper published at Lady Lake in Lake County, Florida with circulation in Lake, Sumter and Marion Counties: that the attached copy of advertisement, being a Legal # 01168488 in the matter of NOTICE OF REQUEST FOR PROPOSALS was published in said newspaper in the issues of JANUARY 11, 2024 Affiant further says that the said Daily Sun is a newspaper published at Lady Lake in said Lake County, Florida, and that the said newspaper has heretofore been continuously published in said Lake County, Florida each week and has been entered as second-class mail matter at the post office in Lady Lake, in said Lake County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisements; and affiant further says that he has neither paid nor promised any person, firm, or Corporation any discount, rebate, commission or refund for the purpose of securing this advertisement for Publication in the said new (Signature Of Affiant) Sworn to and subscribed before me this day of / / - /, 2024 Robin L. Baldeschwieler, Personally Known Production Identification otary Type of Identification Produced <IRY P • �'. IELER or Villages Community Development Districts Request for Proposals RFP #24P-007 The Villages Community Development Districts are seeking proposals from reputable firms to provide Storm Pipe Inspections, Cleaning and Repair Services. Proposal packages may be obtained from www.districtgov.org or www.demandstar.com. An OPTIONAL pre -proposal conference for all interested suppliers will be held on January 18, 2024 at 9:00am in the Purchasing Conference Room at 1071 Canal St, The Villages, FL 32162. Sealed proposals must be received by 3:00pm, February 8, 2024 at the Purchasing Department located at 1071 Canal Street, The Villages, FL 32162, and the Proposal Opening will be held at 3:15pm. If you have any questions regarding this RFP, please email or call Crystal Ford -Bellamy at crystal .ford@districtgov.org or 352- 751-6700. #01168488 January 11, 2024 MY COMMISSION # NH 022967 EXPIRES: October 10, 2024 Bonded Tfiru Notary public Underwriters REQUEST FOR PROPOSALS FOR Storm Pipe Inspections, Cleaning, and Repairs RFP #24P-007 G1ij,e GV1I1age&) Community Development Districts Issued By: Village Community Development Districts Purchasing Department Crystal Ford -Bellamy, Buyer 1071 Canal Street The Villages, Florida 32162 Phone (352) 751-6700 * Fax (352) 751-6715 www.districtgov.orq Crustal Ford(a�districtgov.orq Date of Issue January 11, 2024 Due Date / Time: February 8, 2024 at 3:00 PM Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 CALENDAR OF EVENTS / PROPOSAL TIMELINE Listed below are the important dates and times by which the actions noted must be completed. All dates are subject to change by the Purchasing Department. If the Purchasing Department finds it necessary to change any of these dates or times prior to the proposal due date, the change will be accomplished by addendum. Issue RFP ACTION COMPLETION DATE January 11, 2024 OPTIONAL Pre -Proposal Conference January 18, 2024 at 9:00 AM Purchasing Conference Room 1071 Canal St., 2nd Floor The Villages, FL 32162 Last Day for Questions January 26, 2024 by 4:00 PM Proposals Due February 8, 2024 by 3:00 PM Public Proposal Opening Selection Committee Meeting District Board Approvals February 8, 2024 at 3:15 PM Purchasing Conference Room 1071 Canal St. The Villages, FL 32162 February 29, 2024 at 9:00 AM Large Conference Room located 984 Old Mill Run The Villages, FL 32162 *Next Regularly Scheduled Meeting after all Pertinent Forms and Documents are Complete and ready for Board Review/Approval Village Community Development Districts Page 2 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 TABLE OF CONTENTS TABLE OF CONTENTS PART 1 5 INTENT AND GENERAL INFORMATION PART 2 16 EVALUATION PROCESS PART 3 18 PROPOSAL SUBMITTAL PART 4 19 SCOPE OF SERVICES PART 5 31 REQUIRED PROPOSAL DOCUMENTS PART 6 66 EXHIBITS Village Community Development Districts Page 3 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 COMPLETENESS OF PROPOSAL CHECKLIST Proposers remain responsible for reading the entire Proposal document to ensure that they are in compliance. Proposals may be considered subject to rejection if, in the sole opinion of the District, there is a serious omission, unauthorized alteration of form, an unauthorized alternate Proposal, incomplete or unbalanced unit price, or irregularities of any kind. The District reserves the right to request corrections of minor errors or irregularities. The District may reject as non -responsive, any or all Proposals where Proposers fail to acknowledge receipt of Addenda as prescribed. ❑ Proposal Cover Page — all information completed and signed ❑ Proposal Forms — (One (1) Form, must be signed and dated) submitted in correct format, accurate calculations, and signed (ONLY EXCEL PROPOSALS SHALL BE ACCEPTED. The file(s) can be found on DemandStar and the District Webpage) ❑ Proposer's Statement of Experience, Equipment and Personnel & References for Similar Projects o List five (5) references of similar size and scope ❑ W-9 — completed and signed ❑ Disclosure of Sub -contractors, Sub -consultants and Suppliers — signed and/or information completed ❑ If applicable, Sub -Contractors Statement of Experience, Equipment and Personnel & References for Similar Projects ❑ Exceptions or Deviations to Specifications — signed and/or information completed ❑ Proposer's Certification — Addenda acknowledged and form signed ❑ Supplier Certification Regarding Scrutinized Companies' List — signed ❑ Drug Free Workplace Certificate — signed and notarized ❑ Anti -Collusion Form — completed and signed ❑ Insurance Requirements — signed ❑ Statement of Terms and Conditions — signed ❑ Wildlife Habitat Management Plan — signed ❑ Copy of Required/Applicable Licenses or Certifications per specifications o Florida State Underground License. o All operators must be PACP (NASSCO Pipeline Assessment Training Certification) trained with current certifications. o MOT Intermediate certified ❑ Required Number of Submittals (1 Original & 5 copies and a new CD or USB Flash Drive) This checklist shall not be construed as a complete list. Vendor is responsible to ensure all requirements of the solicitation are completed. Village Community Development Districts Page 4 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PART 1 INTENT AND GENERAL INFORMATION REQUEST FOR PROPOSALS The Villages Community Development Districts are requesting proposals for Storm Pipe Inspections, Cleaning, and Repairs. Sealed proposals will be received by the Village Community Development Districts Purchasing Department located at 1071 Canal Street, The Villages, Florida 32162, until 3:00 PM on February 8, 2024 for: RFP #24P-007 Storm Pipe Inspections, Cleaning, and Repairs. All timely received Proposals shall be opened at 3:15pm in the Conference Room located at 1071 Canal Street, The Villages, FL 32162. Proposers shall take careful notice of the following conditions of this Request for Proposal: • Submissions by FAX, or electronic media will not be accepted under any circumstances. Late submissions will not be accepted under any circumstances. • Submitters may withdraw and/or replace bids at any time until the deadline for submission of proposals. • All questions received by 4:00 pm on January 26, 2024 will be considered. Questions will not be answered over the phone. Questions must be in writing sent via e-mail to Crystal Ford -Bellamy at Crystal.Ford@districtoov.org MINIMUM REQUIREMENTS • Must have a minimum of five (5) years of experience with similar size agencies and scope. • Must possess the following licenses/certification: o Florida State Underground License o All operators must be PACP (NASSCO Pipeline Assessment Training Certification) trained with current certifications o MOT Intermediate certified o In the instance that a manufacturer offers training certification for their product or equipment, current training certifications must be held in order to utilize said product and/or equipment PRE -PROPOSAL CONFERENCE A pre -proposal conference will be held on January 18, 2024 at 9:00 AM. Interested Supplier/Contractors are to meet in the Purchasing Conference Room, located at 1071 Canal St, The Villages, FL 32162. The conference is not mandatory; however, Supplier/Contractors are strongly encouraged to attend the pre -bid conference for a clear understanding of the project. For directions, please contact Crystal Ford -Bellamy at Crystal. Ford@Districtgov.org FORMS & SPECIFICATIONS Respondents are required to use the official PROPOSAL/BID FORMS, and all attachments itemized herein are to be submitted as a single document. Any variation from the minimum specifications must be clearly stated on the PROPOSAL/BID FORMS and explained in detail on the EXCEPTION/DEVIATION FORM. HOW TO SUBMIT A RESPONSE (see page 18 for method of submittal) One complete response packet (1 original, 5 copies and 1 electronic copy on a new CD or USB Flash Drive) with all required documents as itemized and included herein is to be submitted in a sealed envelope, on the outside of which shall be prominently marked with the formal Solicitation number and name together with the name and address of the Respondent. The response packet should be neat, professional in appearance and bound appropriately for the document's thickness however, Please DO NOT use 3-Ring Binders if possible. The original response packet shall have original signatures and clearly noted with ORIGINAL on the cover. All responses shall be mailed or hand delivered to the Purchasing Department at the address given, by the date and time set forth herein. PROPOSER RESPONSIBILITY Respondents are fully and completely responsible for the labeling, identification, and delivery of their proposals. The Purchasing Department will not be responsible for any mislabeled or misdirected submissions, nor those handled by delivery persons, couriers, or the U. S. Postal Service. Village Community Development Districts Page 5 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 • Submissions shipped by express delivery, or in overnight or courier envelopes, boxes, or packages must be prominently marked on the outside of such envelopes, boxes or packages with the sealed proposal identification. • Any envelopes, boxes, or packages which are not properly labeled, identified, and prominently marked with the sealed proposal identification, may be inadvertently opened upon receipt, thereby invalidating such proposals, and excluded from the official proposal opening process. • Invitation by the Village Community Development Districts to Respondents is based on the recipient's specific request and application to www.demandstar.com, www.districtgov.org, or as the result of response by the public to the legal advertisements required by State and District law. Firms or individuals submit their responses on a voluntary basis, and therefore are not entitled to compensation of any kind. • A person or affiliate who has been placed on the Convicted Vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of $35,000 (the threshold amount provided in Section 287.017, for CATEGORY TWO) for a period of thirty-six (36) months from the date of being placed on the Convicted Vendor list. • Proposals that are incomplete, unbalanced, conditional, obscure, or which contain additions not called for, alterations, or irregularities of any kind, or which do not comply with these documents may be rejected at the option of the District. • Any Respondent who submits a no -proposal response shall submit the no -proposal response in an envelope marked on the outside of the mailing envelope, together with the required proposal identification number. PROPOSAL DOCUMENTS REQUIRED The following documents and forms in the following arrangement must accompany each proposal or alternate proposal submitted: • Proposal Cover Page. This is to be used as the first page of the RFP. This form must be fully completed and signed by an authorized officer of the Respondent. • Proposal Excel Form(s) One (1)Form, must be signed and dated) • Supplemental Pricing Page (Additional Services if Needed) • A sworn, notarized Statement of Contractor's Experience, Equipment and Personnel. • W-9 • Disclosure of Subcontractors, Sub consultants and Suppliers • If applicable, Sub -Contractors Statement of Experience, Equipment and Personnel & References for Similar Projects • Exceptions or Deviations to Specifications form. • Proposer Certification / Addenda Acknowledgement Form. • Scrutinized Companies • A sworn, notarized Drug Free Workplace Certificate must accompany each proposal or alternate proposal. • Anti -Collusion Statement • Insurance Requirements • General Terms and Conditions statement must be signed and returned with the proposal form. • Wildlife Habitat Management Plan • Contractor shall provide a list of all chemicals and additives to be used in the performance of this work. • work. Village Community Development Districts Page 6 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 INCLUDE WITH PROPOSAL • Any and all applicable licenses or certifications must be included (if required). This can also include any additional certifications or education of the organization or of staff who will be performing the actual work. • Required Number of Submittals (1 Original & 5 copies and a new CD or USB Flash Drive) This list shall not be construed as a complete listing of required documents. It remains the Contractor's responsibility to ensure all requirements of their proposal submittal are met. EXAMINATION OF PROPOSAL DOCUMENTS • Each Respondent shall carefully examine the Drawings and/or Specifications and other applicable documents, and inform himself/herself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the work to be performed under the Contract. Ignorance on the part of the Respondent will in no way relieve him/her of the obligations and responsibilities assumed under the Contract. • Should a Respondent find discrepancies or ambiguities in, or omissions from the Drawings and/or Specifications, or should he/she be in doubt as to their meaning, he/she shall at once notify the Purchasing Department, in writing. INSURANCE REQUIREMENTS The contractor shall maintain, on a primary basis and at its sole expense, at all times while performing work for any of the Districts, the "Standard Insurance Requirements" described herein. Contractors responding to a competitive formal solicitation shall provide with their submittal, a Certificate of Insurance (COI) or a letter from the insurance company stating required coverage is obtainable. Prior to commencement of any work for the Districts, a COI fulfilling all Standard Insurance requirements must be received and approved by VCCDD. Work is defined as any service provided to the Districts by a vendor/contractor who must access District property in order to provide the service(s). The requirements contained herein, as well as the District's review or acknowledgement, is not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the contractor under this contract. Standard Insurance Requirements Financial Rating of Insurance Companies - All insurance companies must have financial rating of A - or higher by A.M. Best Company, Inc. with the exception of self -insured insurance companies. Commercial General Liability Insurance - The contractor shall maintain Commercial General Liability Insurance at a limit of liability not less than $1,000,000 each occurrence and a $2,000,000 annual aggregate. Due to the nature of the work involved, consultants performing program and/or contract management services are required to maintain $1,000,000 each occurrence and $1,000,000 annual aggregate. The coverage shall not contain any endorsement(s) excluding nor limiting product /completed operations, independent contractors, broad form property damage, X-C-U Coverage, contractual liability or cross liability. The self -insured retention or deductible shall not exceed $50,000. o Additional Insured Endorsement. The contractor shall endorse all Districts as an "Additional Insured" on the Commercial General Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage. In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractor's Commercial Umbrella/Excess Liability as required herein. o Waiver of Subrogation Endorsement. The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition not permit the contractor to enter into a pre - loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis. Village Community Development Districts Page 7 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 Business Automobile Liability Insurance - The contractor shall maintain Business Automobile Liability Insurance at a limit of liability not less than $1,000,000 each occurrence. Coverage shall include liability for owned, non -owned, and hired automobiles. In the event the contractor does not own automobiles, the contractor shall maintain coverage for hired and non -owned auto liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. o Additional Insured Endorsement. The contractor shall endorse all Districts as an "Additional Insured" on the Business Automobile Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage. In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractor's Commercial Umbrella/Excess Liability as required herein. * o Waiver of Subrogation Endorsement. The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis. Worker's Compensation Insurance and Employers Liability Insurance - The contractor, any sub - consultants or subcontractors shall maintain their own Worker's Compensation Insurance and Employers Liability in accordance with Florida Statute Chapter 440. In case any class of employees engaged in hazardous work at the site of the operations is not protected under the Worker's Compensation statute, the Vendor shall provide, and cause each sub consultant or subcontractor to provide adequate insurance for the protection of its employees not otherwise protected. The Vendor must provide a Certificate of Insurance (COI) showing Worker's Compensation coverage or must provide an exemption certificate issued by the State of Florida showing that the Vendor is exempt from Worker's Compensation insurance requirements. (NOTE: Elective exemptions or coverage through an employee leasing arrangement will be on a case -by -case basis). Umbrella or Excess Liability Insurance (needed for large contracts as determined and approved by the Purchasing Director) (If applicable) - The contractor shall maintain either a Commercial Umbrella or Excess Liability Insurance at a limit of liability not less than $2,000,000 each occurrence and $2,000,000 aggregate. The contractor shall endorse all Districts as an "Additional Insured" on the Umbrella or Excess Liability Insurance, unless the Commercial Umbrella/Excess Liability Insurance provides coverage on a pure "True Follow- Form" basis, or the District is automatically defined as an additional protected person. Any self- insured retention or deductible shall not exceed $50,000. Professional or Errors and Omissions Liability Insurance (If applicable) - The contractor shall maintain a Professional Liability or Errors and Omissions policy at a limit of liability no less than $1,000,000 per claim/loss and $2,000,000 annual aggregate. The contractor shall endorse all Districts as an "Additional Insured" on the Professional and/or Errors and Omissions Liability Insurance. o Additional Insured Endorsement. The contractor shall endorse all Districts as an "Additional Insured" on the Professional or Errors and Omissions Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage. In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractor's Commercial Umbrella/Excess Liability as required herein. * Village Community Development Districts Page 8 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 o Waiver of Subrogation Endorsement. The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis. Professional Liability for IT including Cyber Risk (If applicable) - The contractor shall maintain Professional Liability Insurance for IT Technology including cyber risk policy at a limit of liability no less than $1,000,000 per claim/loss and $2,000,000 annual aggregate. The contractor shall endorse all Districts as an "Additional Insured" on the Professional IT Liability Insurance. o Additional Insured Endorsement. The contractor shall endorse all Districts as an "Additional Insured" on the Professional Liability for IT Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage. In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractor's Commercial Umbrella/Excess Liability as required herein. o Waiver of Subrogation Endorsement. The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis. *Note: The individual Districts that shall be endorsed and listed as Additional Insureds on all policies are: Village Center Community Development District Sumter Landing Community Development District Brownwood Community Development District Village Community Development Districts 1 — 15 North Sumter County Utility Dependent District Wildwood Utility Dependent District Coleman Ridge Community Development District Middleton Community Development District — A Middleton Downtown Community Development District Eastport Community Development District Villages Public Safety Department Dependent District All at the following street address: 984 Old Mill Run Attention: Risk Management The Villages, FL 32162 Indemnification - The contractor shall indemnify, defend and hold harmless all of the Districts, its offices, agents and employees from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to contractor's own employees or damage to property occasioned by a negligent act, omission or failure of the contractor. Village Community Development Districts Page 9 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 Builder's Risk Insurance - Required for all projects when a new building is being constructed from the ground up. The contractor, prior to notice to proceed or commencement of work, whichever occurs first, shall obtain Builder's Risk Insurance providing coverage to protect the interests of the Districts, contractor, and subcontractors. Coverage shall be written on an All -Risk, Replacement Cost, and Completed Value Form basis in an amount at least equal to 100% of the projected completed value of the project as well as subsequent modifications of that sum. Flat deductible(s) shall not exceed $50,000, wind percentage deductible (when applicable) shall not exceed ten percent (10%), and flood sub -limit shall not be less than 25% of the projected completed value of the project. The contractor shall endorse the policy with a manuscript endorsement eliminating the automatic termination of coverage in the event the building is occupied in whole or in part, or put to its intended use, or partially accepted by the District. The manuscript endorsement shall amend the automatic termination clause to only terminate coverage if the policy expires, is cancelled, the District's interest in the building ceases, or the building is accepted or insured by the District. The contractor shall endorse the District's as "Additional Insured", or "Loss Payee", on the Builder's Risk Policy. Builder's Risk Insurance is not required for additions or renovations that will alter and/or add to an existing permanent structure. Deductibles, Coinsurance Penalties, and Self -Insured Retention - The contractor shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, coinsurance penalty, or self -insured retention; including any loss not covered because of the operation of such deductible, coinsurance penalty, self -insured retention, or coverage exclusion or limitation. For deductible amounts that exceed the amounts stated herein that are acceptable to the District, the Contractor shall, when requested by the District, maintain a Commercial Surety Bond in an amount equal to said deductible amount. Right to Revise or Reject - The District reserves the right, but not the obligation, to review and revise any insurance requirement, not limited to limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage; or changes in the scope of work/specifications affecting the applicability of coverage. Additionally, the District reserves the right, but not the obligation, to review and reject any insurance policies failing to meet the criteria stated herein, or any insurer(s) providing coverage due to its poor financial condition or failure to operate legally. In such events, the District shall provide the contractor written notice of such revisions or rejections. No Representation of Coverage Adequacy - The coverages, limits or endorsements required herein protect the primary interests of the Districts, and these coverages, limits or endorsements shall in no way be required to be relied upon when assessing the extent or determining appropriate types and limits of coverage to protect the contractor against any loss exposures, whether as a result of the project or otherwise. Certificate(s) of Insurance - The contractor shall provide the VCCDD Purchasing Department with a COI clearly evidencing that all coverage, limits, and endorsements required herein are maintained and in full force and effect and copies of endorsements (additional insured and waiver of subrogation) shall be submitted with the COI. A minimum thirty (30) day endeavor to notify due to cancellation or non -renewal of coverage shall be identified on each COI. In the event the District is notified that a required insurance coverage will cancel or expire during the period of this contract, the contractor agrees to furnish the District prior to the expiration of such insurance, a new COI evidencing replacement coverage. When notified by the District, the contractor agrees not to continue work pursuant to this contract, unless all required insurance remains in effect. The District shall have the right, but not the obligation, of prohibiting the contractor from entering the project site until a new COI is provided to the District evidencing the replacement coverage. The contractor agrees the District reserves the right to withhold payment to the contractor until evidence of reinstated or replacement coverage is provided to the District. If the contractor fails to maintain the insurance as set forth herein, the contractor agrees the District shall have the right, but not the obligation, to purchase replacement insurance and the contractor agree to reimburse any premiums or expenses incurred by the District. The Contractor Aarees the COI shall: I. Clearly indicate all the Districts have been endorsed on the Commercial General Liability Insurance and the Business Automobile Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG 2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or organization endorsement," or similar endorsement providing equal or greater "Additional Insured" coverage. Village Community Development Districts Page 10 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 II. Clearly indicate a waiver of subrogation endorsement in favor of all the Districts on the Commercial General Liability Insurance and the Business Automobile Liability Insurance policies. III. Clearly indicate all Districts are endorsed as an "Additional Insured", or "Loss Payee" on the Builder's Risk Insurance, and when applicable, "Additional Insured" on the Commercial Umbrella/Excess Liability Insurance as required herein. IV. Clearly identify each policy's limits, flat and percentage deductibles, sub limits, or self- insured retentions, which exceed the amounts or percentages set forth herein. V. Clearly indicate a minimum thirty (30) day endeavor to notify requirement in the event of cancellation or non -renewal ofcoverage. VI. The original COI and copies of all required endorsements should be forwarded and clearly indicate certificate holder and "Additional Insured" as follows: ■ Village Center Community Development District ■ Sumter Landing Community Development District ■ Brownwood Community Development District ■ Village Community Development Districts 1 — 15 ■ North Sumter County Utility Dependent District ■ Wildwood Utility Dependent District ■ Coleman Ridge Community Development District ■ Middleton Community Development District — A ■ Middleton Downtown Community Development District ■ Eastport Community Development District ■ Villages Public Safety Department Dependent District Mailing address: 984 Old Mill Run Attn: Risk Management Department The Villages, FL 32162 NOTICE: On rare occasions, exceptions to the required insurance limits are needed. The Risk Management department may adjust such requirements if deemed necessary. Exceptions are valid only for the applicable project or fiscal year in which they are granted. OTHER REQUIREMENTS • W-9: Every Vendor is required to provide a signed and completed current W-9 Request for Taxpayer Identification Number and Certification Form. The District requests an updated form at least every four years. • Occupational License: If the county that your business resides in requires you to obtain an Occupational License, a copy of your current County Occupational License or Tax Receipt is required. • Contact Information: Every Vendor should provide a Contact Name, Phone Number and Email Address for notification purposes. INTERPRETATIONS, CLARIFICATIONS AND ADDENDA • No oral interpretations will be made to any vendor as to the meaning of the Proposal/Agreement Documents. Any inquiry or request for interpretation received by the Purchasing Department before 4:OOpm on January 19, 2024, will be given consideration. All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be distributed at or after the Pre -Proposal Conference (if applicable) and uploaded to www.demandstar.com and www.districtgov.orq. Each Proposer shall acknowledge receipt of such addenda in the space provided on the Proposer's Certification Form. • In case any Proposer fails to acknowledge receipt of such addenda or addendum, his/her proposal will nevertheless be construed as though it had been received and acknowledged and the submission of his/her Proposal will constitute acknowledgment of the receipt of same. All addenda are a part of the Proposal Documents and each Proposer will be bound by such addenda, whether or not received by him/her. It is the responsibility of each Proposer to verify that he/she has received all addenda issued before Proposals are opened. Village Community Development Districts Page 11 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 • In the case of unit price items, the quantities of work to be done and materials to be furnished under this Proposal/Agreement are to be considered as approximate only and are to be used solely for the comparison of Proposals received. The District and its Consultants do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Proposer plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and other proposal documents, and it is understood that the quantities may be increased or diminished as provided herein without in any way invalidating any of the unit or lump sum prices proposal. ALTERNATES When certain items of equipment and/or materials are specified and/or described as the product of a particular manufacturer together with any required additional information such as model number, size or catalog number, only such specific items may be used in preparing the Proposal, except as hereinafter provided. CHANGES / MODIFICATIONS The Village Community Development Districts reserves the right to order changes in the scope of work and the resulting Agreement. The successful Proposer has the right to request an equitable price adjustment in cases where modifications to the Agreement under the authority of this clause result in increased costs to the Contractor. Price adjustments will be based on the unit prices proposed by the Contractor in response to this solicitation. Any Agreement resulting from this solicitation may be modified upon written and mutual consent of both parties. GOVERNING LAWS AND REGULATIONS The Proposer is required to be familiar with and shall be responsible for complying with the District's Purchasing Policies and Procedures, District resolutions, District rules, all federal, state and local laws, ordinances, rules and professional standards or regulations that in any manner affect this solicitation, the selection process, protests, award of Agreement, Agreement management or any other activity associated with this solicitation and the subsequent work required of the successful Proposer. Any proposer receiving an award from this solicitation must comply with all Governing Laws and Regulations and be responsible for the compliance of such by any and all subcontractors. Any and all work performed under the resultant contract requiring any State licensing or certification must be performed by workers meeting those requirements. BLACKOUT PERIOD In accordance with Florida Statute 287.057(23), Respondents to this Solicitation or persons acting on their behalf may not contact, between the Issue Date of the Solicitation and the end of the 72-hour period following the agency posting the Notice of Intent to Award, excluding Saturdays, Sundays, and state holidays, any District Staff, Board Supervisors or District Consultants concerning any aspect of this Solicitation, except in writing to the District Purchasing Staff. Violation of this provision may be grounds for rejecting a response. During this blackout period, any attempt to influence the thinking of District Staff, Board Supervisors or District Consultants for or against a specific cause related to a Solicitation for goods or services, in person, by mail, by facsimile, by telephone, by electronic mail, or by any other means of communication, may result in disqualification of their award and/or contract. This does not apply to Pre -Solicitation Conferences, oral presentations before the Selection Committee, contract negotiations, or communications with District Staff, Board Supervisors or District Consultants not concerning this Solicitation. AGREEMENT NEGOTIATION The Selection Committee shall rank all received proposals and provide the Purchasing Director with the rankings and a recommended primary ranked firm. If deemed prudent or necessary, the Purchasing Director is authorized to negotiate with the top ranked firm. The proposal signed by the successful Proposer along with documentation included in the proposal as required by this solicitation and other additional materials submitted by the Proposer and accepted by the District shall be the basis for negotiation of an Agreement addressing the requirements of the solicitation. The resulting Agreement will be approved by the District Board of Supervisors. Village Community Development Districts Page 12 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PROVIDING PERFORMANCE BOND NOT APPLICABLE The Villages Community Development Districts may request that all Proposers provide proof of the ability to obtain a performance bond in an amount equal to 100% of each project should it exceed the $200,000.00 threshold of the total amount bid for this RFP. Upon award the successful proposer shall provide a Performance Bond, in the form of a Certified Bond, from an established Bonding Agency licensed to do business in the State of Florida. "Performance Bond" means a bond of a Contractor in which a surety guarantees to the District that the work/services will be performed in accordance with the Contract documents. "Surety" means an organization which, for a consideration, promises in writing to make good the debt or default of another. The surety must hold a certificate of authority as an acceptable surety on federal bonds as published in the current Circular 570, U.S. Department of the Treasury, and the Federal Register effective July 1, annually, as amended. FISCAL YEAR FUNDING APPROPRIATION Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interests of the District, 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 fiscal period at the time of the contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by the District of funds thereafter. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplied or services delivered under the contract or otherwise recoverable. TAX EXEMPT STATUS The Village Community Development Districts are special purpose governmental agencies under Florida law and exempt from Florida sales tax. The tax-exempt number will be provided upon request. This exemption does not apply to goods and services purchased separately by a Contractor in connection with its contractual obligations. The Contractor shall be responsible for paying any taxes, fees, or similar payments that are required to be paid in connection with the contract work. The District maintains the right to direct purchase goods and services whenever possible to utilize the District's tax-exempt status and the contract will be reduced by change order. DIRECT PURCHASE BY OWNER (If Applicable) If applicable each Contractor shall include Florida State and other applicable sales taxes for all material, supplies and equipment included in its bid. The District may, if not prohibited by law, exercise a right to purchase directly various construction materials, supplies and equipment that may be a part of the Project. If so, the District will, via its purchase orders, purchase materials and assist the Contractor in the preparation of such purchase orders. The District shall issue a Certificate of Entitlement to each vendor and the Contractor through its Purchasing Department (see Part 5: Exhibits for sample certificate). The District's purchase order for tangible personal property to be incorporated into the Project must be attached to the Certificate of Entitlement. The District shall issue a separate Certificate of Entitlement for each purchase order. The Certificate of Entitlement shall be signed by an Authorized Representative of the District that may include the District Manager, Assistant District Manager or the Director of Purchasing. The materials shall be purchased from the vendor suppliers selected by the Contractor, for the prices negotiated by the Contractor. The Contractor will provide information to the District to assist in the proper preparation of all purchase orders by the District and will assist in the coordination and receipt of the materials in a timely manner so as not to negatively impact on the performance of the construction activity of the project. The Contract/Subcontract amount shall be reduced by the net, undiscounted amount of these purchase orders, plus all sales taxes. Issuance of the purchase orders by the District shall not relieve the Subcontractor or Contractor of any of its responsibilities regarding material purchases, or installation, with the exception of the payments for the materials so purchased. The Contractor shall remain fully responsible for coordination, correct quantities ordered, submittals, protection, storage, scheduling, shipping, security, expediting, receiving, installation, cleaning and all applicable warranties PAYMENTS Payments shall be made pursuant to Florida Statute Chapter 218, Part VII, the Prompt Payment Act, and all District policies promulgated thereby. Payments will be made monthly for work successfully completed in the previous month and based upon District approved invoice. Payment Applications shall be submitted once monthly on an AIA Document G702 "Application and Village Community Development Districts Page 13 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 Certificate for Payment" (or equivalent) as acceptable by the District. The District will promptly inspect the work and review the application for processing and payment. The Contractor shall be assessed liquidated damages in the amount of $250.00 per day for every day the project is incomplete after the project completion deadline, barring unforeseen circumstances as approved by the District. UNUSUAL COSTS: The Contractor may petition the District at any time for an additional rate adjustment on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which, by all reasonable expectations, will continue for at least one (1) year. If the Contractor petitions for such an increase, the Contractor shall also petition for a rate reduction on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which, by all reasonable expectations, will continue for at least one (1) year; failure to make such petition may be grounds for Agreement termination. The Contractor's request shall contain substantial proof and justification to support the need for the rate adjustment. The County may request from the Contractor, and the Contractor shall provide, such further information as may be reasonably necessary in making its determination. The County shall approve or deny the request, in whole or in part, within sixty (60) days of receipt of the request and all other additional information required by the County. Any price redetermination shall be solely based upon the documentation provided and the County reserves the right to rescind any price relief granted should the circumstances change and prices go down. PERMITS / LICENSES / FEES Any permits, licenses or fees required will be the responsibility of the Proposer. INDEMNIFICATION The successful Proposer must fully indemnify the District(s). Such indemnification will be documented in the Agreement Documents. PROTECTION OF RESIDENT WORKERS The Village Community Development Districts actively support the Immigration and Nationality Act of 1952 (INA) and the Immigration Reform and Control Act of 1986 (I RCA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination and the State of Florida Executive Order Number 11-116 stating contractors shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of: all persons employed during the contract term by the Contractor to perform employment duties pursuant to the Contact, within Florida; and all persons, including subcontractors, assigned by the Contractor to perform work pursuant to the Contract with the District. (http://www.uscis.gov/e-verify) Additionally, the Contractor shall include a provision in all subcontracts that requires all subcontractors to utilize the U.S. Department of Homeland Security's E- Verify system to verify employment eligibility of: all persons employed during the contract term by the Contractor to perform work or provide services pursuant to this contract with the District. All Service contractors and /or vendors who wish to contract with the District to provide services must first certify they have registered with, will participate in, and continue to utilize, once registered, the E-Verify Program (or any successor program implemented by the federal government of its departments or agencies) to verify the work authorization status of all newly hired employees employed by the contractors and/or vendors. Breach of this term or conditions is considered a material breach of the Agreement. Participation in the E-Verify program will only be required of the awarded contractor. To certify participation in the program, awarded contractor, and any subcontractors to the contractor, will be required to sign an E-Verify Contractor/Subcontractor Affidavit (see Part 5: Exhibits for sample affidavits). For more information and to register visit https://e-verifv.uscis.gov/enroll/. VILLAGE COMMUNITY DEVELOPMENT DISTRICTS The Village Center Community Development District, Sumter Landing Community Development District, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Brownwood Community Development District, Coleman Ridge Community Development District, Middleton A Community Development District, Middleton Downtown Community Development District, Eastport Community Development District, Villages Public Safety Department Dependent District and Village Community Development Districts 1-15 are local units of special-purpose government and reserve the right to reject any and/or all bids, reserve the right to waive any informalities or irregularities in the bid or examination process, reserve the right to select low bid per item, and reserve the right to award bids and/or contracts in the best interest of the Districts. Village Community Development Districts Page 14 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 REFERENCE TERMS Any headings in this document are for the purposes of reference only and shall not limit or otherwise affect the meaning thereof. Any reference to gender shall be construed to include all genders, firms, partnerships and corporations. References in the singular shall be construed to include the plural and references in the plural shall be construed to include the singular. Any reference to the "District" or the "Village Community Development Districts" shall be construed to refer to the specific District or Districts for which the solicitation was issued and those District(s) shall be the legislative authority for all matters concerning this solicitation or the resulting contract(s). RIGHT TO AUDIT RECORDS The Districts shall be entitled to audit the books and records of the Contractor or any sub -contractor to the extent that such books and records relate to the performance of the Contract or any sub -contract to the Contract. Such books and records shall be maintained by the Bidder for a period of three (3) years from the date of final payment under the Contract and by the sub -contractor for a period of three (3) years from the date of final payment under the sub -contract unless a shorter period is otherwise authorized in writing. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the bid response shall be evaluated or considered and any and all such additional terms and conditions shall have no force and effect and are inapplicable to this bid. If submitted either purposefully through intent or design or inadvertently appearing separately in transmitting letters, specifications, literature, price lists or warranties, it is understood and agreed the general and special conditions in this solicitation are the only conditions applicable to this bid and the Bidder's authorized signature affixed to the bid attests to this. PROPRIETARY INFORMATION Responses to this Request for Proposals, upon receipt by the District, become public records subject to the provisions of Chapter 119 F.S., Florida's Public Record Law. If any proposer believes that any portion of all of the response is confidential and proprietary, proposer shall clearly assert such exception and the specific legal authority of the asserted exemption. All materials that qualify for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION", with the firm's name and the proposal number marked on the outside. Such designation of an item as a trade secret may be challenged in court by any person. By the proposer's designation of material submitted to the District as a "trade secret", the proposer agrees to hold harmless the District for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the District by reason of any legal action challenging the proposer's "trade secret" claim. ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES The Proposer by submitting a proposal acknowledges that other public agencies may seek to "Piggy -Back" under the same terms and conditions during the effective period of any resulting Agreement services and/or purchases being offered in this proposal/bid for the same prices and/or terms being proposed. The successful Proposer has the option to agree or disagree to allow Piggy - Backs on a case -by -case basis. Before a public agency is allowed to Piggy -Back any Agreement, the agency must first obtain the Proposer's approval. Without the Proposer's approval, the seeking agency cannot Piggy -Back. Village Community Development Districts Page 15 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PART 2 EVALUATION PROCESS PROPOSAL EVALUATION This Request for Proposals includes following all the procedures in this document and sending the sealed proposal information to the Purchasing Department by the due date and time. Performance related paperwork will be available to selection committee members. This Selection Committee will consist of 5 members. The Committee make up will be 3 selected from District Property Management (DPM) staff and 2 others assigned by the Purchasing Director. Once proposals are received, Selection Committee members will independently review each submittal and score each proposal based on the evaluation criteria. The intent is to award up to three (3) Suppliers selected by their rankings. The awards will be based on the proposals that are the most advantageous to the District. Only the top three (3) ranked Contractors may be awarded the contract. The District reserves the right to apply the evaluation criteria in any manner it deems necessary and to evaluate each firm separately or comparatively, using the Evaluation Form (see below) in any weight or importance as it sees fit. The District also reserves the right to seek clarification from Proposers on any issue in a response, invite Proposers for site visits or oral presentations, or take any action it feels necessary to properly evaluate the submissions and construct a solution in the District's best interest. Failure to submit the requested information or required documentation may result in the lessening of the proposal score or the disqualification of the proposal response. The overall Evaluation Score will be a maximum of 500 points (100 points max per Selection Committee Member). Do not attempt to contact any Selection Committee member, Board member, staff member or any person other than the Purchasing Department for questions relating to this project. Anyone attempting to lobby District representatives will be disqualified. The Selection Committee will meet to evaluate proposals on February 29, 2024 at 9:00 am at the Large Conference Room, 984 Old Mill Run, The Villages, FL 32162. The Selection Committee, at its discretion, may request oral, written, or visual presentations from; conduct interviews with; or conduct visits to the office, facilities, or projects of the Proposers it selects from among those submitting Proposals. If the Selection Committee decides to entertain presentations or conduct interviews at a subsequent meeting, it shall set the date, place, and time for that meeting, and then establish the order of presentations or interviews before adjourning. The Purchasing Department shall be responsible for notifying all Contractors of the meeting and order of presentations or interviews. If no oral presentations or interviews are requested, the Selection Committee selection shall be based on its review and evaluation of qualified Contractors at its initial Selection Committee meeting. Responsive proposals shall be reviewed and scored by the selection committee members. Once the evaluation process is completed the recommendation of award will be uploaded to www.demandstar.com and www.districtgov.org. Proposal awards are subject to Board(s) approval(s). Village Community Development Districts Page 16 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EVALUATION FORM This Request for Proposals includes following all the procedures in this document and sending the sealed proposal information to the Purchasing Department by the due date and time. Proposals will be evaluated on the following criteria: SELECTION COMMITTEE EVALUATION WORKSHEET This Request for Proposals includes following all the procedures in this document and sending the sealed proposal information to the Purchasing Department by the due dete and lime. Proposals will be evaluated on the following criteria: RFP Name: Contractor Name: Reviewer Name: Reviewer Title: Request for Proposals (RFP) #: 24P-007 Storm Pipe Inspectians. Cleaning. and Repairs Department: Date: Factor Criteria Weight Score 1 Machinery, Equipment and Manpower Does the Proponent possess the adequate machinery. equipment. and manpower to perform the work specified in this contract in a high quality manner? )Max 25 points) 2 Qualifications and Proponents Manpower What qualifications and experience do key personnel possess? ftreinirra. licenses. andlcr certifications) )Max 24 points) S Experience of the Organization Does the Proponent possess technical experience in performing work of similar size and scope? Is the experience with C.-DO.)Max commercial properties, andior public agencies? Does the Proponent show strength and stability? 25 points) Quality of References Are references for work of similar type. size and scope? Does the assessment of F-aporents work by client references demonstrate success in prroviding similar services? )Max 15 points) 5 Price with Respect to Average Proposal Hour reasonable is the Proponents price with regard to the average proposal pricing? Max ica points) 6 Thoroughness of Proposal How cetei.ec are the venous elemerbc cd the proposal? )Max 10 points) PROPO1dENT'S TOTAL SCORE (100 Points Max) Selection Committee Me:mber's Signature C am me nts: Date Factor Discussion f. 2. 3_ A. 5. 6_ Selection Committee Member's Signature Date Village Community Development Districts Page 17 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PART 3 PROPOSAL SUBMITTAL An original and 5 copies and a new CD or USB Flash Drive of each proposal shall be submitted in a sealed envelope, prominently marked on the outside with the words, RFP #24P-007 Storm Pipe Inspections, Cleaning, and Repairs. Proposals submitted in express, overnight or courier envelopes, boxes or packages must be prominently marked on the outside with the words RFP #24P-007 Storm Pipe Inspections, Cleaning, and Repairs, and the contents sealed as required. • Deadline for Submissions in response to this Request for Proposals: Proposals must be received no later than 3:00 pm on February 8, 2024. Proposals submitted by FAX or other electronic media will not be accepted under any circumstances. Late proposals will not be accepted, and will be returned, unopened, to the proposer, at the proposer's expense. • A person or affiliate who has been placed on the Convicted Vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of $35,000 ( the threshold amount provided in Section 287.017, for CATEGORY TWO) for a period of thirty-six (36) months from the date of being placed on the Convicted Vendor list. • The Villages Community Development Districts reserves the right to reject any and/or all proposals, reserves the right to waive any informalities or irregularities in the proposal or evaluation process, and reserves the right to award agreement(s) in the best interest of the District. Village Community Development Districts Page 18 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PART 4 SCOPE OF SERVICES INTRODUCTION CDD INFORMATION The Villages Community Development Districts (CDD's) within The Villages are units of special purpose local government created under Chapter 190 of the Florida Statutes. North Sumter County Utility Dependent District, Wildwood Utility Dependent District and Villages Public Safety Department Dependent District are special Districts under Chapter 189. There are currently twenty-two (22) CDD's in The Villages, which include: Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District, Coleman Ridge Community Development District, Middleton A Community Development District, Middleton Downtown Community Development District, Eastport Community Development District and Village Community Development Districts 1-15. CDD's are widely used throughout the United States to provide for certain service delivery infrastructure such as water management and control (drainage), fire control, road and bridge construction and maintenance, park and recreational facilities, water and sewer systems, sidewalks, multi -modal paths, streetlights, and similar infrastructure that is required to provide urban services to areas that may not have access to such services through a general purpose government such as a municipality. A Community Development District is a unit of local government with the special purpose of providing the services described above. As a unit of local government, the District is subject to many of the same State Statutes that regulate cities and counties; of particular interest are those statutes related to ethics in government for the elected Board of Supervisors, Government in the Sunshine, a cornerstone of local government in the State of Florida which requires that decisions made by any governmental agency be done at a public meeting; the public records law, which means the records of the District are open for review by any citizen; the auditing requirements in which annually the accounting records of the District are audited by an independent certified accountant and the results of such audit are provided to the State Controller and Auditor General; competitive bidding requirements for construction and maintenance contracts; and various other statutory provisions that protect the interest of the public. The Villages is the largest single -site residential real estate development in the United States spanning over 90 square miles in three adjoining counties in Central Florida (Lake, Marion and Sumter). The current population is approximately 133,000 residents and growing. Village Community Development Districts Page 19 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 SCOPE OF WORK The Villages Community Development Districts are requesting proposals for Storm Pipe Inspections, Cleaning, and Repairs. Qualified firms wishing to respond to "RFP #24P-007 Storm Pipe Inspections, Cleaning, and Repairs" must provide all equipment, labor and materials described in this document, whether directly or through sub-contractors/sub-consultants. This does not, however, limit the use of sub- contractors or sub -consultants. The intent of this RFP is to procure qualified, manufacturer -certified applicators to provide all adequate and appropriate labor, supervision, parts and materials, equipment, and tools necessary for complete storm drain cleaning, repairs and maintenance of all District maintained storm pipes. It is the intention of the District to award this RFP to up to three (3) qualified Suppliers/Contractors; however, the District reserves the right to award this RFP in the best interest of the District. The initial term of each Agreement shall be April 1, 2024 through September 30, 2026, with the option to renew for one (1) two (2) year period. The prices awarded by SUPPLIER shall remain fixed and firm for the initial term of the Agreement. Following completion of the initial term, the renewal period shall automatically occur on October 1, unless either party provides a minimum ninety (90) day written notice of non -renewal. At a minimum of six (6) months prior to the end of the initial term, Contractor/Supplier may submit a request in writing to the District to negotiate an increase or decrease to the current awarded pricing to become effective for the renewal period. Shall not exceed 5%. Prior to each renewal period, Contractor/Supplier performance will be evaluated, by April 1st, by District Property Management (DPM) staff responsible for the particular geographical area applicable for the Contractor/Supplier. The completed performance evaluation will be submitted to the District Property Management Director for review. WARRANTY Structural Epoxy lining/RICIPP manufacturer shall warranty its products as free from material defects for a minimum period of one (1) year. Provide associated Warranty Certificate. The Contractor/Supplier shall warranty the installed structural Epoxy/RICPP lining system as free from workmanship defects for a minimum period of two (2) years. PERFORMANCE OF WORK BY CONTRACTOR The Contractor/Supplier warrants that all work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor/Supplier or any subcontractor or supplier at any tier. This warranty shall continue for a period of 2 years from the date of the work completed by the Contractor/Supplier as documented by the dated inspection and/or repair report furnished by the Contractor/Supplier. The Contractor/Supplier shall remedy at the Contractor/Supplier's expense any failure to conform, or any defect. In addition, the Supplier/Contractor shall remedy at the Contractor/Supplier's expense any damage to District -owned or controlled real or personal property, when that damage is the result of the Contractor/Supplier's failure to conform to contract requirements or any defect of equipment, material, workmanship, or design furnished. The Contractor/Supplier shall restore any work damaged in fulfilling the terms and conditions of this clause. The contractor's warranty with respect to work repaired or replaced will run for 2 years from the date of repair or replacement. The District shall notify the Contractor/Supplier, in writing, within a reasonable time, not to exceed 30 days, after the discovery of any failure, defect, or damage. If the Contractor/Supplier fails to remedy any failure, defect, or damage within a reasonable time, not to exceed 30 days unless otherwise agreed in writing and signed by the District Representative, after receipt of notice, the District shall have the right to replace repair, or otherwise remedy the failure, defect, or damage at the Contractor/Supplier's expense. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this Contract, the Contractor/Supplier shall-- (1) Obtain all warranties that would be given in normal commercial practice (2) Require all warranties to be executed, in writing, for the benefit of the District, if directed to do so by the District (3) Enforce all warranties for the benefit of the District, if directed to do so by the District Village Community Development Districts Page 20 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 In the event the Contractor/Supplier's warranty has expired, the District may bring suit at its expense to enforce a subcontractor's, manufacturer's, or supplier's warranty. Unless a defect is caused by the negligence of the Contractor/Supplier or subcontractor or supplier at any tier, the Contractor/Supplier shall not be liable for the repair of any defects of material or design furnished by the District nor for the repair of any damage that results from any defect in District -furnished material or design. PERMITS/FEES The District will pay permit fees directly to the Contractor/Supplier. Contractor/Supplier is not required to pay permit fees. Other than permit fees, the Contractor/Supplier shall be responsible for obtaining and paying fees. Payment for fees shall be reimbursed to the Contractor/Supplier utilizing such fees including, but not limited to, dumping fees for all line items. A copy of the dumping fees receipt shall be submitted with the Contractor/Supplier's invoice for payment. The District will not pay for illegal or improper disposal of debris/waste. Whenever possible DPM will provide a dumping site/location at no cost to the Contractor/Supplier. Contractor/Supplier will invoice DPM for reimbursement of fees. No mark-up shall be allowed. The Contractor/Supplier will be required to contact the utility company to provide a water meter to attach to any water source to complete the work. Any water fees are the responsibility of the Contractor/Supplier. COMPLIANCE/LICENSES The Contractor/Supplier, its employees, subcontractors, or assigns, shall obtain, at its own expense, all licenses, permits and other authorizations necessary to comply with all applicable federal, state, and local laws and regulations relating to the performance of the Contract. SCOPE This specification defines the approved methodology and materials for the rehabilitation of a sectionalized portion of a structurally damaged or leaking gravity flow system, service line, joint, crown failure, and the bridging of offset pipe joints, by the installation of Ambient cured -in -place, thermos epoxy impregnated structural liner system. Point repair or full reconstruction of storm water lines by the installation of a resin -impregnated flexible felt tube, which is inverted into the existing conduit by use of hydraulic head. Where inversion is not appropriate, a pull and inflate method will be acceptable. Curing shall be accomplished by circulating hot water (or other approved method) within the liner tube to cure the encapsulated resin system. When cured, the finished pipe will be continuous, watertight, and formed to the original conduit. Cleaning and inspections of conduits, bypass pumping, line obstruction removal, reestablishment of services, pre - installation video recording, installation of Resin Impregnated Cured -in -Place Pipe including installation television inspection, post -installation video recording, connections, testing, and final inspections are all included in this contract's scope of work. DIVING, PLUGGING, & DEWATERING • Plug Set and Removal are one-time fees. The Contractor/Supplier will not be paid multiple times for this item if they choose to remove plugs and reset them or if the weather requires it. It is the duty of the Contractor/Supplier to ensure the operational flow of the storm systems while they are working on them. • Easement Access is billable one time per project for areas that require a dive team and/or dewatering equipment/personnel to access easement areas. • Per instance Nuisance Alligator Removal is billable for each alligator required to be removed for a project. • Pump delivery and setup is billable once per pump, per project. • Easement access for pump delivery and setup is billable once per pump, per project. PRESSURE GROUT MAINLINE • Pressure Grout Description: Chemically activated grout consisting of an acrylamide, acrylic, urethane, or equivalent base as preapproved by DPM that creates a collar around the pipe defects. Grouting chemicals are forced into the defect and the surrounding soil where they activate and seal the defect. Once cured, the grout remains flexible for the life of the repair. Village Community Development Districts Page 21 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 • Installation Instructions: Equipment containing the grout is inserted into the pipe and positioned over the defect. The grout is forced through the defect from the inside of the pipe and then gels or cures when it comes in contact with water to form a waterproof collar. Avanti AV 100 or Equal. MATERIALS • Resin Impregnated Cured -in -Place Pipe (RICIPP) shall be fabricated to a size that when installed will fit the internal circumference of the conduit specified. Allowance shall be made for circumferential/radial stretching during insertion. • The finished RICIPP shall be fabricated from materials which when cured will be chemically resistant to withstand internal exposure to contaminants associated with storm water. • The outside layer of the tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not be subject to delaminating in the cured pipe. • The tube shall contain no intermediated or encapsulated layers. No materials shall be included in the tubes that are subject to delaminating in the cured pipe. • The wall color of the interior pipe surface of the RICIPP after installation shall be a light reflective color so that a clear detail examination with closed circuit television (CCTV) inspection equipment may be made. • A general purpose, Polyester resin or Epoxy Vinyl Ester and catalyst system shall be furnished that provides cured physical strengths specified herein. • Physical Strength: The cured RICIP shall conform to the minimum structural standards, as listed below: CURED RICIP STANDARD RESULTS Flexural Stress *ASTM F1216-22 D-790 4,500psi Flexural Modulus of Elasticity *ASTM F1216-22 D-790 250,000psi *American Society for Testing and Materials • In instances where CIPP repair method is required, pipe shall be considered fully deteriorated. • Hydraulic capacity calculations shall support the CIPP requirement for 100% of the full flow capacity of the original pipe as installed. • The Contractor/Supplier shall submit liner thickness calculations upon request to the DPM representative for review. The RICIPP shall be designed in accordance with the applicable provisions of ASTM F1216 and D2412 for fully deteriorated gravity pipe conditions. • The minimum length shall be deemed necessary to effectively span the footage that is requiring repair. The Contractor/Supplier shall verify the length in the field before impregnation. • The thickness (in millimeters) to be used for the liner shall be the largest thickness as determined by calculations for deflection, bending, buckling and minimum stiffness. REPAIR BANDS • Mechanical Repair Sleeve Description: The system is comprised of a stainless -steel structural core, which uses a mechanical lock to hold it against the host pipe, the core is either surrounded by a gasket or uses two 0-ring type gaskets on each end, depending on the application. Limit straps prevent the sleeve from expanding beyond a preset diameter, preventing it from harming the host pipe. Please reference FDOT Specification Section 949-9.6 of the Standard Specifications for material requirements. • Mechanical Repair Sleeve Installation Instructions: Gaskets are placed on the sleeve on site before the sleeve is installed. Being monitored by a CCTV camera, the sleeve is positioned over the defect, and the air plug is then inflated to expand the sleeve until the locks engage. The air plug is then deflated and withdrawn. Ensure that the locking mechanisms are placed at the crown of the pipe to minimize trapping debris. Village Community Development Districts Page 22 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 • Internal Seal Description: The internal seal is comprised of an ethylene propylene diene terpolymer (EPDM) rubber gasket and metal band which expands to conform to the inner wall of the pipe. Please reference Florida Department of Transportation (FDOT) Specification Section 949-9.6 of standard specifications for material requirements. • Internal Seal Installation Instructions: Ensure the area to be repaired is clean. Mark the pipe on either side of the joint or damaged section in several places to ensure proper alignment. The location of the marks will depend on the size of the seal. Move the seal into place over the center of the joint or damaged section. Tighten the internal expanding metal bands. INJECTION GROUTING AND STRUCTURE REPAIR • Soil Stabilization: Avanti AV 275 or Equal • Structure Injection Set Up Fee Payable Per Storm Structure Project • Structure Injection Repair Avanti AV202 or Equal • Hydraulic water plugs and active leak control materials are to be utilized for Inflow and Infiltration (I&I) abatement to stop leaks, running water, infiltration, and other water -stop needs. Hydraulic cement is not an acceptable alternative to chemical grout and shall not be considered an acceptable product for soil stabilization nor structure injection. Hydraulic cement may only be utilized for the purpose of reinforcing the existing structure and/or sealing small -sized infiltration points (e.g., minor seepage through a hairline fissure). The hydraulic cement material must be in dry powder form with no prior mixing of water necessary and designed to set rapidly. Soil stabilization and structure injection chemical grouting materials must be designed per the manufacturer's recommendations to apply directly to active leaks under hydrostatic pressure in collection system structures. INSPECTION AND VIDEO METHODS Pipes shall be inspected by means of a CCTV system. The Contractor/Supplier shall furnish all labor, materials, equipment, and tools necessary for the inspection. The television camera used for the inspection shall be specifically designed and constructed for such inspection, and capable of producing color video. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be equipped with Pan and Tilt, capable of spanning 360 degrees to view the entire pipe, all joints, and all structures. The camera, television monitor, and other components of the video system shall be capable of producing quality to the satisfaction of the District. If unsatisfactory, at the sole discretion of the District, the equipment shall be removed and replaced at no additional cost to the District. The condition of the entire pipe run shall be documented by moving the camera through the pipe in either direction. At each joint, the camera shall stop and pan the entire circumference of the joint. The camera tilt and pan speed while surveying joints shall allow for detailed evaluation of each joint's conditions to include outlets into junction boxes or other connective structures. Between joints, the camera shall move at a nominal speed of 10 feet per minute and in no case exceed 30 feet per minute. When traveling through or terminating inspection at a connective structure, the entire visible structure shall be inspected to include the invert/floor, crown/ceiling, joints, knockouts, and sidewalls. Manual winches, power winches, television cable and power rewinds or other devices shall not obstruct the camera view or interfere with proper documentation of the pipe condition. The technician operating the camera shall be experienced and qualified in conducting video pipe inspections. The technician shall have the capability of controlling the movement of the television camera, adjusting the brightness of the built-in lighting system, and focusing the television camera by remote control. The importance of accurate distance measurements is emphasized. A distance meter and location indicator shall appear on the monitor and video indicating the exact location of the camera in the pipe between two structures. The video scanned by the television camera shall be transmitted to a color monitor of not less than 12 in., measured diagonally across the screen. All video pipe inspections shall be performed utilizing the Pipeline Assessment Certification Ratings (PACP). For more information on the PACP program, see https://nassco.orq/content/pipeline- assessment-pacp. Village Community Development Districts Page 23 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 Property owners must be notified if access to private property is required. CCTV Contractor/Supplier must provide no less than 72-hour notification to residents prior to entering onto private property. • 00 — 10% Debris = Light cleaning • 11 - 29% Debris = Medium Cleaning • 30% and beyond Debris = Heavy Cleaning TRAFFIC CONTROL Traffic control, if required, will be the responsibility of the CCTV Contractor/Supplier. The Contractor/Supplier shall conduct all work in such a manner as to minimize the disruption of traffic flow. The Contractor/Supplier shall not obstruct or restrict any portion of the roadway until traffic controls have been set up per the District Standards. At least one travel lane in each direction shall be open to traffic at all times unless otherwise approved by the District authorized representative. No intersecting street shall be closed at any time without the prior approval of the District authorized representative. Traffic stoppages shall be limited to time periods approved by the District authorized representative. Maintenance operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners. Convenient access to driveways, houses, businesses, and buildings along the line of work shall be maintained and temporary approaches to crossings or intersecting highways shall be provided and kept in good condition. No material or equipment shall be stored where it will interfere with the free and safe passage of public traffic. At the end of each day's work and at other times when maintenance operations are suspended for any reason, the Contractor/Supplier shall remove all equipment and other obstructions from the portion of the roadway and open it for use by public traffic. District review as provided herein is solely for the purpose of determining the scope of the traffic control operations and general conformance with the requirements of this section. In no event shall such review be deemed to instill in the County a right to control or oversee the administration and management of the work by contractors, employees, representatives, or agents. By reason of such review, Contractor/Supplier shall in no way be relieved of its responsibilities and duties to perform and complete the work, including operation and maintenance of the facilities, in accordance with (1) generally accepted industry standards and (2) in accordance with all codes, laws, regulations, or other requirements, legal or otherwise, including but not limited to any standards contained or implied in this solicitation. No lane or sidewalk closures will be authorized without prior approval from the District. Contractor/Supplier shall submit a written schedule of planned closures for the next five (5) day period or as indicated by the District authorized representative. The Closure Schedule shall allow the locations and times when the proposed closures are to be in effect. No lane closures will be allowed unless the Contractor/Supplier has obtained confirmation of their written lane closure schedule from the District. Contractor/Supplier shall maintain signs and barricades at all times including overnight and on weekends for the complete duration of the project. It shall be the responsibility of the Contractor/Supplier to make sure that the signs remain posted until no longer required and are protected from vandalism or removal. All open drainage structures shall be adequately covered, barricaded, and delineated against entry by pedestrians, bicyclists, animals, or motorized vehicles at all times. The locations of the traffic control devices may need to be adjusted for site specific conditions. The Contractor/Supplier shall confirm final locations and operations with the Engineer. CLEANING Pipes shall be cleaned as required prior to video inspection to provide unobstructed access for the television camera. If inadequate pipe cleaning results in the video inspection are deemed inadequate by the District, the Contractor/Supplier shall re -clean the pipe and redo the video inspection at no additional cost to the District. In the instance that the evident poor condition of a pipe prevents adequate cleaning or risks incurring damages from cleaning, the District shall not require the pipe to be re -cleaned and inspected at no additional cost to the District. The District shall be the sole judge as to the adequacy of the video inspections performed. Village Community Development Districts Page 24 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 The Contractor/Supplier shall provide equipment that is specifically designed and constructed for sewer cleaning Solids and debris resulting from the cleaning operation shall be collected and removed from the downstream manhole and disposed of at a site selected by the Contractor/Supplier and in compliance with local rules and regulations. Under no circumstances shall solids be dumped onto the surface, street, or into ditches, inlets, or storm drains. The Contractor/Supplier is required to submit documentation of the work that is performed, and the type of debris removed, as well as landfill permits and disposal documentation. The Contractor/Supplier shall use the manufacturer's recommended size tools for the various size pipes. Equipment recommended by the manufacturer to protect the manhole and pipe, such as pull -in slant jack rollers and roller and yoke assembly, roller manhole jacks, etc. shall be utilized. The Contractor/Supplier shall have a CCTV camera in the sewer or stormwater system during all cleaning operations to include Lateral Cut and Deposit Cut. The camera shall be used for the Contractor/Supplier's verification that the cleaning equipment is not damaging the sewer or stormwater system. DAMAGE Adjacent improvements such as street pavement, curbs, sidewalks, sprinklers, driveways, and gutters damaged as a result of the Contractor/Supplier's operation shall be repaired timely to the satisfaction of the District's Engineer at the Contractor/Supplier's expense. NOTIFICATION If observed defects are believed to be such that further cleaning operations may compromise the structural integrity and/or cause the pipe to become unusable, the Contractor/Supplier must provide written communication to the District's designee of the observed condition(s) and reason to believe that continued cleaning operations may cause substantial damage. The District will then direct the Contractor/Supplier as to what services, precautions, etc., the District will require of the Contractor/Supplier. If the contract documents do not address this potential, then the District and Contractor/Supplier will negotiate in good faith the conditions under which the work is to continue or cease to continue. This exception may only be used to prevent asset damage and shall not be used to eliminate difficult or adverse cleaning areas that were previously documented in these documents or by prior written communication with the District. DOCUMENTATION Television Inspection Logs: A hardcopy or digital copy of typed reports shall be submitted to the District for each location clearly showing the relation of the video meter at each problem point observed during the inspection and noting important features encountered during the inspection. In addition, other points of significance such as locations of junction boxes, manholes, open joints, areas of settlement, misaligned pipe, unplugged lift holes, and other unusual conditions such as a change of pipe size or type within a run, roots, laterals, broken or spalled pipe, presence of scale or corrosion, and other discernible features shall be recorded and a copy of such records shall be supplied to the District. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, deposits, etc. All pipe inspection reports shall be submitted in the standard format generated by CUES Inc. GraniteNet software or equivalent format as approved by DPM. This provides a summary graph of the inspected pipe along with the distress noted at the appropriate location along the pipe as well as a list of the type of distress observed and their severity. The Contractor/Supplier shall supply a visual and audio recording of the drainage system that may be replayed in digital format (DVD, Flash drive, etc.). A minimum of one recording for each location shall be submitted to the District. Separate locations shall not be combined on media type utilized. METHOD OF MEASUREMENT The quantity of pipe video inspection will be measured by linear feet as indicated on the video monitor. The quantity of pipe cleaned will be measured by linear feet as indicated on the video monitor. MATERIAL REMOVAL AND DISPOSAL All sludge, dirt, sand, rocks, grease, roots, and other solid or semi -solid material resulting from the cleaning operation shall be removed at the downstream manhole or inlet of the section being cleaned. When hydraulic cleaning equipment is used, a suitable dam or weir shall be placed in the downstream Village Community Development Districts Page 25 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 manhole to trap all such materials. Passing material from pipeline section to pipeline section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. Under no circumstances shall sludge or other debris that is removed during these operations be dumped or spilled into streets, ditches, storm drains, or other sanitary sewers. All solids or semi -solids resulting from the cleaning operations shall be removed from the site and disposed of by the Contractor/Supplier in accordance with the approved Disposal Plan at the Contractor/Supplier's cost. Whenever possible, DPM will provide a dumping site/location at no cost to the Contractor/Supplier. Contractor/Supplier will invoice DPM for reimbursement of fees. No mark-up shall be allowed. If requested by the District, copies of records of all disposals shall be furnished to the District, indicating disposal site, date, amount, and a brief description of material disposed. All materials shall be removed from the site no less often than the end of each workday. Under no circumstances will the Contractor/Supplier be allowed to accumulate debris, etc., on the site of work beyond the stated time, except in totally enclosed containers and as acceptable to the District. The Contractor/Supplier is advised that he shall not dispose of this material by legal or illegal dumping on private or public property, by sale to others, or any means other than those given above. The Contractor/Supplier shall keep the haul route and work area(s) neat and clean and reasonably free of odor and shall bear all responsibility for the cleanup of any spill which occurs during the transport of cleaning/surface preparation by-products and the cleanup of any such material which is authorized by or pursuant to this solicitation and in accord with applicable law and regulations. The Contractor/Supplier shall immediately clean up any such spill, or waste. If the Contractor/Supplier fails to clean up such spill, or waste immediately, the District shall have the right to clean up or arrange for its cleanup and shall charge to the Contractor/Supplier all costs, including administrative costs and overhead incurred by the District in connection with such cleanup. The District shall also charge to the Contractor/Supplier any costs incurred or penalties imposed on the District as a result of any spill, dump or discard. Under no circumstances is this material to be discharged into the waterways or any place other than where authorized to do so by the appropriate authority. The general requirements for vehicles hauling such waste material are as follows. Transport vehicles must be of type(s) approved for this application by the political jurisdictions involved. General requirements are that the vehicles have watertight bodies, that they be properly equipped and fitted with seals and covers to prohibit material spillage or drainage, and that they are cleaned as often as is necessary to prevent deposit of material on roadways. Vehicles must be loaded within legal weight limits and operated safely within all traffic speed regulations. RESPONSE TIME Schedule for routine maintenance shall be coordinated with DPM. All regular maintenance shall be performed during the hours of 7:00 A.M. to 7:00 P.M., Sunday through Saturday, unless otherwise authorized by DPM. Work may be performed at hours other than normal business hours at the direction and discretion of DPM Representative. Arrangements must be approved in advance. The Contractor/Supplier shall stand ready and be available to perform overtime work when requested to do so by the owner. The Contractor/Supplier understands and agrees that it may be necessary to perform certain services or repairs during non -normal work hours, including weekends and holidays. All work times shall be coordinated with DPM. If DPM requests an Emergency Mobilization and provides a verbal scope to the Contractor/Supplier, the Contractor/Supplier shall have six (6) hours to set up at the site of the emergency and begin work. The Contractor/Supplier must submit an estimate to DPM within 24 hours of the day of emergency mobilization. Contractor/Supplier shall provide a contact person to ensure twenty-four hours response. CONDITIONS FOR EMERGENCY / HURRICANE OR DISASTER The Contractor/Supplier shall provide first -priority services to District Property Management (DPM) in the event of a hurricane, flood, or other natural disaster. It is hereby made a part of this RFP that before, during and after a public emergency, disaster, hurricane, flood, or other unforeseeable Village Community Development Districts Page 26 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 circumstances that DPM shall require a "first priority" basis for goods and services. It is vital and imperative that the citizens are protected from any emergency which threatens public safety and health, as determined by DPM. Contractor/Supplier agrees to rent/sell/lease all goods and services to DPM, as opposed to a private citizen or corporation, on a priority basis. DPM expects to pay a fair and reasonable price for all products/services in the event of a disaster, emergency, or hurricane. Contractor/Supplier shall furnish a twenty-four (24) hour telephone number in the event of such an emergency. OPERATIONS AND COMMUNICATIONS GENERAL SPECIFICATIONS All areas are to be kept safe for workers and residents. Supplier shall be responsible for adhering to all local, state and federal safety guidelines and observe all safety precautions when performing services on District property, roadways and right-of-ways to include safe location of parked vehicles, use of safety cones, signage, flag personnel as necessary, use of safety vests on all personnel and vehicles which are clearlyidentifiable as belonging to the Supplier. Any District property damaged at work site by Supplier shall be repaired to District Standards. Supplier is responsible for all repairs of damage. WORK HOURS NOT APPLICABLE — SEE SCOPE All regular maintenance shall be performed during normal working hours (7:00 A.M. to 7:00 P.M., Monday through Friday) unless otherwise authorized by DPM. All services shall be scheduled with District designated personnel. Supplier must provide after-hours contact information to the District. SECURITY/ACCESS IF APPLICABLE Any areas, to which Supplier is provided access by means of a key, shall be opened for the purpose of this service only. Immediately upon completion of service the area shall be secured. Areas shall be accessed by Supplier personnel only. Discovery by the District personnel of wrongful use, such as sleeping, non -contract item storage, smoking, etc., will be referred to the Supplier for immediate appropriate action. It is the responsibility of the Supplier to establish procedures that eliminates unauthorized use by Supplier employees of District property. The Supplier will not allow the use of tobacco products by any employees in any of the District owned properties. The Supplier will not allow the consumption of food or drink in any areas other than those locations provided by District designated personnel, (i.e., Supplier's office, equipment storage areas, etc). SUPERVISION This work will be coordinated with and overseen by a District Representative. However, this provision in no way excuses the Contractor/Supplier or relieves in any other way the provision of staffing, labor, equipment, supervision, or execution of the work required by the Contractor/Supplier under the contract. The Contractor/Supplier shall be or appoint a single point -of -contact for all issues regarding the performance of the agreement. This representative shall be accessible and available to the District Representative at all times PROOF OF PROPER LICENSE AND INSURANCE The District has the right to request proof of current and proper licensing and insurance certification at any time during the term of the contract. Failure to provide proper documentation may lead to the suspension of the contract until such time that the proper documentation can be provided. The District has the right to continue to have the contract work completed by another Contractor/Supplier during this time and all costs incurred by the District shall be deducted from monies due to the Contractor/Supplier. WORKFORCE It is desired that the Contractor/Supplier's employees be dressed in a uniform fashion with the company identification. Vehicles as well should be easily identified. A neat and clean appearance should be maintained as much as possible. Village Community Development Districts Page 27 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 The District reserves the right to approve dress codes for the Contractor/Supplier's employees. It is required that the Contractor/Supplier's employees be dressed in a uniform fashion with the company identification. A neat, clean, well-groomed appearance should be maintained as much as possible. All Contractor/Supplier and sub -contractor personnel shall wear personal protective equipment in the performance of their duties to include, but not limited to safety vests, protective eye wear or face shields, respiratory protection as required, gloves and protective clothing. Vehicles as well shall be easily identified. Contractor/Supplier's employees should be instructed to be helpful and courteous to residents, other employees, and visitors at all times. PARKING Contractor/Suppliers' vehicles and trailers shall be parked where they do not impede traffic or visibility. Supplier vehicles shall be parked in a specific area that has been designated by District designated personnel. MOT REQUIREMENTS Appropriate Maintenance of Traffic (MOT) shall be per FDOT specification, and used when personnel and equipment will be conducting work in or around traffic or pedestrians. Contractor/Supplier shall have basic and intermediate level FDOT MOT Certified staff on each crew. Contractor/Supplier shall be solely responsible for initiating, maintaining and supervising safety precautions and Maintenance of Traffic (MOT) in accordance with all safety Laws and Regulations for the safety of persons or property in the performance of their work. The Subcontractors shall also conform to the aforementioned requirements. It is the responsibility of the general contractor to enforce the safety requirements. Proper signage is to be posted and clearly visible for the safety of workers and residents. MOT shall be provided as part of the Bid Documents. SAFETY AND PROTECTION The Contractor/Supplier shall be solely responsible for initiating, maintaining, and supervising safety precautions at all times while on District Property and in accordance with all Local and State Safety Laws and Regulations for the safety of persons or property in the performance of their work. The subcontractors (if any) shall also conform to the aforementioned requirements. It is the responsibility of the Contractor/Supplier to enforce all safety requirements. Contractor/Supplier shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents, maintaining and supervising of safety precautions and safety programs. The Contractor/Supplier shall provide the District with phone numbers, pager numbers, etc. and names of persons to be contacted for safety or repair services outside of the normal District -approved work hours (7:OOA.M. to 7:00 P.M., Sunday through Saturday). The District shall designate access to the site and the staging area for the project. Designated staging area shall be confined to the work area, as applicable. The staging site shall be used for parking of equipment, contractor parking and debris containers. The staging site must conform to the same standards as the safety requirements listed above. Contractor/Supplier shall confine construction equipment, and the operations of workers to the site and other areas permitted by the District and shall not unreasonably encumber the site and other areas with construction equipment or other materials, or other use of existing roads adjacent to the building, which will restrict their use; shall be coordinated with District designated personnel. Contractor/Supplier shall refer to OSHA general industry standards regarding safety operations. Contractor/Supplier is responsible for appropriate construction signage to indicate safety hazards and used at all times in any area necessary for the safety of workers, residents, visitors and others. The identifying notification shall remain in place until the services are complete. Contractor/Supplier is responsible for signage removal and disposal. Contractor/Supplier will be responsible for the safe unloading of all material onto the District's site. Contractor/Supplier will not be permitted to use any products that are not first approved by the District. PERSONAL PROTECTION All Contractor/Suppliers and Sub -Contractors personnel shall wear appropriate personal protective equipment in the performance of their duties to include vests, protective eye wear or face shields, respiratory protection as required, gloves and protective clothing. Village Community Development Districts Page 28 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 SITE CLEANLINESS AND CONDITION As much as possible, all areas shall be kept free of litter and/or construction debris. It is expected that the Contractor/Supplier and workers are to be aware of site conditions and keep a neat and clean appearance at all times. All work areas shall meet all safety requirements for pedestrian and vehicular traffic and must be left in a clean and orderly manner. Contractor/Supplier will keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the work, and, at the completion of each day of work, will remove all waste materials, rubbish and debris from and about the premises, as well as all tools, construction equipment, machinery, and surplus materials, leaving the site clean and ready for acceptance by the District. Contractor/Supplier is responsible for removal of all debris from project site. The Contractor/Supplier shall provide debris containers for the storage and disposal of any material, which shall be located in the approved staging area. Debris being placed into dumpsters shall be bagged or placed in closed containers before disposal. It is the Contractor/Supplier's responsibility to supply or maintain such containers/bags. The use of District debris containers (garbage cans and dumpster) for any refuse disposal by the Contractor/Supplier is strictly prohibited unless the District has granted authorization of such use. All work areas shall meet all safety requirements for pedestrian and vehicular traffic and must be left in a clean and orderly manner. All grass areas and/or District or residential property that is damaged while work area is under construction shall be repaired or re -installed by the Contractor/Supplier before leaving said work areas after completion of work. MATERIALS Contractor/Supplier shall be responsible for all labor, materials and equipment necessary for the proper maintenance and repair of District property described herein. All supplies and materials shall be inclusive in the contract price as requested. Any labor, services, materials, or equipment that reasonably may be inferred in the solicitation document or from prevailing customary work procedures to produce the indicated result will be provided whether or not specifically called for in the documents at no additional cost to the District. SCHEDULE OF VALUES NOT APPLICABLE Use AIA Document Forms G702 & G703. Required with Bid Documents. INSPECTION AND ACCEPTANCE Inspection and acceptance of product and workmanship shall be accomplished by the District's designated personnel. The District will perform inspections and document any conditions resulting from deviations performed by the Contractor/Supplier under the agreement. Any discrepancies shall be corrected immediately. Non -Performance of Services; in the event of non-performance of services by the Contractor/Supplier, the District's designated personnel shall have the right to exercise one of the following options: Upon being notified of existence of a deficiency, the Contractor/Supplier shall make the needed corrections within seventy-two (72) hours of notification. If the Contractor/Supplier is unable to make the necessary corrections within the specified time, the Contractor/Supplier must notify the District's designated personnel of non-compliance. The District's designated personnel will then provide the Contractor/Supplier with disposition instructions. The District may elect to procure the services of other Contractor/Suppliers on an as needed basis during the term of the agreement to address unforeseen items that may arise during the course of the maintenance period at the District's sole discretion. The Contractor/Supplier shall try to complete all work during the service call so as to prevent follow-up work. Call-back to correct recent work shall not be charged to the District if, in the sole determination of the District, such call back is a result of improper repairs or installation of substandard parts. PERFORMANCE Contractor/Supplier satisfactory performance of work included in this agreement is based on best construction practices, maintenance, repair, and specifications herein. The Contractor/Supplier's performance will be evaluated and corrective actions (if any) will be taken to correct specification standards. Village Community Development Districts Page 29 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 ADDITIONAL WORK From time to time additional work may be requested of the Contractor/Supplier by District designated personnel. A cost estimate, schedule, or other determining information may be required before approval of work is to be granted. Each situation will be considered on a case by case basis. All additional work shall be completed in a timely manner. CHANGES It may become necessary that additional areas are to be routinely maintained under the same specifications, or as amended by the management or its representative. It is the intent to be able to add or delete areas as necessary with the related cost increases or decreases to be handled through the implementation of a change order approved by the management. The management does reserve the right to disapprove any changes. In such case other Contractor/Suppliers may be engaged for the change. Any changes shall be in writing to be legally binding to both parties. No payment shall be made for invoices that do not have written authorization so it is documented. WORK STANDARDS Contractor/Supplier shall perform all work using the latest industry best practices and standards as applicable to this work. Village Community Development Districts Page 30 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PART 5 PROPOSAL DOCUMENTS PROPOSAL COVER PAGE Name of Firm, Entity or Organization: Federal Employer Identification Number (EIN): State of Florida License Number (If Applicable): Number of years as a Contractor/Supplier in this type of work: Name of Contact Person: Title: E-Mail Address: Mailing Address: Street Address (if different): City, State, Zip: Telephone: Fax: — If applicable, Previous Business Names of Firm, Entity or Organization in the last 7-10 years: EIN EIN EIN Organizational Structure — Please Check One: Corporation ❑ Partnership ❑ Proprietorship ❑ Joint Venture ❑ Other ❑ If Corporation: Date of In ,orporation: State of Incorporation: States Kgistered s Foreign Corporation: Does your firm accept MasterCard® for payment? Yes ❑ No ❑ Authorized Signature: Print Name: Title: Signature: Phone: Email: This document must be completed and returned with your Submittal. Village Community Development Districts Purchasing Department Page 31 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EXCEL PROPOSAL FORMS Storm Pipe Inspections, Cleaning & Repairs RFP #24P-007 (ALL PROPOSAL FORMS ARE AVAILABLE IN EXCEL FORMAT ON DEMANDSTAR & THE DISTRICT WEBSITE) Instructions to Proposers for Excel Proposal Form Completion 1) Open Excel Document and *if prompted choose "Update" and "Continuer" (see below) This workbook contains links to other data sources. • If you update the Inks, Excel will attempt to retrieve the latest data. • If you don't update the Inks, Excel will use the previous Information. Note that data Inks can be used to access and share confidential Informati n suthuut o permission and possibly perform other harmful actions update Don't update I Help Thisworkbook contains one or more Inks that cannot be updated. • To change the source of links, or attempt to update values again, dick Edit Links. • To leave the links as is, dick Continue. Continue I 2) Open Excel documents. There is 1 (one) Excel Proposal Form that must be completed for the following below: • Supplier Input Form 3) Enter your pricing for each of the items a Price column (yellow) 4) Save and Print Proposal Form from Excel tab. 111 6) Sign Proposal Form signature page in blue ink. 7) Suppliers MUST submit pricing for all proposal forms. 8) Scan and upload Pricing Form with your submittal. *Pricing form(s) must be fully completed and submitted with each Proposer's submittal packet *** Notice to Suppliers: only enter pricing in the yellow boxes. All yellow columns/row must include a unit price. If any yellow box is left blank, your proposal packet may be rejected as incomplete.*** If you have any issues completing the proposal forms, please call the Purchasing Department immediately. **Errors or omissions by either party, may result in the cancellation of the solicitation** Village Community Development Districts Page 32 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EXCEL PROPOSAL FORMS Storm Pipe Inspections, Cleaning & Repairs RFP #24P-007 RFP#I24P-007Storm Pipe Inspections, Cleaning and Repairs DIVING, PLUGGING, AND DEWATERING ITEM # ITEM DESRIPTION SIZE UNIT PRICE 1 Plug Set in Structure or Outfall 00 -24 INCH EA S0,00 2 Plug Set in Structure or Outfall 30 - 54 INCH EA S0,00 3 Plug Set in Structure or Outfall 00 - 72 INCH EA S0,00 4 Plug Rental 15 INCH WK S0,00 5 Plug Rental 18. INCH WK 50,00 6 Plug Rental 24 INCH WK 50,00 7 Plug Rental 30 INCH WK 50,00 8 Plug Rental 36 INCH WK S0,00 9 Plug Rental 42INCH WK 50,00 10 Plug Rental 5INCH WK S0,00 11 Plug Rental 54 INCH WK S0.00 12 Plug Rental 60 INCH WK S0,00 13 Plug Rental 66 INCH WK S0,00 14 Plug Rental 72 INCH WK S0,00 15 Plug Removal in Structure or Outfall 00 - 24 INCH EA S0,00 16 Plug Removal in Structure or Outfall ,?C - 54 INCH EA S0,00 17 Plug Removal in Structure or Outfall 00 - 72 INCH EA S0,00 18 Certified Dive Team for Exploratory Dive N/A HR S0,00 19 Certified Dive Team: Swim Plug Up Pipeto Embankment to Prevent Pipe from Floating N/A EA S0,00 20 Easement Access for Plug Set, Removal NIA EA S0,00 21 Underwater Dredging for Plug Set NIA HR S0,00 22 Pump Deliver/to Job Site and Set Up NIA EA S0,00 2a Dewatering 00 -24 INCH LF S0,00 24 Dewatering 30 - 36 INCH LF S0,00 25 Dewatering 2- 48 INCH LF S0,00 26 Dewatering 54-60INCH LF S0,00 27 Easement Access for Pump Set Up and Delivery NiA EA S0,00 STORM CLEANING AND INSPECTION SERVICES 28 Light cleaning, storm 00 -24 INCH LF S0,00 29 Light cleaning, storm 30 - 36 INCH LF 50,00 30 Light cleaning, storm =2 - .Le INCH LF 50,00 31 Light cleaning, storm E - a INCH LF S0,00 32 Light cleaning, storm 66- 72 INCH LF 50,00 33 Medium cleaning, storm 00 -24INCH LF S0,00 34 Medium cleaning, storm 30 - 38 INCH LF 50,00 35 medium cleaning, storm 42- 48 INCH LF S0,00 36 Medium cleaning, storm 54-60 INCH LF S0,00 37 Medium cleaning, storm 56- 72 INCH LF S0,00 38 Heavy cleaning, storm 00 -24INCH LF S0,00 39 Heavy cleaning, storm 30 - 36 INCH LF S0,00 40 Heavy cleaning, storm 2- 48INCH LF S0,00 41 Heavy cleaning, storm 54-60 INCH LF S0,00 42 Heavy cleaning, storm 66 - 72 INCH LF S0,00 Village Community Development Districts Purchasing Department Page 33 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EXCEL PROPOSAL FORMS (Cont'd) Storm Pipe Inspections, Cleaning & Repairs RFP #24P-007 43 Easement Set Up and Cleaning (additional fee for cleaning; NJA LF O0.00 44 45 Structure Cleaning Transportation Fee for Delivering Debris Removed to Disposal Location NIA NIA. EA EA $.0.00 10.00 46 Pump Station/Storm Lift Station Cleaning NIA HR $0.00 47 CCTV Storm 00 - 30 INCH LF 1.0.00 46 CCTV Storm 36-60 INCH LF S0.00 49 CCTV Storm 66-72INCH LF S0.00 50 Easement Set Up and Inspection (Additional Feeto CCTV) NJA LF S0.00 51 Structure Inspection NIA EA S0.00 PRESSURE GROUT MAINLINE 52 Pressure grout- Storm, E or less per callout 00 -24 INCH EA S0.00 53 Pressure grout- Storm, E or less per callout 30- 46 INCH EA S0.00 54 Pressure grout- Storm, 5 or less per callout E4- 72 INCH EA S0.00 55 Pressure grout- Storm, 5 or more per callout 00-24 INCH EA S0.00 56 Pressure grout- Storm, 5 or more per callout 30 - 48 INCH EA S0.00 57 Pressure grout- Storm, 5 or more per callout E4- 72 INCH EA S0.00 REPAIR BANDS 58 mechanical Repair Sleeve- Storm 1E. INCH EA S0,00 59 mechanical Repair Sleeve- Storm 18INCH EA S0,00 60 mechanical Repair Sleeve- Storm 24 INCH EA S0,00 61 Mechanical Repair Sleeve- Storm 30 INCH EA S0,00 62 mechanical Repair Sleeve- Storm 36 INCH EA S0,00 63 mechanical Repair Sleeve - Storm 42 INCH EA S0,00 64 mechanical Repair Sleeve- Storm 48 INCH EA S0,00 65 Internal Seal- Storm 18INCH EA S0,00 66 Internal Seal- Storm 24 INCH EA S0,00 67 Internal Seal- Storm 'C INCH EA S0,00 68 Internal Seal- Storm 3, INCH EA S0,00 69 Internal Seal- Storm 42INCH EA S0,00 70 Internal Seal- Storm 48 INCH EA S0,00 71 Internal Seal- Storm E4INCH EA S0,00 72 Internal Seal- Storm 20 INCH EA S0,00 73 Internal Seal- Storm 6 6INCH EA S0,00 74 Internal Seal- Storm 72INCH EA S0,00 CIPP SECTIONAL LINER 75 Sectional Liner - Storm 1E INCH LF S0.00 76 Sectional Liner - Storm 18 INCH LF S0.00 77 Sectional Liner- Storm 2e. INCH LF S0.00 78 Sectional Liner- Storm 30 INCH LF S0.00 79 Sectional Liner- Storm 36 INCH LF S0.00 80 Sectional Liner- Storm 42 INCH LF $.0.00 81 Sectional Liner- Storm 48. INCH LF M0.00 CIPP MANHOLE TO MANHOLE LINING 82 CIPP Manhole to Manhole Lining - Diameter: 7.Emm 1E. INCH LF 10.00 63 1 E" CIPP Thickness Variance: 1.E.mm 1 E_ INCH LF 10.00 Village Community Development Districts Purchasing Department Page 34 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EXCEL PROPOSAL FORMS (Cont'd) Storm Pipe Inspections, Cleaning & Repairs RFP #24P-007 84 CIPP Manhole to P.lanhole Lining - Diameter: 9mm 18 INCH LF S0.00 85 18" CIPP-ThicknessVariance: 1.5mm ' R. INCH LF $0.00 86 CIPP Manhole to Manhole Lining - Diameter: 10.5mm 24 INCH LF S0.00 87 24" CIPP -hickness Variance: 1.5mm 24 INCH LF S0.00 88 89 CIPP Manhole to Manhole Lining - Ciameter: 13.5mrn 30'" CIPP Thickness Variance: 1.5mm 20 INCH 30 INCH LF LF S0.00 S0.00 94 CIPP Manhole to Manhole Lining- Diameter: 15mm 36 INCH LF S0.00 91 36" CIPP Thickness. Variance: 1.5mm 36 INCH LF S0.00 92 CIPP Manhole to Manhole Lining- Diameter: 19mm 42 INCH LF S0.00 93 42" CIPP Thickn ess Variance: 1.5mm 42INCH LF S0.00 94 CIPP Man hole to Manhole Lining- Diameter: 22.5mm 48 INCH LF $0,00 95 48" CIPP Thickness Variance: 1.5mm 48INCH LF $0.00 96 CIPP Manhole to Manhole Lining - Diameter: 25.5 mm 54 INCH LF $0.00 97 54" CIPP -hickness Variance: 1.5mm 54 INCH LF $0,00 98 CIPP Manhole to Manhole Lining- Diameter: 28.5mm 60 INCH LF $0,00 99 60" CIPP Thickness Variance: 1.5mm 60 INCH IF $0.00 .100 CIPP Manhole to Manhole Lining - Diameter: 31.5mm 66 INCH LF $0.00 101 66' CIPPThickness Variance: 1.5mm 66 INCH LF $0.0.0 102 CIPP Manhole to Manhole Lining- Diameter: 33 mm 72 INCH LF $0,00 103 72" CIPP Thickness Variance: 1.Emm 72INCH LF $0.00 CONCRETE SPINCASTING 104 Concrete Spin cast- Storm 15INCH LF S0.00 105 Concrete Spin cast- Storm 18 INCH LF S0.00 106 Concrete Spin cast- Storm 24 INCH LF $0,00 107 Concrete Spin cast- Storm 30 INCH LF $0,00 108 Concrete Spin cast- Storm 35INCH LF S0.00 109 Concrete Spin cast- Storm 42INCH LF S0.00 110 Concrete Spin cast- Storm 48INCH LF S0,00 111 Concrete Spin cast- Storm E-4INCH LF S0.00 112 Concrete Spin cast- Storm 60 INCH LF S0.00 113 Concrete Spin cast- Storm 66 INCH LF S0.00 114 Concrete Spin cast- Storm 72INCH LF S0.00 INJECTION GROUTING AND STRUCTURE REPAIR 115 Drill Injection Hole for Soil Stabilization NdA EA S0.00 ` L 116 Set Up Charge for Soil Stabilzatinn NIA EA S0.00 117 Hydrophobic PolyurethaneGrout for Soil Stabilization N/A GAL S0.00 118 Storm Structure Sealing Set Up Fee N!A EA S0.00 119 Storm Structure Injection Grout for Sealing N/A GAL S0.00 MOTITRAFFIC CONTROL 120 I MOT City or County ROW I NIA I DAY I 50.00 ADDITIONAL SERVICES 121 Nuisance Alligator Removal When Required for Plugging / Dewatering N/A EA $0.00 122 Weekly rental Quite Pack pump (with maintenance)` 4 INCH EA $0.00 123 Weekly rental Quite Pack pump rental (with maintenance)* 6 INCH EA $0.00 124 Weekly rental 4" discharge hose (100ft) 4 INCH EA $0.00 125 Weekly rental 4" intake hoes (50ft) 4 INCH EA $0.00 126 Weekly rental 6" discharge hose (100ft) 6 INCH EA $0.00 127 Weekly rental 6" intake hoes (50ft) 6 INCH EA $0.00 128 Weekly rental Basket Screen 4 INCH EA $0.00 129 Weekly rental Basket Screen 6 INCH EA $0.00 130 Weekly rental 90 Degree elbow 4 INCH EA $0.00 1 131 Weekly rental 90 Degree elbow 6 INCH EA $0.00 Village Community Development Districts Purchasing Department Page 35 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PROPOSER'S STATEMENT OF EXPERIENCE, EQUIPMENT AND PERSONNEL (Proposer may also provide any supplemental information as proof of experience and qualifications of Firm and/or personnel listed on this form) CONTRACTOR/FIRM: 1. How many total years' experience in Storm Pipe Inspections, Cleaning & Repairs? years As Prime Contractor years As Subcontractor years 2. Does your Firm meet the qualifications/requirements to conduct these Storm Pipe Inspections, Cleaning & Repairs? Yes No . If no, explain below. 3. List all officers and directors of your Firm. Attach additional sheets as needed. NAME POSITION/TITLE 4. Have you ever failed to complete any work awarded to you in the last 3 years? Yes No . If yes, where and why? 5. Have you previously worked for The Villages or The District? Yes No . If yes, list projects. Village Community Development Districts Page 36 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EXPERIENCE & REFERENCES The determination of whether a Firm, Principal Individual or Sub -Contractor is responsible or not shall be at the sole discretion of the District. Although the District may request submission of a minimum number of requirements for evaluation, the District's determination of a Firm, Principal Individual or Sub - Contractor's responsibility shall not be solely based on the it's experience. 1. Describe any experience of the Principal Individuals (Foremen, Superintendents, etc.) who are responsible for the actual Storm Pipe Inspections, Cleaning & Repairs of your organization. Attach additional sheets as needed. Name Position Type of Work Yrs. Experience Yrs. With Firm Name \ Position Type of Work Name Type of Work Type of Work Name Type of Work Yrs. Experience Yrs. With Firm Position Yrs. Experience Yrs. With Firm Yrs. Experience Yrs. With Firm Position Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Village Community Development Districts Page 37 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 2. Proposer should supply a list of five (5) similar projects successfully completed or currently working on by the Proposer, as a Prime or Subcontractor, within the last five (5) years. Failure to provide this information may be cause for rejection of the proposal. For the purpose of this RFP, a similar project is described as follows: • Must have a minimum of five (5) years of experience with similar size agencies and scope. • Must possess the following licenses/certification: o Florida State Underground License o All operators must be PACP (NASSCO Pipeline Assessment Training Certification) trained with current certifications o MOT Intermediate certified o In the instance that a manufacturer offers training certification for their product or equipment, current training certifications must be held in order to utilize said product and/or equipment *The contact person listed as a reference shall be someone who has personal knowledge of the Proposer's performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the District will be emailing them. (If a possible, please do NOT use District Staff as a Reference) Owner / Business Name: At Project Location / Address: MI �. City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: Owner / Business Name: Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: Village Community Development Districts Purchasing Department Page 38 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 Owner / Business Name: Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: [ontract Amount: Brief Description of Project and Installation: Owner / Business Name: Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: Owner / Business Name: Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: Village Community Development Districts Purchasing Department Page 39 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EQUIPMENT & MATERIAL RESOURCES which will be used on job site 1. List equipment owned (types, number of, make, model, and year). (Separate list is acceptable) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 2. List equipment expected to be purchased for this project. (Separate list is acceptable). 1. 2. 3. 4. 5. CONTRACTOR'S AFFIDAVIT State of Florida County of Before me personally appeared who is (title) of (the company described herein) being duly sworn, deposes and say that the foregoing statements are a true and accurate statement of the position of said organization as of the date thereof, and, that the statements and answers to the foregoing experience questionnaire are correct and true as of the date of this affidavit; and, that he/she understands that intentional inclusion of false, deceptive, or fraudulent statements of this application constitutes fraud; and, agrees to furnish any pertinent information requested by The District deemed necessary to verify the statements made in this application or regarding the ability, standing and general reputation of the applicant. Personally Known or Produced Identification Sworn to and subscribed before me this day of 2024 NOTARY PUBLIC - STATE OF FLORIDA (Print Name of Notary Public) (Signature of Notary Public) This document must be completed and returned with your Submittal Village Community Development Districts Page 40 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 W-9 (Download this form at http://www.irs.gov/pub/irs-pdf/fw9.pdf) Fomn W.9Request Tao. 4ctohar 20le1 _upon- rno-the-maw,. rtanul ,warn Srrx[a for Taxpayer Identification Number and Certification IF Go 10 IIww.ts.garllormW9 for t15truc1Mrll and the Latest InromAatlom- Ghee Form tothe requester- Do not send to the IRS- Print or type. SOO Spec if iu Instruetkan36r) paiga3. 1 Naanaa (as shown on your !norm Mx Mum). Nana c ragid on This Ire: do not Ionia Lis in Mona 2 Elusinansnannadisregardad entity name, il &Hoorn From abara 2 Cluck oppropinoic bat F4f fadaral inx clan nf Dalian o Mc parson whosa ramp is canadonIx, 1- Chock only ono althe Foflov`rg swan bares. ❑ Incividdidrsola proFkiim or 0 C Corparalki 0 S Capaetion 0 Purtrrsstip 0 Trustrasiain si-4-momLwr LL... 4Exemptions (codas epptyonyto cedar omilico, not bawd' la sac rrclions cc. pangs a): Emcmpl pryea coda [d any} ❑ Limn ad intiftk corn nf. Ernalha tax dassificatian p-C ocrporalicrt SS ccrporaiart P—P t ip)1E- Hots:Chad) fie apprapnelo boa n iha Fa shoed Inc t, lax densfication of iha single -mambo owner. Da not d`cck [LC i dw LLC is dassfind as a sixjc-member LLC that is disregarded From the owner unkara Ma oanar of the LLC in ExanFtan hero FATCArrperling {tea rt y) arct-rarLLCthat innol.digagardadiramfieMoral r„r.in,rrLLC'1h.ai is= worded from the owner ;i-,Dull crack the appropriate bar Inc the int classification of its owrraF ❑ CChw (sae instructions)► &use ncoaxal .,. .r 6 minor pass }-umber., stroal, and apt or nate no iSaa rRtruchons. Fla raetar 3- name and adchcss(apA'-'of 6 City, ship old ZIP coda 7 Last account rrmba(s) has In oconh Part I Taxpayer Identlication Number (TIN) Enter your TIN in Me appropriate box. The TIN provkledmust mathhMename Oertonline 1 to avoid backup wtthruldhg. For Irvl 1duals, this Is generally yawn social security rumba {SSW Bonnotnf, for a resident alien, 'ci11e proprietor, or rlsreg ded entity, see the halr11GiIrxls for Part I, tater- For ottler entIdes, it Is yaw errr%wer ldentrttcatlon rurrlber {EINi. If you do nuthave a dumber, see Now boef a Seca 'cc, 3`n'='..". - - TWO, later. motet Ir the aEoount Is in more than one mane, see the Irstructbra far line 1. AIM gee IWiel Mansard ?.umber To Gi`ee the Ae iesre! for guileless on whose number to enter.. or Employer id oolifca4on nunacr Part II Certification Under penamaa of perpry, I r Uty that: 1. The runnier shown ort MN form la rrry correct taxpayer Identtflostion number izr I am welting for a nlrnber to be Issued to Ina}; aid 2. Ian n31 subject tobaektp vellina 1Utg because: {a) I ern exempt iron backup wtthholding, a ¢I) I have not teen rk1lttted by ihe !Memel nevenL_ Service {IFS trot I an stblacl i baaLlp wtthhroldIrg as a rasa of a faltrreio report a9 htereet or dividends, or (a) the IRS has ranted me that Ian no longer srtr)ect to becler3 wrofdttg; and 3. Ian a U.S. dttzen EC other U.S. person penned below}; and 4. The FATCA codes) eniece:I CC this form tTt ry] Irrihattrr3 that I am exempt hone FATCA reputing is correct. Certification h>r mr11one. You r1M6i cross orrtttam 2 EIauye If you have been nottfeei try the IPS that you are currently s1tljeectt ba bac1Lp atthho tling tecaroe ',outman lanai to report all htereal and dMderxis o n yourtax rearm. For reel estate transactions, Item 2 cites not apply. For mortgage Internet pad, anguish on lrattanicnnment of seCliBal pra s ty, c&mcellattan of debt cmllbutti3re 10 an IrdMtlLal retlrenent arargernerl t1R , and generality, payment dltlerthan fi tmeetand dividends, you ere nor regirel to sip Me c r rilcat1o1, but you must provide your correct 11N. See Ilse lstrucilorrs far Part II, Ida. Sign Here Sig atom of U.S. p4rscrit. Delp ► General Instructions S3ecterrererences awe to Me nternal REIEnue Code rr1Iees otherw1se toted. Future developments. 'or the Meg Irrforlraticn stoutdeueloprnerrta •eta:ad :o Fa rr W-9 aid -s In91 ucIdrl9, such as legislation enacted a1er thEy'rvere pibllste0, go to w sw.J7s.govd aamW9. Purpose of Form An IrdNldual or errtty (Form w-9 requester) Wm Is requr lad to Ale an hrarinatlon return with the IRS must obtain your correct taxpayer identification runnier {Teti) which may be your social security rumber {SSN), YldMltlual taxpayer bee ittrlcatlon number FIN), adoption taxpayer Identification nrntler (A11N}, or employer Identrtcatini nLrrbnr {EIN), to report on an hrcrarlaUon return the amount paid to you, or other arnorrrt reportable PI an frorrnatton return. Examples or hlamrallon miters notice, but are not hatted to, the 4ollawtlg. Fcrrn 149g-INT ()merest Earned cr palD Fonn 166 h+ (dMderde, Inducting those horn stooks or mutual funds) • Form 1 L169-HAISC {earkus tree or Morrie, piines, awards, or gross premeds) • Fonn 1109-11 {stork or mutual And sales and certain other transactl0els by brokers) Foram 16Ed1-S proceedsnunreal estate traraactlo n . Form 1669-15 Mnerdiant cad and third party retY rkthansacttorrn) ▪ Fenn 166E (T?orne mortgage interest}, 1O -E {shloerlt loan hteresl}, 1 n9E-T piny(' • Farm 1 CES-C (carrekrd debt) • Form 11793A (acgUaltton or WWIdcrimerlt cr secured property) Use Forma W ] only tr yw are a U.S. person (trlelrxing a resident alien}, to provide your correct 11N. .11you do not return Forrrl W-9 fo Me aequ ar& wtth a 7IN. you r if be subiecr ro.1 ckrp wtthbia,17arg. See What Is backup wlthhaitling, refer. Cat No. 1 1231 K Fawn w- 'Pox 10-2018) This document must be completed and returned with your Submittal Village Community Development Districts Page 41 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 DISCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS AND SUPPLIERS Note: Proposer must sign the appropriate statement below as applicable. The proposer shall not change any Subcontractors, Subconsultants or Suppliers without just cause and approval by the District. ( ) No Subcontractors, Subconsultants or Suppliers will be used in connection with the performance of this contract. Firm: Signature: -OR- ( ) All Sub -contractors, Sub -consultants or Suppliers to be used in connection with performance of this contract are listed below. (This form may be duplicated and as necessary for additional Firms/Agencies) Firm: Signature: SUB -CONTRACTORS, SUB -CONSULTANTS AND SUPPLIERS Name of Firm or Agency: Address: Telephone: Contact Name / Title: Circle One: *sub -contractor sub -consultant supplier *What is the estimated percentage of work that the Sub -Contractor will self -perform? Name of Firm or Agency: Address: Telephone: Contact Name / Title: Circle One: *sub -contractor sub -consultant supplier *What is the estimated percentage of work that the Sub -Contractor will self -perform? Name of Firm or Agency: Address: Telephone: Contact Name / Title: Circle One: *sub -contractor sub -consultant supplier *What is the estimated percentage of work that the Sub -Contractor will self -perform? Name of Firm or Agency: Address: Telephone: Contact Name / Title: Circle One: *sub -contractor sub -consultant supplier "What is the estimated percentage of work that the Sub -Contractor will self -perform? Name of Proposer's Firm: This document must be completed and returned with your Submittal Village Community Development Districts Page 42 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 SUBCONTRACTORS STATEMENT OF EXPERIENCE, EQUIPMENT AND PERSONNEL Form ONLY required if your Subcontractor is self -performing 75% or more of the work proposal. (Proposer may also provide any supplemental information as proof of experience and qualifications of Firm and/or personnel listed on this form) SUBCONTRACTOR: Federal Employer Identification Number (EIN): State of Florida License Number (If Applicable): 1. How many total years' experience in Storm Pipe Inspections, Cleaning & Repair. years yea As Prime Contractor years As Subcontractor 2. Does your Firm meet the qualifications/requirements to conduct Storm Pipe Inspections, Cleaning & Repairs Yes No . If no, explain below. 3. List all officers and directors of your Firm. Attach additional sheets as needed. NAME POSITION/TITLE 4. Have you ever failed to complete any work awarded to you in the last 3 years? Yes No . If yes, where and why? 5. Have you previously worked for The Villages or The District? Yes No . If yes, list projects. Village Community Development Districts Page 43 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 SUBCONTRACTOR EXPERIENCE & REFERENCES The determination of whether a Firm, Principal Individual or Sub -Contractor is responsible or not shall be at the sole discretion of the District. Although the District may request submission of a minimum number of requirements for evaluation, the District's determination of a Firm, Principal Individual or Sub - Contractor's responsibility shall not be solely based on the it's experience. 3. Describe any experience of the Principal Individuals (Foremen, Superintendents, etc.) who are responsible for the actual Storm Pipe Inspections, Cleaning & Repairs of your organization. Attach additional sheets as needed. Name Position Type of Work Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Position Yrs. Experience Yrs. With Firm Position Type of Work Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Village Community Development Districts Page 44 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 4. Subcontractor should supply a list of five (5) similar projects successfully completed or currently working on by the Subcontractor, as a Prime or Subcontractor, within the last five (5) years. Failure to provide this information may be cause for rejection of the proposal. For the purpose of this RFP, a similar project is described as follows: • Must have a minimum of five (5) years of experience with similar size agencies and scope. • Must possess the following licenses/certification: o Florida State Underground License o All operators must be PACP (NASSCO Pipeline Assessment Training Certification) trained with current certifications o MOT Intermediate certified o In the instance that a manufacturer offers training certification for their product or equipment, current training certifications must be held in order to utilize said product and/or equipment *The contact person listed as a reference shall be someone who has personal knowledge of the Proposer's performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the District will be emailing them. (If at all possible, please do NOT use District Staff as a Reference) Owner / Business Name: Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: . . . , Mk AMP' Village Community Development Districts Purchasing Department Page 45 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 Owner / Business Name: Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: Owner / Business Name: Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: Owner / Business Name: Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: Village Community Development Districts Purchasing Department Page 46 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 SUBCONTRACTOR EQUIPMENT & MATERIAL RESOURCES which will be used on job site 1. List equipment owned (types, number of, make, model, and year). (Separate list is acceptable) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 2. List equipment expected to be purchased for this project. (Separate list is acceptable). 1. 2. 3. 4. 5. SUBCONTRACTOR'S AFFIDAVIT State of Florida County of Before me personally appeared who is (title) of (the company described herein) being duly sworn, deposes and say that the foregoing statements are a true and accurate statement of the position of said organization as of the date thereof, and, that the statements and answers to the foregoing experience questionnaire are correct and true as of the date of this affidavit; and, that he/she understands that intentional inclusion of false, deceptive, or fraudulent statements of this application constitutes fraud; and, agrees to furnish any pertinent information requested by The District deemed necessary to verify the statements made in this application or regarding the ability, standing and general reputation of the applicant. Personally Known or Produced Identification Sworn to and subscribed before me this day of 2024 NOTARY PUBLIC - STATE OF FLORIDA (Print Name of Notary Public) (Signature of Notary Public) This document must be completed and returned with your Submittal Village Community Development Districts Page 47 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EXCEPTIONS OR DEVIATIONS TO SPECIFICATIONS Note: Proposer must sign the appropriate statement below as applicable. Proposer understands and agrees to all terms, conditions, requirements and specifications stated herein. Firm: Signature: ( Firm: -OR- L Proposer takes exceptions to terms, conditions, requirements or specifications stated herein. (Proposer must itemize each exception below and return with the Proposal Form.) Signature: Proposer should note that any exceptions taken from the stated terms and/or specifications may, but not necessarily will be cause for their submittal to be deemed "non -responsive", risking rejecting of the submittal. Attached are additional pages. Name of Proposer's Firm: This document must be completed and returned with your Submittal Village Community Development Districts Purchasing Department Page 48 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PROPOSER'S CERTIFICATION Submit To: Villages Community Development Districts Purchasing Department 1071 Canal Street The Villages, FL 32162 Phone 352-751-6700 Fax 352-751-6715 VILLAGES COMMUNITY DEVLEOPMENT DISTRICTS REQUEST FOR PROPOSAL (RFP) CERTIFICATION AND ADDENDA ACKNOWLEDGMENT DUE DATE: February 8, 2024 DUE TIME: 3:00 pm RFP #24P-007 TITLE: Storm Pipe Inspections, Cleaning & Repairs VENDOR NAME: PHONE NUMBER: VENDOR MAILING ADDRESS: FAX NUMBER: CITY/STATE/ZIP: E-MAIL ADDRESS: "I, the undersigned, certify acknowledgement and the review of any addenda issued (if applicable, indicate all addenda DATES below)." Addendum #1 Addendum #2 Addendum #3 i, Addendum #4 Addendum #5 Addendum #6 Addendum #7 Addendum #8 Addendum #9 Addendum #10 *The District may reject as non -responsive, any or all submittals where Respondents fail to acknowledge receipt of Addenda as prescribed. "I, the undersigned, declare that I have carefully examined the Solicitation, specifications, terms and conditions as applicable for this request, and that I am thoroughly familiar with all provisions and the quality and type of coverage and services specified. I agree to abide by all conditions of this Solicitation and certify that I am authorized to sign this Certification and that the response is in compliance with all requirements of the Solicitation, including but not limited to certification requirements,quinsurance requirements and E-Verify participation. I understand that timely commencement will be considered in award of this Solicitation and that cancellation of award will be considered if commencement time is not met, and that untimely commencement may be cause for assessment of liquidated damages claims. I further certify that the services will meet or exceed the Solicitation requirements. I certify that this response is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same material, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I further declare that I have not divulged, discussed, or compared this submittal with any other Respondent and have not colluded with any Respondents or parties to a Solicitation whatsoever for any fraudulent purpose. In conducting offers with an agency for Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Middleton Community Development District — A, Middleton Downtown Community Development District, Coleman Ridge Community Development, Eastport Community Development District, Villages Public Safety Department Dependent District or any Village Community Development Districts 1-15, Respondent agrees that if this submittal is accepted, the Respondent will convey, sell, assign, or transfer to the Districts all rights, title and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States for price fixing relating to the particular commodities or services purchased or acquired by the Districts. At the Districts' discretion, such assignment shall be made and become effective at the time the District renders final payment to the Awardee." Authorized Supplier Name Title (Print) Authorized Signature Date This form must be completed and returned with your Submittal Village Community Development Districts Purchasing Department Page 49 of 66 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 SUPPLIER CERTIFICATION REGARDING SCRUTINIZED COMPANIES' LIST Respondent Supplier Name: FEIN: Authorized Representative's Name & Title: Address: City: State: Zip: Phone Number: Email: Sections 287.135 and 215.473, Florida Statutes, prohibit Florida municipalities from contracting with companies, for goods or services over $1,000,000 that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or to engage in any Business operations with Cuba or Syria. Sections 287.135 and 215.4725 also prohibit Florida municipalities from contracting with companies, for goods or services in any amount that are on the list of Scrutinized Companies that Boycott Israel. The list of "Scrutinized Companies" is created pursuant to Section 215.473, Florida Statutes. A copy of the current list of "Scrutinized Companies" can be found at the following link: https://www.sbafla.com/fsb/FundsWeManage/FRSPensionPlan/GlobalGovernanceMandates/QuarterlyReports.aspx As the person authorized to sign on behalf of the Respondent Vendor, I hereby certify that the company identified above in the section entitled "Respondent Vendor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List; or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; is not participating in a boycott of Israel; and does not have any business operations with Cuba or Syria. I understand that pursuant to Sections 287.135 and 215.473, Florida Statutes, the submission of a false certification may subject the Respondent Vendor to civil penalties, attorney's fees, and/or costs. I understand and agree that the Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Middleton Community Development District — A, Middleton Downtown Community Development District, Coleman Ridge Community Development, Eastport Community Development District Villages Public Safety Department Dependent District or any Village Community Development District 1-15 may immediately terminate any contract resulting from this solicitation upon written notice if the company referenced above are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) for any contract for goods or services in any amount of monies, it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Certified By: , who is authorized to sign on behalf of Respondent Print Name and Title: Signature: Date: This document must be completed and returned with your Submittal Village Community Development Districts Page 50 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 DRUG FREE WORKPLACE CERTIFICATE I, the undersigned, in accordance with Florida Statute 287.087, hereby certify that, (print or type name of firm) • Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against employees for violations of such prohibition. • Informs employees about the dangers of drug abuse in the work place, the firm'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 for drug use violations. • Gives each employee engaged in providing commodities or contractual services that are under proposal or bid, a copy of the statement specified above. • Notifies the employees that as a condition of working on the commodities or contractual services that are under proposal or 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 State of Florida or the United States, for a violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written (*) statement to acknowledge their receipt. • Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. • Makes a good faith effort to continue to maintain a drug free work place through the implementation of the drug free workplace program. • "As a person authorized to sign this statement, I certify that the above named business, firm or corporation complies fully with the requirements set forth herein". Authorized Signature Date Signed State of: County of: Sworn to and subscribed before me this day of 2024 Personally known or Produced Identification (Specify Type of Identification) Signature of Notary My Commission Expires (seal) This document must be completed and returned with your Submittal Village Community Development Districts Page 51 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 ANTI -COLLUSION STATEMENT By signing, this form, the vendor agrees that this proposal is made without any other understanding, agreement, or connection with any person, corporation, or firm submitting a quote for the same purpose and that the quote is in all respects fair and without collusion or fraud, IT IS AGREED BY THE UNDERSIGNED VENDOR THAT THE SIGNING AND DELIVERY OF THE QUOTE REPRESENTS THE VENDOR'S ACCEPTANCE OF THE TERMS AND CONDITIONS OF THE FORGOING SPECIFICATIONS AND PROVISIONS, AND IF AWARDED, THIS CONTRACT WILL REPRESENT THE AGREEMENT BETWEEN THE VENDOR AND THE VILLAGE COMMUNITY DEVELOPMENT DISTRICTS. NAME OF FIRM: [Sign in ink in the space provided below] SIGNED BY: TITLE: ADDRESS: c CITY & STATE: TELEPHONE: No proposals will be withdrawn for a period of sixty (60) days subsequent to the opening of proposals, without the consent of the Purchasing Director. NO PROPOSAL (Reason): This document must be completed and returned with your Submittal Village Community Development Districts Page 52 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs INSURANCE REQUIREMENTS RFP #24P-007 The contractor shall maintain, on a primary basis and at its sole expense, at all times while performing work for any of the Districts, the "Standard Insurance Requirements" described herein. Contractors responding to a competitive formal solicitation shall provide with their submittal, a Certificate of Insurance (COI) or a letter from the insurance company stating required coverage is obtainable. Prior to commencement of any work for the Districts, a COI fulfilling all Standard Insurance requirements must be received and approved by VCCDD. Work is defined as any service provided to the Districts by a vendor/contractor who must access District property in order to provide the service(s). The requirements contained herein, as well as the District's review or acknowledgement, is not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the contractor under this contract. Standard Insurance Requirements: Financial Rating of Insurance Companies - All insurance companies must have financial rating of A- or higher by A.M. Best Company, Inc. with the exception of self -insured insurance companies. Commercial General Liability Insurance -The contractor shall maintain Commercial General Liability Insurance at a limit of liability not less than $1,000,000 each occurrence and a $2,000,000 annual aggregate. Due to the nature of the work involved, consultants performing program and/or contract management services are required to maintain $1,000,000 each occurrence and $1,000,000 annual aggregate. The coverage shall not contain any endorsement(s) excluding nor limiting product /completed operations, independent contractors, broad form property damage, X-C-U Coverage, contractual liability or cross liability. The self -insured retention or deductible shall not exceed $50,000. • Additional Insured Endorsement. The contractor shall endorse all Districts as an "Additional Insured" on the Commercial General Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage. In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractor's Commercial Umbrella/Excess Liability as required herein. * • Waiver of Subrogation Endorsement. The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis. Business Automobile Liability Insurance - The contractor shall maintain Business Automobile Liability Insurance at a limit of liability not less than $1,000,000 each occurrence. Coverage shall include liability for owned, non -owned, and hired automobiles. In the event the contractor does not own automobiles, the contractor shall maintain coverage for hired and non -owned auto liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. • Additional Insured Endorsement. The contractor shall endorse all Districts as an "Additional Insured" on the Business Automobile Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage. In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractor's Commercial Umbrella/Excess Liability as required herein.* • Waiver of Subrogation Endorsement. The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis. Worker's Compensation Insurance and Employers Liability Insurance - The contractor, any sub- consultants or subcontractors shall maintain their own Workers Compensation Insurance and Employers Liability in accordance with Florida Statute Chapter440. In case any class of employees engaged in hazardous work at the site of the operations is not protected under the Workers Compensation statute, the Vendor shall provide, and cause each sub consultant or subcontractor to provide adequate insurance for the protection of its employees not otherwise protected. The Vendor must provide a Certificate of Insurance (COI) showing Workers Compensation coverage or must provide an exemption certificate issued by the State of Florida showing that the Vendor is exempt from Workers Compensation insurance requirements. (NOTE: Elective exemptions or coverage through an employee leasing arrangement will be on a case -by -case basis). Umbrella or Excess Liability Insurance (needed for large contracts as determined and approved by the Purchasing Director) - The contractor shall maintain either a Commercial Umbrella or Excess Liability Insurance at a limit of liability not less than $2,000,000 each occurrence and $2,000,000 aggregate. The contractor shall endorse all Districts as an "Additional Insured" on the Umbrella or Excess Liability Insurance, unless the Commercial Umbrella/Excess Liability Insurance provides coverage on a pure 'True Follow- Form" basis, or the District is automatically defined as an additional protected person. Any self- insured retention or deductible shall not exceed $50,000. Professional or Errors and Omissions Liability Insurance (when applicable) - The contractor shall maintain a Professional Liability or Errors and Omissions policy at a limit of liability no less than $1,000,000 per claim/loss and $2,000,000 annual aggregate. The contractor shall endorse all Districts as an "Additional Insured" on the Professional and/or Errors and Omissions Liability Insurance. • Additional Insured Endorsement. The contractor shall endorse all Districts as an "Additional Insured" on the Professional or Errors and Omissions Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage. In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractors Commercial Umbrella/Excess Liability as required herein. * • Waiver of Subrogation Endorsement. The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis. Professional Liability for IT including Cyber Risk (when applicable) - The contractor shall maintain Professional Liability Insurance for IT Technology including cyber risk policy at a limit of liability no less than $1,000,000 per claim/loss and $2,000,000 annual aggregate. The contractor shall endorse all Districts as an "Additional Insured" on the Professional IT Liability Insurance. • Additional Insured Endorsement. The contractor shall endorse all Districts as an "Additional Insured" on the Professional Liability for IT Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage. In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractors Commercial Umbrella/Excess Liability as required herein. This document must be completed and returned with your Submittal Waiver of Subrogation Endorsement. The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis. `Note: The individual Districts that shall be endorsed and listed as Additional Insureds on all policies are: Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District, Village Community Development Districts 1 — 15, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Middleton A Community Development District, Coleman Ridge Community Development District Middleton Downtown Community Development District, Eastport Community Development District, Villages Public Safety Department Dependent District. Development District. All at the following street address: 984 Old Mill -Run Attention: Risk Management The Villages, FL 32162 Indemnification -The contractor shall indemnify, defend and hold harmless all of the Districts, its offices, agents and employees from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to contractor's own employees or damage to property occasioned by a negligent act, omission or failure of the contractor. Builder's Risk Insurance - Required for all projects when a new building is being constructed from the ground up. The contractor, prior to notice to proceed or commencement of work, whichever occurs first, shall obtain Builder's Risk Insurance providing coverage to protect the interests of the Districts, contractor, and subcontractors. Coverage shall be written on an All- Risk, Replacement Cost, and Completed Value Form basis in an amount at least equal to 100% of the projected completed value of the project as well as subsequent modifications of that sum. Flat deductible(s) shall not exceed $50,000, wind percentage deductible (when applicable) shall not exceed ten -percent (10%), and flood sub limit shall not be less than 25% of the projected completed value of the project. The contractor shall endorse the policy with a manuscript endorsement eliminating the automatic termination of coverage in the event the building is occupied in whole or in part, or put to its intended use, or partially accepted by the District. The manuscript endorsement shall amend the automatic termination clause to only terminate coverage if the policy expires, is cancelled, the District's interest in the building ceases, or the building is accepted or insured by the District. The contractor shall endorse the District's as "Additional Insured", or "Loss Payee", on the Builders Risk Policy. Builder's Risk Insurance is not required for additions or renovations that wit alter and/or add to an existing permanent structure. Deductibles, Coinsurance Penalties, and Sell-1 nsured Retention - The contractor shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, coinsurance penalty, or self- insured retention; including any loss not covered because of the operation of such deductible, coinsurance penalty, self -insured retention, or coverage exclusion or limitation. For deductible amounts that exceed the amounts stated herein that are acceptable to the District, the Contractor shall, when requested by the District, maintain a Commercial Surety Bond in an amount equal to said deductible amount. Right to Revise or Reject - The District reserves the right, but not the obligation, to review and revise any insurance requirement, not limited to limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage, or changes in the scope of work/specifications affecting the applicability of coverage. Additionally, the District reserves the right, but not the obligation, to review and reject any insurance policies failing to meet the criteria stated herein, or any insurer(s) providing coverage due to its poor financial condition or failure to operate legally. In such events, the District shall provide the contractor written notice of such revisions or rejections. No Representation of Coverage Adequacy - The coverages, limits or endorsements required herein protect the primary interests of the Districts, and these coverages, limits or endorsements shall in no way be required to be relied upon when assessing the extent or determining appropriate types and limits of coverage to protect the contractor against any loss exposures, whether as a result of the project or otherwise. Certificate(s) of Insurance - The contractor shall provide the VCCDD Purchasing Department with a COI clearly evidencing that all coverage, limits, and endorsements required herein are maintained and in full force and effect and copies of endorsements (additional insured and waiver of subrogation) shall be submitted with the COI. A minimum thirty (30) day endeavor to notify due to cancellation or non -renewal of coverage shall be identified on each COI. In the event the District is notified that a required insurance coverage will cancel or expire during the period of this contract, the contractor agrees to fumish the District prior to the expiration of such insurance, a new COI evidencing replacement coverage. When notified by the District, the contractor agrees not to continue work pursuant to this contract, unless all required insurance remains in effect. The District shall have the right, but not the obligation, of prohibiting the contractor from entering the project site until a new COI is provided to the District evidencing the replacement coverage. The contractor agrees the District reserves the right to withhold payment to the contractor until evidence of reinstated or replacement coverage is provided to the District. If the contractor fails to maintain the insurance as set forth herein, the contractor agrees the District shall have the right, but not the obligation, to purchase replacement insurance and the contractor agrees to reimburse any premiums or expenses incurred by the District. The Contractor Agrees the COI shall: I. Clearly indicate all the Districts have been endorsed on the Commercial General Liability Insurance and the Business Automobile Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG 2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or organization endorsement," or similar endorsement providing equal or greater "Additional Insured" coverage. II. Clearly indicate a waiver of subrogation endorsement in favor of all the Districts on the Commercial General Liability Insurance and the Business Automobile Liability Insurance policies. III. Clearly indicate all Districts are endorsed as an "Additional Insured", or "Loss Payee" on the Builder's Risk Insurance, and when applicable, "Additional Insured" on the Commercial Umbrella/Excess Liability Insurance as required herein. IV. Clearly identify each policy's limits, flat and percentage deductibles, sub limits, or self- insured retentions, which exceed the amounts or percentages set forth herein. V. Clearly indicate a minimum thirty (30) day endeavor to notify requirement in the event of cancellation or non - renewal of coverage. VI. The original COI and copies of all required endorsements should be forwarded and clearly indicate certificate holder and "Additional Insured" as follows: Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District, Coleman Ridge Community Development District, Middleton A Community Development District Village Community Development Districts 1 — 15, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Middleton Downtown Community Development District, Eastport Community Development District, Villages Public Safety Department Dependent District Mailing address: 984 Old Mill Run Attn: Risk Management Department The Villages, FL 32162 NOTICE: On rare occasions, exceptions to the required insurance limits are needed. The Risk Management department may adjust such requirements if deemed necessary. Exceptions are valid only for the applicable project or fiscal year in which they are granted. OTHER REQUIREMENTS • W-9: Every Vendor is required to provide a signed and completed current W-9 Request for Taxpayer Identification Number and Certification Form. The District requests an updated form at least every four years. • Occupational License: If the county that your business resides in requires you to obtain an Occupational License, a copy of your current County Occupational License or Tax Receipt is required. • Contact Information: Every Vendor should provide a Contact Name, Phone Number and Email Address for notification purposes. ACKNOWLEDGED: Signature Date Village Community Development Districts Page 53 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs STATEMENT OF TERMS AND CONDITIONS RFP #24P-007 PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal/Bid on a contract to provide any goods or services to a public entity, for the construction or repair of a public building or public work, may not submit Proposals/Bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. INDEMNIFICATION: The successful Supplier agrees to indemnify and hold harmless the Village Center Community Development District, Sumter Landing Community Development District, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Brownwood Community Development District, Coleman Ridge Community Development District, Middleton A Community Development District, Middleton Downtown Community Development District, Eastport Community Development District, Villages Public Safety Department Dependent District, Village Community Development Districts 1-15 and their elected officials, employees and volunteers and defend and indemnify the Districts and the agents, servants, employees, officers, and officials thereof from and against any and all liability or responsibility for damage to property or person that may arise in connection with the services to be provided hereunder, including reasonable attorney fees and expenses. PROHIBITION OF LOBBYING: During the blackout period which is the period between the Issue Date of the Solicitation and the end of the 72-hour period following the Districts posting of the Notice of Intent to Award, excluding Saturdays, Sundays, and state holidays, no proposer, no lobbyist, principal, or other person may lobby, on behalf of a competing party in a particular procurement matter, any member of the Board, or any District employee other than Purchasing Staff. Violation of this provision may result in disqualification of the violating party. All questions regarding this RFP/ITB must be submitted in writing to the District Purchasing Staff. ANTI TRUST LAWS: By submission of a signed RFP/ITB, the successful Supplier acknowledges compliance with all antitrust laws of the United States and the State of Florida, in order to protect the public from restraint of trade, which illegally increases prices. CONFLICT OF INTEREST: The award of the contract hereunder is subject to the provisions of Chapter 112 of the Florida Statutes. Respondents shall disclose the name of any Officer, Director, Partner, Associate, or Agent who is also an Officer, Appointee, or Employee of any of the Districts at the time of the RFP/ITB, or at the time of occurrence of the Conflict of Interest thereafter. INTERPRETATION, CLARIFICATIONS AND ADDENDA: No oral interpretations will be made to any Supplier as to the meaning of the RFP/ITB Documents. Any inquiry or request for interpretation received by the Purchasing Department in writing before the date and time indicated in the RFP/ITB as the last day/time for questions will be given consideration. All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be distributed at or after the Pre-Proposal/Pre-Bid Conference, mailed or sent by available or electronic means to all attending prospective Respondents prior to the established RFP/ITB opening date. Each Respondent shall acknowledge receipt of such addenda in the form provided. In case any Respondent fails to acknowledge receipt of such addenda or addendum, Respondent's offer will nevertheless be construed as though it had been received and acknowledged and the submission of Respondent's RFP/ITB submittal will constitute acknowledgment of the receipt of same. All addenda are a part of the RFP/ITB documents and each Respondent will be bound by such addenda, whether or not received or acknowledged at submittal. It is the responsibility of each Respondent to verify receipt of all addenda issued before RFP/ITB submittals are opened. In the case of unit price items, the quantities of work to be done and materials to be furnished under this RFP/ITB are to be considered as approximate only and are to be used solely for the comparison of RFP/ITB received. The District and/or District Consultants do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Supplier plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and other RFP/ITB documents, and it is understood that the quantities may be increased or diminished as provided herein without in any way invalidating any of the unit or lump sum prices submitted by Respondent. GOVERNING LAWS AND REGULATIONS: The Supplier is required to be familiar with and shall be responsible for complying with all federal, state and local laws, ordinances, rules and regulations that in any manner affect the work. PROPRIETARY/CONFIDENTIAL INFORMATION: Suppliers are hereby notified that all information submitted as part of, or in support of RFP/ITB, will be available for public inspection ten days after opening of the RFP/ITB or until a short list is recommended whichever comes first, in compliance with Chapter 119, and 287 of the Florida Statutes. Any person wishing to view the RFP/ITB must make an appointment by calling the Purchasing Director at (352) 751-6700. Any RFP/ITB submitted in response to this solicitation becomes the property of the District. Unless information submitted is proprietary, copy written, trademarked, or patented, the District reserves the right to utilize any or all information, ideas, conceptions, or portions of any RFP/ITB submittal, in its best interest. TAXES: The Village Center Community Development District, Sumter Landing Community Development District, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Brownwood Community Development District, Coleman Ridge Community Development District, Middleton A Community Development District Middleton Downtown Community Development District, Eastport Community Development District Villages Public Safety Department Dependent District and Village Community Development Districts 1-15 are exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request and/ or found on the District website at www.Districtgov.org NON -COLLUSION DECLARATION: By signing the RFP/ITB submittal, all Respondents shall affirm that they shall not collude, conspire, connive or agree, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham RFP/ITB submittal in connection with the work for which their RFP/ITB submittal has been developed; or to refrain from responding to the RFP/ITB in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in their RFP/ITB submittal or of any other Respondent, or to fix any overhead, profit, or cost elements of their RFP/ITB price or the RFP/ITB price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful Contract any advantage against any other Supplier, or any person interested in the proposed work. PROPOSER RESPONSIBILITY: Invitation by the Districts to Suppliers is based on the recipient's specific request and application to DemandStar at www.DemandStar.com to the District website at www. Districtgov.oru or as the result of response by the public to the legal advertisements required by State law. Finns or individuals submit their responses on a voluntary basis, and therefore are not entitled to compensation of any kind. OWNERSHIP OF SUBMITTALS: All responses, inquiries or correspondence relating to or in reference to this RFP/ITB, and all other reports, charts, displays, schedules, exhibits and other documentation submitted by the Supplier will become the property of the District. Reference to literature submitted with a previous RFP/ITB will not relieve the Respondent from including any required documents with this RFP/ITB submittal. EXAMINATION OF BID DOCUMENTS: Each Respondent shall carefully examine the RFP/ITB documents to ensure all pages have been received, all drawings and/or Specifications and other applicable documents are included, and shall inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the work to be performed under the Contract. Ignorance on the part of the successful Respondent will in no way relieve him of the obligations and responsibilities assumed under the Contract. SUPPLIER RESPONSIBILITY: Respondents are fully and completely responsible for the labeling, identification and delivery of their RFP/ITB submittals. District Staff will not be responsible for any mislabeled or misdirected submissions, nor those handled by delivery persons, couriers, or the US Postal Service. DRUG FREE WORKPLACE: All Respondents shall submit the enclosed, duly signed and notarized form entitled "Drug Free Workplace Certificate". The Drug Free Workplace Supplier shall have the burden of demonstrating that his program complies with Section 287.087 of the Florida Statutes, and any other applicable state law. This document must be completed and returned with your Submittal The VILLAGE CENTER COMMUNITY DEVELOPMENT DISTRICT, SUMTER LANDING COMMUNITY DEVELOPMENT DISTRICT, NORTH SUMTER COUNTY UTILITY DEPENDENT DISTRICT, BROWNWOOD COMMUNITY DEVELOPMENT DISTRICT, COLEMAN RIDGE COMMUNITY DEVELOPMENT DISTRICT, MIDDLETON A COMMUNITY DEVELOPMENT DISTRICT, WILDWOOD UTILITY DEPENDENT DISTRICT, MIDDLETON DOWNTOWN COMMUNITY DEVELOPMENT DISTRICT, EASTPORT COMMUNITY DEVELOPMENT DISTRICT, VILLAGES PUBLIC SAFETY DEPARTMENT DEPENDENT DISTRICT AND VILLAGE COMMUNITY DEVELOPMENT DISTRICTS 1-15, are political subdivisions of the State of Florida, and reserve the right to reject any and/or all submittals, reserve the right to waive any informalities or irregularities in the examination process, and reserve the right to award contracts and/or in the best interest of the Districts. Submittals not meeting stated minimum terms and qualifications may be rejected by the Districts as non -responsive. The Districts reserve the right to reject any or all submittals without cause. The Districts reserve the right to reject the submission of any Respondent in arrears or in default upon any debt or contract to the Districts, or who has failed to perform faithfully any previous contract with the Districts or with othergovemmental agencies. PUBLIC RECORDS LAW: Correspondence, materials and documents received pursuant to this RFP/ITB become public records subject to the provisions of Chapter 119, Florida Statutes. PREPARATION OF PROPOSALS/BIDS: SIGNATURE OF THE RESPONDENT: The Respondent must sign the RFP/ITB submittal forms in the spaces provided for signature. If the Respondent is an individual, the words `doing business as ," must appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words, "Member of the Firm" should be written beneath such signature. If the Respondent is a corporation, the title of the officer signing the RFP/BID on behalf of the corporation must be stated and evidence of his authority to sign the RFP/BID must be submitted. The Respondent shall state in the RFP/ITB submittal forms the name and address of each person interested therein. `BASIS FOR RFPIITB SUBMITTAL PRICING: The price proposed for each item shall be on a lump sum or unit price basis according to specifications in the RFP/ITB documents. The proposed prices shall remain unchanged for the duration of the Contract and no claims for cost escalation during the progress of the work will be considered, unless otherwise provided herein. TOTAL PROPOSED PRICE/TOTAL CONTRACT SUM PROPOSED: If applicable, the total price bid for the work shall be the aggregate of the lump sum prices proposed and/or unit prices multiplied by the appropriate estimated quantities for the individual items and shall be stated in figures in the appropriate place on the RFP/ITB submittal form. In the event that there is a discrepancy on the RFP/ITB submittal form due to unit price extensions or additions, the corrected extensions and additions shall be used to determine the project bid amount. TABULATION: Those wishing to receive an official tabulation of the results of the opening of this RFP/ITB are to submit a self-addressed, stamped business size (No. 10) envelope, prominently marked on the front lower left side, with the RFP/ITB identification. Tabulation requested by telephone, fax or electronic media will not be accepted. OBLIGATION OF WINNING RESPONDENT: The contents of the RFP/ITB submittal of the successful Respondent will become contractual obligations if acquisition action ensues. Failure of the successful Respondent to accept these obligations in a contract may result in cancellation of the award and such Supplier may be removed from future participation. INTENT TO AWARD: It is the Districts intent to select a Supplier within sixty (60) calendar days of the deadline for receipt of the RFP/ITB submittal. However, Proposals/Bids will be firm and valid for award for at least ninety (90) calendar days after the deadline for receipt of the RFP/ITB submittal ADDITIONAL REQUIREMENTS: The firms shall furnish such additional information as the Districts may reasonably require. This includes information which indicates financial resources as well as ability to provide the services. The Districts reserve the right to make investigations of the qualifications of the firm as it deems appropriate. PREPARATION COSTS: The Districts shall not be obligated or be liable for any costs incurred by Proposers/Bidders prior to -issuance award of a contract. All costs to prepare and submit a response to this RFP/ITB shall be borne by the Proposer/Bidder. TIMELINESS: All work will commence upon authorization from the District Representative (End Using Department) and Purchasing Department. The Supplier shall commence the work upon receipt of Notice to Proceed and/or Order Placed (purchase order presented), and shall deliver in accordance to the terns and conditions outlined and agreed upon herein. All work will proceed in a timely manner without delays. DELIVERY: All prices shall be FOB Destination, The Villages, Florida, inside delivery unless otherwise specified. ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES ("PIGGYBACK"): By submitting a RFP/ITB, the successful Respondent acknowledges that other Public Agencies may seek to "Piggyback" under the same terms and conditions, during the effective period of any resulting contract— services and/or purchases being offered in their submittal, for the same prices and/or terns proposed. Successful Respondent has the option to agree or disagree to allow contract Piggybacks on a case -by -case basis. Before a Public Agency is allowed to Piggyback any contract, the Agency must first obtain the Suppliers's approval — without the Supplier's approval, the seeking Agency cannot Piggyback. PLANS, FORMS & SPECIFICATIONS: RFP/ITB documents for this project are available free of charge to download on the District website at www.Districtgov.org Documents may also be accessed on DemandStar at www.DemandStar.com (Supplier must pay any DemandStar fees or any shipping). These packages are available for pickup or by mail. If requested to mail, the Proposer/Bidder must supply a courier account number (UPS, FedEx, etc). Respondents are required to use the official RFP/ITB submittal forms, and all attachments itemized herein are to be submitted as a single document. Any variation from the minimum specifications must be clearly stated on the Exceptions/Deviations Sheet(s). Only one set of plans, forms, and specifications will be furnished each company or corporation interested in submitting a proposal/bid. MANUFACTURER'S NAME AND APPROVED EQUIVALENTS: Any manufacturers names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and not intended to limit competition unless otherwise indicated. The Respondent may offer any brand for which he is an authorized representative, which meets or exceeds the RFP/ITB specification for any item(s). If the RFP/ITB is based on equivalent products, indicate in your RFP/ITB submittal the manufacturer's product name and literature, and/or complete specifications. Reference to literature submitted with a previous RFP/ITB will not satisfy this provision. The Respondent shall explain in detail the reason(s) why the proposed equivalent will meet the specifications and not be considered an exception thereto. A RFP/ITB submittal which does not comply with these requirements is subject to rejection. A RFP/ITB submittal lacking any written indication of intent to quote an altemate brand will be received and considered in complete compliance with the specifications as listed in the RFP/ITB. The Purchasing Director is to be notified, in writing, of any proposed changes in materials used, manufacturing process, or construction. However, changes shall not be binding upon the Districts unless evidenced by a Change Notice issued and signed by the Purchasing Director, or designated representative. QUANTITIES: The quantities as specified in this RFP/ITB are estimates only and are not to be construed as guaranteed minimums. SAMPLES: Samples of items, when called for, shall be furnished free of expense, and if not destroyed may, upon request, be returned at the Respondent's expense. Each sample shall be labeled with the Respondent's name, manufacturer brand name and number, RFP/ITB number and item reference. Samples of successful Respondent's items may remain on file for the tern of the contract. Request for return of samples shall be accompanied by instructions which include shipping authorization and must be received at time of opening. Samples not returned may be disposed of by the Districts within a reasonable time as deemed appropriate. DOCUMENT RE-CREATION: Supplier may choose to re-create any document(s) required for this solicitation, but must do so at his own risk. All required information in the original District format must be included in any re-created document. Submittals may be deemed non -responsive if required information is not included in any re-created document. ACKNOWLEDGED: Signature Date Village Community Development Districts Page 54 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 Southeastern American Kestrel (SI, FWC) This small rusty colored falcon nomially nests in hollow o dead trees III abandoned wood pecker holes between 19 and39 feet off the ground. Man made nest boxes offer suitable nesting sites as well_ Nest boxes can be seen no many golf r s around the Villages. Any disturbance near the nest tree could resuh in egg breakage or loss of the young. Wading Birds All of the protected wading buds maybe found in wetland areas or en feeding in pastures, grassy lawns and golf courses. Discarded fishing line and misuse of pesticides ar severe hazards to theses species Southern Fox Squirrel This large squirrel with a black head and extra long tail feeds on pine nuts and acorns_ WILDLIFE HABITAT MANAGEMENT PLAN American Alligator (FT, USFWS) Alligators may be found m the wetland preserves and other freshwater habitats in our area. These reptiles are black with yellow stripes when young and black to gray as adults. Females will defend their young or their nest, a vegetation mound usually found above the high water mark. Bald Eagle The bald eagle is protected by the USFWS under provisions of the Bald and Golden Eagle Protection Act and the lvhgratory Bud Treaty Act (effective August9, 2007). These acts prohibit the disturbance, harassment, harm, or take of eagles, their nest or eggs_ 'Wildlife Protection The Villages serves as a prime ample of a major private development that has worked closely with federal and state regulation agencies to mimmlo adverse effects on protected species and then habitats. There are a number of protected speciesof wildlife and plants found within this development. Thirteen protected species preserves have been constructed for this community. Specific procedures and conditions for design, construction, and operation of these preserves and other facilities of this development are outlined in the approved wildlife habitat management plans. To report protected species violations or aninjured protected species please call: H17A_ 40? 352-466(lonatbankleCurn-) 407-251-?695(tlebbieltivera) 352-999-9488(hffPardue) 407-252-1131(leffPardue) Valageg Protected Species and Env ironmenta I Compliance Information .phationoise Breedlove, Dennis & Associates. Inc. Dzuro & Associates Protected Speties Amencanalligator (,..rnigarpe l Bald eagle wr�,cw ) Eastemindigo snake tgautzcton ammx s^*N Florida burrowing owl (dame uourthana Ami ) Florida pine snake truueve^ anus Florida sandull crane Saw rmm3r.,n;: p.m.) Florida scrub jay 9aa.kt10m.a r«,mrrarasa) Gophertortoise Vz s�rus au.�a:; Tattle blueheron qu va ,ttmdod) Red-coelmdedwoodpecker ;PfrniM bo air) Southemfox squirrel '-viva:. nun aipa l Short -tailed make SoutheasternAmeric:ankestrel FNro :,rvmee:w AVI). 7 Tricoloredheron ;Ego0 :rrater) Whooping crane ecru ax.acmar) Wood stork ;39aaeira gums) Gopher to rtoiseburroass and yssiburrows a re also protected. Protection The federalEndangeredtipmales Act (ESA) prohibits the talang of any protected species, including eggs, nests. dens. homes, or body parts, the term taking is interpreted to include harassing, harming, pursuing, hunting, killing, wouriding, Yapping, capturing, or collectingor attempting to engage ut such conduct. Chapter 39 of ale, Wildlife code in Florida prohibits taking of any protected species without a permit from the Florida Fish and Wildlife Conservation Commission (FWC). Allmigratory birds are protected by the U.S. lyligratory Bird Treay Act. This includes virtually all native buds xreptEmop can starlings (Sned,is vaigaris)_ Penults for construction require mitigation procedures to mumnize adverse effects onprotected species such as tortoises and kestrels. Penaldes and Enforcement Any person who knowingly violates the prohibitions of the ESAmay be subject to fines up to S25000 for each civil violation and up to $30,000 andor imprisonment for a nmmalviolaliorr \iolahon of the Florida state Wildlife Code is punishable as a second degree misdemeanor with fines up to $500 and•or60 dayimprison.rseat for fist offenses. additional penalties thereafter. Florida Smrowfmg owl (ST, FWC) This small owl is often seen sitting by its burrow on the Bound or on a fence post near -by The head is round with bright yellow- eyes, the chest is white with heavy brown streaks, and the long legs are also yellow. When disturbed this owl .ill tly away or run down into the burrowthough they often do 9wll arourtdhuntaz activates feeding in yards and golf course ruff Gopher Tortoise EST, FWC) A medium-sized turtle (to l9 m. = 254 rum) fully adapted for life on laid. Uppeo shell brown and relatively Ent above; lower shell yellowish without hues and projeetiae forward especially m male; skin brown to dark- way. Forelimbs woolly expanded for dieeise, hind limbs reduced_ stumpy, 10110 any form of webbine between toes. I owed rhell of malesomes o1mnocace. Yonm_e scales of carapace off n with yellow centers. skin yellowish to tam; approximately 2 m. (5l men) shell knells at hatching /khan protected spaces file the eophes Bev, Monde pine soak:. crib: indigo malts may be found a. TOTEM s icrr...,. WILDLIFE HABITAT MANAGEMENT ACKNOWLEDGMENT FORM "1 DO HEREBY ACKNOWLEDGE RECEIPT OF THE TRI-COUNTY VILLAGES PROTECTED SPECIES AND ENVIRONMENTAL COMPLIANCE INFORMATION BROCHURE AND WILL DISTRIBUTE COPIES OF SAID BROCHURE TO ALL EMPLOYEES AND SUBCONTRACTOR EMPLOYEES. I UNDERSTAND THAT THE WILDLIFE MANAGEMENT PLAN IS AVAILABLE FOR REVIEW AT MY REQUEST AND THAT / AGREE TO ADHERE TO THE REGULATIONS AND GUIDELINES SET FORTH IN THE WILDLIFE MANAGEMENT PLAN." SUPPLIER Company Authorized Signature Title Printed Name Date This document must be completed and returned with your Submittal Village Community Development Districts Page 55 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 NO -PROPOSAL RESPONSE Village Community Development Districts Statement of "No Proposal" If you do not intend to submit a proposal for this project, please complete and return this form prior to date shown for receipt of proposals to: Village Community Development Districts, 1071 Canal St., The Villages, FL 32162, Attn: Crystal Ford -Bellamy, Buyer. We, the undersigned, have declined to submit a proposal on the "RFP #24P-007 Storm Pipe Inspections, Cleaning & Repairs Remarks: Specifications are too "tight", i.e. geared towabrand or manufacturer only (please explain reason below) Insufficient time to respond to thl vitation tc Solicitation. We do not offer this product/service or equint. Our schedule would not permit us to perTorm to specifications. Unable to meet specifications. Unable to meet insurance requirements. Specifications unclear (please explain below). Competition restricted by pre -approved owner standards. Other (please specify below). Company Name: Address: Signature and Title: Telephone Number Date Village Community Development Districts Page 56 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PART 6 EXHIBITS SAMPLE AGREEMENT (Sample Agreement only. District reserves the right to alter this Agreement based on final RFP results and/or any negotiations with proposed Supplier) THIS AGREEMENT is made this 1st day of April 2024, by and between the VILLAGE CENTER COMMUNITY DEVELOPMENT DISTRICT (hereafter referred to as "DISTRICT"), and effective on April 1st, 2024, whose address is 984 Old Mill Run, The Villages, Florida 32162, The Villages, Florida 32162, and XXXXXXXX (hereafter referred to as "CONTRACTOR/SUPPLIER"), whose address is XXXXXXXX. RECITALS WHEREAS, the DISTRICT owns or operates certain real property requiring proposals for Storm Pipe Inspections, Cleaning & Services and wishes to enter into an Agreement with a party capable of providing suitable Storm Pipe Inspections, Cleaning & Services; and WHEREAS, CONTRACTOR provides Storm Pipe Inspections, Cleaning & Services for properties such as those owned or operated by the DISTRICT, and wishes to enter into a contract whereby the CONTRACTOR performs services for the DISTRICT in consideration of payments from the DISTRICT to the CONTRACTOR; NOW, THEREFORE, in consideration of the mutual covenants and Agreements contained herein, it is agreed as follows: 1. SERVICES BY CONTRACTOR , 1.1 SUPPLIER, for and in consideration of the payments hereinafter specified and agreed to be made by DISTRICT, hereby covenants and agrees to furnish and deliver all materials, to do and perform all the work and labor required to be furnished and delivered for Storm Pipe Inspections, Cleaning & Services Request for Proposal (RFP) #24P-007, hereinafter referred to as RFP. Specifications and other contract documents, as defined in said RFP, and all other related documents cited in the above stated RFP are hereby made part of this Agreement as fully and with the same effect as if the same has been set forth at length in the body of this Agreement. 1.2 All maintenance and repair of equipment shall be the responsibility of the SUPPLIER, and such maintenance and repairs shall not interfere with completion of required services to be provided pursuant to this Agreement. 1.3 The SUPPLIER shall promptly notify the DISTRICT of any conditions beyond which negatively affect the nature or character of the Property, growth conditions, or that in any way prevent or hinder the maintenance obligations of the SUPPLIER required by this Agreement. SUPPLIER agrees to provide 24 hour a day emergency service, including contacts, phone numbers, etc. 1.4 The SUPPLIER shall collect and dispose of all trash, litter, debris, refuse and discarded materials resulting from SUPPLIER's operations, including site clean-up and policing on a daily basis. The SUPPLIER shall remove or contract for the removal of debris and refuse in such a manner that no unsightly, unsanitary, or hazardous accumulations occur. The SUPPLIER shall ensure that all handling and disposal of refuse materials performed pursuant to this Agreement is performed in compliance with all local, state and federal regulations. 1.5 All SUPPLIER and Sub -Contractor personnel shall wear personal protective equipment in the performance of their duties to include safety vests, protective eye wear or face shields, respiratory protection as necessary, gloves and protective clothing. 1.6 SUPPLIER shall be responsible for adhering to all federal, state and local safety guidelines and observe all safety precautions when performing services on DISTRICT property, roadways and right-of-ways to include safe location of parked vehicles, signage, use of safety cones, flag personnel as necessary, use of safety vests on all personnel and vehicles which are clearly identifiable as belonging to the SUPPLIER. 1.7 SUPPLIER acknowledges that the public may associate the SUPPLIER as an employee of the DISTRICT while the SUPPLIER performs services on the DISTRICT's property. SUPPLIER agrees to conduct its services and supervise its employees in a way not detrimental to the DISTRICTS business operation. DISTRICT reserves the right to approve dress codes for the SUPPLIER'S employees. Village Community Development Districts Page 57 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 1.8 SUPPLIER shall comply with all applicable governmental statutes, rules, regulations and orders and any amendments and modifications thereto. 1.9 As per the Immigration and Nationality Act of 1952 (INA), Immigration Reform and Control Act of 1986 (IRCA) and Florida Executive Order Number 11-02, SUPPLIER must only employ individuals who are legally authorized to work in the United States of America. SUPPLIER hereby is required to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all persons (including subcontractors) employed/assigned during the contract term by the SUPPLIER to perform work pursuant to this Agreement. To certify participation in the program, SUPPLIER and any subcontractors to the SUPPLIER, is required to sign an E-Verify SUPPLIER/Subcontractor Affidavit. It is understood that the DISTRICT will not be responsible for any violations of Federal law and the SUPPLIER, solely, will be responsible and liable for any violations and or penalties associated with such violation. 2. PAYMENT 2.1 In consideration of the services provided by the SUPPLIER pursuant to this Agreement, DISTRICT agrees to pay to SUPPLIER the unit prices submitted by SUPPLIER as a result of SUPPLIER's response to RFP #24P-007 as provided for in Exhibit "A" to this Agreement. 2.2 Invoices shall be submitted via email to accountspayable(a..districtgov.orq. Payment by the DISTRICT will be made after the invoice has been received by the DISTRICT per the "Local Government Prompt Payment Act", Florida Statutes, Chapter 218, Part VII. 2.3 The DISTRICT agrees to pay the SUPPLIER for additional work performed by the SUPPLIER pursuant to written orders placed by the DISTRICT, at a rate equal to component unit costs of labor and equipment charged by the SUPPLIER under the terms of this Agreement. 3. UNUSUAL COSTS 3.1 The Contractor may petition the District at any time for an additional rate adjustment on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which, by all reasonable expectations, will continue for at least one (1) year. If the Contractor petitions for such an increase, the Contractor shall also petition for a rate reduction on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which, by all reasonable expectations, will continue for at least one (1) year; failure to make such petition may be grounds for Agreement termination. 3.2 The Contractor's request shall contain substantial proof and justification to support the need for the rate adjustment. The County may request from the Contractor, and the Contractor shall provide, such further information as may be reasonably necessary in making its determination. The County shall approve or deny the request, in whole or in part, within sixty (60) days of receipt of the request and all other additional information required by the County. Any price redetermination shall be solely based upon the documentation provided and the County reserves the right to rescind any price relief granted should the circumstances change and prices go down. 4. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire Contract between DISTRICT and SUPPLIER and which are made part hereof by this reference, consist of the following: 4.1 Request for Proposals 4.2 Instructions, Terms, and Conditions 4.3 Proposal Forms 4.4 Wildlife Habitat Management Plan (if applicable) 4.5 Proposer's Certification 4.6 Insurance Requirements 4.7 General Terms and Conditions 4.8 Scrutinized Companies 4.9 Drug Free Workplace Certificate 4.10 Anti -Collusion Statement 4.11 Statement of Contractor's Experience, Equipment & Personnel 4.12 W-9 4.13 E-Verify Contractor/Subcontractor Affidavit Village Community Development Districts Page 58 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 4.14 Scope of Work / Specifications 4.15 Agreement for Services 4.16 Permits / Licenses 4.17 All Proposal Addenda Issued Prior to Proposal Opening Date 4.18 All Modifications and Change Orders Issued 4.19 Notice of Award / Notice to Proceed 5. TERM The initial term of each Agreement shall be April 1, 2024 through September 30, 2026, with the option to renew for one (1) two (2) year period. The prices awarded by SUPPLIER shall remain fixed and firm for the initial term of the Agreement. Following completion of the initial term, the renewal period shall automatically occur on October 1, unless either party provides a minimum ninety (90) day written notice of non -renewal. At a minimum of six (6) months prior to the end of the initial term, Contractor/Supplier may submit a request in writing to the District to negotiate an increase or decrease to the current awarded pricing to become effective for the renewal period. Shall not exceed 5%. 6. INSURANCE 6.1 General Liability. CONTRACTOR shall obtain, and maintain throughout the life of the Agreement, General Liability Insurance in an amount no less than $1,000,000 per occurrence and $2,000,000 general aggregate for Bodily Injury and Property Damage. Insurance shall protect the CONTRACTOR, sub consultants and subcontractors from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under the Agreement. DISTRICT(s) shall be named as Additional Insured. 6.2 Automobile Liability Insurance covering all automobiles and trucks the CONTRACTOR may use in connection with this RFP. The limit of liability for this coverage shall be a minimum combined single limit of $1,000,000 per occurrence for bodily injury and property damage. This is to include owned, hired, and non -owned vehicles. DISTRICT(s) shall be named as Additional Insured. 6.3 Excess Liability Insurance (Umbrella Policy) may compensate for a deficiency in general liability or automobile insurance coverage limits. 6.4 Waiver of Subrogation: By entering into any contract as a result of this RFP, CONTRACTOR agrees to a Waiver of Subrogation for each policy required above. 6.5 Workers' Compensation Insurance, as required by the State of Florida. As required by the State of Florida. CONTRACTOR and any sub consultants or subcontractors shall comply fully with the Florida Worker's Compensation Law. CONTRACTOR must provide certificate of 0 insurance showing Worker's Compensation coverage. 6.6 Certificate(s) shall be dated and show: 6.6.1 The name of the insured CONTRACTOR, the specified job by name and/or RFP number, the name of the insurer, the number of the policy, its effective date and its termination date. 6.6.2 Statement that the insurer will mail notice to the DISTRICT at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. 6.6.3 Subrogation of Waiver clause. 6.6.4 The Sumter Landing Community Development District and any other governmental agencies using this Agreement in cooperation with the DISTRICT shall be a named additional insured on Public Liability Insurance and Automobile Liability Insurance. 6.6.5 The CONTRACTOR shall require of each its sub consultants and/or subcontractors to procure and maintain during the life of its subcontract, insurance of the type specified above or insure the activities of its sub consultants and/or subcontractors in its policy as described above. 6.6.6 All insurance policies shall be written on companies authorized to do business in the State of Florida. Village Community Development Districts Page 59 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 7. WARRANTY The SUPPLIER warrants to the DISTRICT that all materials and equipment furnished under the Agreement will be of good quality, new, and fit for the purpose intended. Unless otherwise required or permitted by the Agreement Documents, the work will be free from defects not inherent in the quality required or permitted, and the work will conform to the requirements of the Agreement Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized may be considered defective. The SUPPLIER's warranty excludes remedy for damage or defect cause by abuse or modifications not executed the SUPPLIER, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. a. If applicable, all installed Pool & Spa Repair and Maintenance material shall be under SUPPLIER warranty for a period of ninety (90) days. Such warranty period shall begin on the date the final payment to SUPPLIER by the DISTRICT is issued. b. All other labor and workmanship shall be under SUPPLIER warranty for a period of one (1) year; all materials shall be per Manufacturer's warranty. Such warranty period shall begin on the date of the final payment to SUPPLIER by the DISTRICT is issued. 8. SELF HELP BY DISTRICT 8.1 Within twenty-four (24) hours after being notified by DISTRICT in writing of defective or unacceptable work, if the SUPPLIER fails to correct such work, DISTRICT may cause the unacceptable or defective work to be corrected. If the DISTRICT corrects the work, the DISTRICT shall be entitled to deduct from any monies due, or which may become due to SUPPLIER, the reasonable cost of remedying the defective or unacceptable work. Provided, however, if the corrective work cannot reasonably be completed within such twenty-four (24) hour period, and the SUPPLIER immediately begins corrective work, and DISTRICT reasonably determines that the SUPPLIER is diligently pursuing the completion of such corrective work, DISTRICT agrees to allow SUPPLIER to complete correction of the defective or unacceptable work. In addition, if the SUPPLIER, for any reason, fails to perform any portion of the services required by the SUPPLIER pursuant to this Agreement, the DISTRICT shall be entitled to deduct from any monies due or which may become due to SUPPLIER the actual expenditures that are necessary to complete the services not performed. 8.2 All costs and expenses incurred by DISTRICT pursuant to this section shall be deducted from monies due, or which may become due to SUPPLIER for its obligations herein. 8.3 The provisions of this paragraph are cumulative to all other provisions of the Agreement and it is not intended that any deductions in payment taken pursuant to this paragraph shall diminish or 1111 waive DISTRICT's right to declare the SUPPLIER in default in accordance with applicable provisions of the Agreement. 8.4 The accumulation of two (2) 24-hour notices within a six (6) month period may result in termination of the Agreement as determined by the DISTRICT. 8.5 SATISFACTORY PERFORMANCE 8.5.1 It is estimated that the frequency and guidelines set forth in this Scope of Work will provide the quality desired. However, in the event it does not, SUPPLIER agrees to provide such reasonable additional services without further compensation. Satisfactory performance of work under this contract shall be based on these maintenance specifications, as measured by the DISTRICT in its discretion. 8.5.2 The determination of satisfactory performance will be based upon the satisfactory appearance of the grounds, not whether anticipated projections of cycle frequencies have been performed. The appearance and quality of the grounds will be reviewed on a daily basis by the DISTRICT. SUPPLIER performance will be evaluated and adjustments to the technical maintenance specifications, if required, will be made. 8.5.3 Any damage to DISTRICT property by the SUPPLIER shall be repaired by the respective tradesmen initiated though the DISTRICT Representative so all warranties remain effective. All billing for said repairs will be directed to the SUPPLIER responsible for said area and cost of repairs. Village Community Development Districts Page 60 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 9. ASSIGNMENT 9.1 This Agreement shall not be assigned, nor may any portion of the obligations contemplated in this Agreement be subcontracted to another party without prior written approval of DISTRICT. No such approval by DISTRICT of any assignment or subcontract shall be deemed in any event or in any manner to provide for the incurrence of any obligation of the DISTRICT. All such assignments and subcontracts shall be subject to the terms and conditions of this Agreement and to any conditions of approval that DISTRICT shall deem necessary. 10. NOTICE OF SALE OR MERGER 10.1 SUPPLIER may not merge with, or otherwise sell all or any portion of its business to any third party without first providing DISTRICT with at least one hundred twenty (120) days' written notice prior to any such merger or sale. In the event SUPPLIER intends on merging with, or otherwise selling all or any portion of its business to a third party that does not intend on providing the services required of SUPPLIER under this Agreement, or to a third party that is not approved by DISTRICT, then SUPPLIER shall remain responsible for providing the services to DISTRICT through the term of this Agreement despite the merger or sale. Any merger or sale in violation of this paragraph shall constitute a default entitling DISTRICT to damages from SUPPLIER for its breach of contract, in addition to any other remedy provided for in this Agreement. 11. BREACH OF CONTRACT 11.1 The failure of SUPPLIER to comply with any of the terms, provisions, covenants, or conditions of this Agreement shall constitute a material breach of contract by SUPPLIER. In such event, the DISTRICT may, and in addition to any other remedies available at law or in equity, or otherwise specified in this Agreement, suspend or debar the SUPPLIER from future proposals and/or solicitations in accordance with DISTRICT's Purchasing Policies and Procedures Manual. 12. OTHER MATTERS® 1 12.1 SUPPLIER shall not utilize, nor store, any drums of material exceeding 5-gallon containers on any of the DISTRICT's property. 12.2 SUPPLIER shall maintain complete and current Material Safety Data Sheets on premises for inspection and/or use at all times, and furnish updated documentation to the DISTRICT's Human Resources Department; however, the SUPPLIER acknowledges that the DISTRICT shall have no responsibility for making any disclosures to SUPPLIER's employees or agents. 12.3 The obligations of the SUPPLIERS under this Agreement may not be delegated without the prior written consent of the DISTRICT. The DISTRICT may freely assign this Agreement to any entity acquiring the real estate which is subject to this Agreement. 12.4 In the event of default by any party to this Agreement, the prevailing party shall be entitled to recover from the defaulting party, all costs and expenses, including a reasonable attorney's fee, whether suit be instituted or not, and at the trial court and appellate court level incurred by the prevailing party enforcing its right hereunder. 12.5 The venue for the enforcement, construction or interpretation of this Agreement, shall be the County or Circuit Court for Sumter County, Florida, and SUPPLIER does hereby specifically waive any "venue privilege" and/or "diversity of citizenship privilege" which it has now, or may have in the future, in connection with the Agreement, or its duties, obligations, or responsibilities or rights hereunder. 12.6 SUPPLIER does hereby specifically promise and agree to "hold harmless", defend and indemnify the DISTRICT and the agents, servants, employees, officers, and officials thereof from and against any and all liability or responsibility for damage to property or person that may arise in connection with the services to be provided hereunder, including reasonable attorney fees and expenses. 12.7 SUPPLIER shall not be construed to be the agent, servant or employee of the DISTRICT or of any elected or appointed official thereof, for any purpose whatsoever, and further SUPPLIER shall have no express or implied authority of any kind or nature whatsoever, to incur any liability, either in contract or on a tort, as the agent, servant or employee of the DISTRICT. 12.8 These Contract Documents constitute the entire understanding and Contract between the Parties and supersedes any and all written and oral representations, statements, negotiations, or contracts previously existing between the Parties with respect to the subject matters of this Contract. The SUPPLIER recognizes that any representations, statements, or negotiations made Village Community Development Districts Page 61 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 by DISTRICT staff do not suffice to legally bind the DISTRICT in a contractual relationship unless they have been reduced to writing and signed by an authorized DISTRICT representative. This Contract shall inure to the benefit of and be binding upon the Parties, their respective assigns, and successors in interest. 12.9 It may become necessary that additional areas are to be routinely maintained under the same specifications, or as amended by the management or its representative. It is the intent to be able to add or delete areas as necessary with the related cost increases or decreases to be handled through the execution of an amendment to the Agreement. Cost increases or decreases will be based on the unit prices proposed by the SUPPLIER as provided for in Exhibit "A" to the Agreement. 12.10 No amendment to this Agreement shall be effective except those agreed to in writing and signed by both of the parties to this Agreement. 12.11 Time is of the essence in the performance of this Contract. The SUPPLIER specifically agrees that it will commence operations on the date specified in the Notice to Proceed and that all work to be performed under the provisions of this Contract shall be done according to specifications, subject only to delays caused through no fault of the SUPPLIER. 13. SUPPLIER'S REPRESENTATIONS 13.1 SUPPLIER makes the following representations: 13.2 SUPPLIER has familiarized himself with the nature and extent of the Contract documents, work, locality, and all local conditions, and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of work. 13.3 SUPPLIER declares that he has visited and examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done, that he has examined the plans for the work and other Contract Documents relative thereto and has read all the addenda furnished prior to the bid, and that SUPPLIER has satisfied itself relative to the work to be performed. 13.4 SUPPLIER has investigated and is fully informed of the construction and labor conditions, of obstructions to be encountered, of the character, quality and quantities of work to be performed, materials to be furnished, and requirements of the plans and other Contract Documents. 13.5 SUPPLIER has given the DISTRICT written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents. 13.6 SUPPLIER declares that submission of a proposal for the work constitutes an incontrovertible representation that the SUPPLIER has complied with every requirement of this Section, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of work. 13.7 Equal Opportunity: SUPPLIER assures that no person shall be discriminated against on the grounds of race, color, creed, national origin, handicap, age or sex, in any activity under this Contract. 13.8 Public Entity Crimes: In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted Respondent list following a conviction for a public entity crime 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 on leases or real property to a public entity, may not be awarded or perform work as a SUPPLIER, supplier, subcontractor, or consultant with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted Respondent list. 13.9 Public Records Act/Chapter 119 Requirements: SUPPLIER /Respondent agrees to comply with the Florida Public Records Act to the fullest extent applicable, and shall, if this Agreement is one for which services are provided by doing the following: • Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform this service; • Provide the agency access to public records at a cost that does not exceed the cost provided in Chapter 119, Florida Statues or as otherwise provided by law; • Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and Village Community Development Districts Page 62 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 • Meet all requirements for retaining public records and transfers to the DISTRICT, at no cost, all public records in possession of the SUPPLIER upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the DISTRICT in a format that is compatible with the current information technology systems of the DISTRICT. IF THE SUPPLIER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUPPLIER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: JENNIFER FARLOW, DISTRICT CLERK 984 OLD MILL RUN, THE VILLAGES FL 32162 PHONE: 352-751-3939 EMAIL: jennifer.farlow@DISTRICTgov.org IN WITNESS WHEREOF, said DISTRICT has caused this Agreement to be executed in its name by the Chairman of the VILLAGE CENTER COMMUNITY DEVELOPMENT DISTRICT, attested by the clerk of said DISTRICT, and XXXXXXXXXXXXXXXXXX has caused this Agreement to be executed in its name by its authorized representative, attested to and has caused the seal of said corporation to be hereto attached (if applicable), all on the day and year written above. VILLAGE CENTER COMMUNITY XXXXXXXXXXXXXXXXXXXXXXXX DEVELOPMENT DISTRICT By: By: w Print Name Print Name Print Title Print Title Date Date Attest Attest Village Community Development Districts Page 63 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 E-VERIFY SUPPLIER AFFIDAVIT Solicitation No. 24P-007 SUPPLIER AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned Supplier verifies its compliance with State of Florida Executive Order No. 11-116, stating affirmatively that the individual, firm, or corporation which is contracting with the Villages Community Development Districts Board of Supervisors has registered with and is participating in a federal work authorization program * (any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security) to verify information of all persons assigned by the Supplier to perform work pursuant to the Agreement with the District. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this Agreement with the Villages Community Development Districts Board of Supervisors, Supplier will secure from such subcontractor(s) similar verification of compliance with State of Florida Executive Order No. 11-116 on the subcontractor Affidavit provided or a substantially similar form. Supplier further agrees to maintain records of such compliance and provide a copy of each such verification to the Villages Community Development District Board of Supervisors, Purchasing Department at the time the subcontractor(s) is retained to perform such service. E-Verify * User Identification Number Company Name By: Authorized Officer or Agent of Supplier Date Title of Authorized Officer or Agent of Supplier Printed Name of Authorized Officer or Agent Subscribed and Sworn before me on this the day of 2024 Notary Public My Commission Expires: *The applicable federal work authorization program is "E-Verify" operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. department of Homeland Security, in conjunction with the Social Security Administration (SSA). Village Community Development Districts Page 64 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 E-VERIFY SUBCONTRACTOR AFFIDAVIT Solicitation No. 24P-007 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with State of Florida Executive Order No. 11-116 stating affirmatively that the individual, firm, or corporation which is engaged in the performance of services under a contract between (name of Contractor) and the Villages Community Development Districts Board of Supervisors has registered with and is participating in a federal work authorization program * (any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security) to verify information of all persons assigned by the subcontractor to perform work pursuant to the Agreement with the District. E-Verify * User Identification Number Company Name By: Authorized Officer or Agent of Subcontractor Title of Authorized Officer or Agent of Subcontractor Printed Name of Authorized Officer or Agent Subscribed and Sworn before me on this the day of 2024 Notary Public My Commission Expires: \Or Date *The applicable federal work authorization program is "E-Verify" operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. department of Homeland Security, in conjunction with the Social Security Administration (SSA). Village Community Development Districts Page 65 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 PART 7 EXHIBITS EXHIBIT A Annual Estimated Quantities (Diving, Plugging and Dewatering) Village Community Development Districts Page 66 of 66 Purchasing Department Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 EXHIBIT A ANNUAL ESTIMATED QUANTITIES DIVING, PLUGGING, AND DEWATERING ITEM # ITEM DESRIPTION SIZE UNIT QTY 1 Plug Set in Structure or Outfall 00 - 24 INCH EA 10 2 Plug Set in Structure or Outfall 30 - 54 INCH EA 30 3 Plug Set in Structure or Outfall 60 - 72 INCH EA 5 4 Plug Rental 15 INCH WK 5 5 Plug Rental 18 INCH WK 5 6 Plug Rental 24 INCH WK 5 7 Plug Rental 30 INCH WK 10 8 Plug Rental 36 INCH WK 10 9 Plug Rental 42 INCH WK 10 10 Plug Rental 48 INCH WK 10 11 Plug Rental 54 INCH WK 10 12 Plug Rental 60 INCH WK 3 13 Plug Rental 66 INCH WK 3 14 Plug Rental 72 INCH WK 3 15 Plug Removal in Structure or Outfall 00 - 24 INCH EA 10 16 Plug Removal in Structure or Outfall 30 - 54 INCH EA 30 17 Plug Removal in Structure or Outfall 60 - 72 INCH EA 5 18 Certified Dive Team for Exploratory Dive N/A HR 20 19 Certified Dive Team: Swim Plug Up Pipe to Embankment to Prevent Pipe from Floating N/A EA 20 20 Easement Access for Plug Set, Removal N/A EA 15 21 Underwater Dredging for Plug Set N/A HR 50 22 Pump Delivery to Job Site and Set Up N/A EA 80 23 Dewatering 00 - 24 INCH LF 2000 24 Dewatering 30 - 36 INCH LF 2000 25 Dewatering 42 - 48 INCH LF 1000 26 Dewatering 54 - 60 INCH LF 1000 27 Easement Access for Pump Set Up and Delivery N/A EA 15 STORM CLEANING AND INSPECTION SERVICES 28 Light cleaning, storm 00 - 24 INCH LF 1000 29 Light cleaning, storm 30 - 36 INCH LF 1000 30 Light cleaning, storm 42 - 48 INCH LF 650 31 Light cleaning, storm 54 - 60 INCH LF 350 32 Light cleaning, storm 66 - 72 INCH LF 250 33 Medium cleaning, storm 00 - 24 INCH LF 3000 34 Medium cleaning, storm 30 - 36 INCH LF 3000 35 Medium cleaning, storm 42 - 48 INCH LF 2000 36 Medium cleaning, storm 54 - 60 INCH LF 1500 37 Medium cleaning, storm 66 - 72 INCH LF 400 38 Heavy cleaning, storm 00 - 24 INCH LF 2000 39 Heavy cleaning, storm 30 - 36 INCH LF 2000 40 Heavy cleaning, storm 42 - 48 INCH LF 1500 41 Heavy cleaning, storm 54 - 60 INCH LF 1000 42 Heavy cleaning, storm 66 - 72 INCH LF 350 43 Easement Set Up and Cleaning (additional fee for cleaning) N/A LF Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 44 Structure Cleaning N/A EA 250 45 Transportation Fee for Delivering Debris Removed to Disposal Location N/A EA 40 46 Pump Station/Storm Lift Station Cleaning N/A HR 20 47 CCTV Storm 00 - 30 INCH LF 12000 48 CCTV Storm 36 - 60 INCH LF 8000 49 CCTV Storm 66 - 72 INCH LF 1000 50 Easement Set Up and Inspection (Additional Fee to CCTV) N/A LF 250 51 Structure Inspection N/A EA 250 PRESSURE GROUT MAINLINE 52 Pressure grout - Storm, 5 or less per callout 00 - 24 INCH EA 10 53 Pressure grout - Storm, 5 or less per callout 30- 48 INCH EA 10 54 Pressure grout - Storm, 5 or less per callout 54 - 72 INCH EA 10 55 Pressure grout - Storm, 5 or more per callout 00 - 24 INCH EA 10 56 Pressure grout - Storm, 5 or more per callout 30 - 48 INCH EA 10 57 Pressure grout - Storm, 5 or more per callout 54 - 72 INCH EA 10 REPAIR BANDS 58 Mechanical Repair Sleeve - Storm 15 INCH EA 3 59 Mechanical Repair Sleeve - Storm 18 INCH EA 3 60 Mechanical Repair Sleeve - Storm 24 INCH EA 3 61 Mechanical Repair Sleeve - Storm 30 INCH EA 3 62 Mechanical Repair Sleeve - Storm 36 INCH EA 3 63 Mechanical Repair Sleeve - Storm 42 INCH EA 3 64 Mechanical Repair Sleeve - Storm 48 INCH EA 3 65 Internal Seal - Storm 18 INCH EA 5 66 Internal Seal - Storm 24 INCH EA 5 67 Internal Seal - Storm 30 INCH EA 5 68 Internal Seal - Storm 36 INCH EA 5 69 Internal Seal - Storm 42 INCH EA 5 70 Internal Seal - Storm 48 INCH EA 5 71 Internal Seal - Storm 54 INCH EA 5 72 Internal Seal - Storm 60 INCH EA 2 73 Internal Seal - Storm 66 INCH EA 2 74 Internal Seal - Storm 72 INCH EA 2 CIPP SECTIONAL LINER 75 Sectional Liner - Storm 15 INCH LF 5 76 Sectional Liner - Storm 18 INCH LF 5 77 Sectional Liner - Storm 24 INCH LF 5 78 Sectional Liner - Storm 30 INCH LF 5 79 Sectional Liner - Storm 36 INCH LF 5 80 Sectional Liner - Storm 42 INCH LF 5 81 Sectional Liner - Storm 48 INCH LF 5 CIPP MANHOLE TO MANHOLE LINING 82 CIPP manhole to Manhole Lining - Diameter: 7.5mm 15 INCH LF 200 83 15" CIPP Thickness Variance: 1.5mm 15 INCH LF 50 84 CIPP manhole to Manhole Lining - Diameter: 9mm 18 INCH LF 200 85 18" CIPP Thickness Variance: 1.5mm 18 INCH LF 50 86 CIPP manhole to Manhole Lining - Diameter: 10.5mm 24 INCH LF 200 87 24" CIPP Thickness Variance: 1.5mm 24 INCH LF 50 Storm Pipe Inspections, Cleaning and Repairs RFP #24P-007 88 CIPP manhole to Manhole Lining - Diameter: 13.5mm 30 INCH LF 150 89 30" CIPP Thickness Variance: 1.5mm 30 INCH LF 35 90 CIPP manhole to Manhole Lining - Diameter: 15mm 36 INCH LF 150 91 36" CIPP Thickness Variance: 1.5mm 36 INCH LF 35 92 CIPP manhole to Manhole Lining - Diameter: 19mm 42 INCH LF 150 93 42" CIPP Thickness Variance: 1.5mm 42 INCH LF 35 94 CIPP manhole to Manhole Lining - Diameter: 22.5mm 48 INCH LF 100 95 48" CIPP Thickness Variance: 1.5mm 48 INCH LF 25 96 CIPP manhole to Manhole Lining - Diameter: 25.5 mm 54 INCH LF 100 97 54" CIPP Thickness Variance: 1.5mm 54 INCH LF 25 98 CIPP manhole to Manhole Lining - Diameter: 28.5mm 60 INCH LF 75 99 60" CIPP Thickness Variance: 1.5mm 60 INCH LF 15 100 CIPP manhole to Manhole Lining - Diameter: 31.5mm 66 INCH LF 50 101 66" CIPP Thickness Variance: 1.5mm 66 INCH LF 15 102 CIPP manhole to Manhole Lining - Diameter: 33 mm 72 INCH LF 25 103 72" CIPP Thickness Variance: 1.5mm 72 INCH LF 10 CONCRETE SPINCASTING 104 Concrete Spin cast - Storm 15 INCH LF 100 105 Concrete Spin cast - Storm 18 INCH LF 100 106 Concrete Spin cast - Storm 24 INCH LF 100 107 Concrete Spin cast - Storm 30 INCH LF 75 108 Concrete Spin cast - Storm 36 INCH LF 75 109 Concrete Spin cast - Storm 42 INCH LF 50 110 Concrete Spin cast - Storm 48 INCH LF 50 111 Concrete Spin cast - Storm 54 INCH LF 50 112 Concrete Spin cast - Storm 60 INCH LF 25 113 Concrete Spin cast - Storm 66 INCH LF 25 114 Concrete Spin cast - Storm 72 INCH LF 25 INJECTION GROUTING AND STRUCTURE REPAIR 115 Drill Injection Hole for Soil Stabilization N/A EA 10 116 Set Up Charge for Soil Stabilzation N/A EA 5 117 Hydrophobic Polyurethane Grout for Soil Stabilization N/A LB 50 118 Storm Structure Sealing Set Up Fee N/A EA 20 119 Storm Structure Injection Grout for Sealing N/A SY 100 MOT/TRAFFIC CONTROL 120 MOT City or County ROW N/A DAY 1 ADDITIONAL SERVICES 121 Nuisance Alligator Removal When Required for Plugging / Dewatering N/A EA 10 122 Weekly rental Quite Pack pump (with maintenance)* 4 INCH EA 30 123 Weekly rental Quite Pack pump rental (with maintenance)* 6 INCH EA 30 124 Weekly rental 4" discharge hose (100ft) 4 INCH EA 6 125 Weekly rental 4" intake hoes (50ft) 4 INCH EA 6 126 Weekly rental 6" discharge hose (100ft) 6 INCH EA 6 127 Weekly rental 6" intake hoes (50ft) 6 INCH EA 6 128 Weekly rental Basket Screen 4 INCH EA 0 129 Weekly rental Basket Screen 6 INCH EA 0 130 Weekly rental 90 Degree elbow 4 INCH EA 0 131 Weekly rental 90 Degree elbow 6 INCH EA 0 IMPI��S� s� GMCIUI= — CIPP TECHNOLOGY SOLUTIONS Substrate: ECR glass according to DIN EN ISO 2078 including, where relevant, the requirements of DIN EN 14020-1, DIN EN 14020-2 and DIN EN 14020-3 Resin: ISO NPG according to DIN 18820-1, Table 1, Group 3, Type 1140 according to Table 3 of DIN 16946 or superior VE resin Bend flexibility: 15° Chemical resistance according to DIN EN ISO 175: pH) - pH12 Abrasion layer according to Darmstadt pipe tilting test based on DIN EN 295-3: 0,3 mm MATERIAL CHARACTERISTICS OF THE CURED FIBREGLASS LINER GLoi GLi3 Dimensions: DN 150 - DN 1200 DN 400 - DN 1600 Wall thicknesses: 3,0 mm -16,0 mm 5,0 mm - 20,00 mm Density based on DIN EN ISO 1183-2: 1,5 g/cm3 ± 0,2 g/cm3 1,69 g/cm3 ± 0,2 g/cm3 Glass content based on DIN EN ISO 1172: >— 45% (mass) 57% ± 5% Weight per unit area of glass per mm wall thickness: 800 g ± 15 % 1.050 g ± 15% Remaining styrene value: < 2 mass-% < 2 mass-% 24 h - tendency to creep according to EN ISO 899-2: < 10% < 10% SHORT-TERM VALUES Short-term - e-module based on DIN EN 1228: >_ 11.000 N/mm2 >_ 17.900 N/mm2 Bending - e-module based on DIN EN ISO 178: >— 9.500 N/mm2 >_ 14.000 N/mm2 Flexural strength based on DIN EN ISO 178: >_ 180 N/mm2 >_ 240 N/mm2 LONG-TERM VALUES Reduction factor Ai: 1,5 1,2 Long-term - e-module based on DIN EN 1228: 7.300 N/mm2 14.900 N/mm2 Flexural strength based on DIN EN ISO 178: 120 N/mm2 200 N/mm2 iMPREG International A/S our liner performance/range Dimensions: GLoi DN 150 -- DN 1200 Wall thicknesses: 3,0 mm - 16,0 mom GL13 DN 400 -- DN 1600 5,0 mm - 20,00 mm SHORT-TERM VA&LUES•..........,.....•...................•..........t.....- Short-term - e-module based on DIN EN 1228: Bending - e-module based on DIN EN ISO 178: Flexural strength based on DIN EN ISO 178: LONG-TERM VALUES Reduction factor At Long-term - e-module based on DIN EN 1228: Flexural strength based on DIN EN ISO 178: • eel ........ 1.595.415 psi 11.000 N/morn` 1.377.858 psi 9.500 N/mm2 26.106 psi 180 N/mm= .......... 2.596.175psi 17.900 N /m m= 2.030.528 psi 14.000 N/mm2 34 809 psi 240 N/mm2 .....s... saa1,64Sb••l1.....5.... 1.058.775 psi 7.300 N/mm2 17 404 psi 120 N/mm2 1,2 2.161.062 psi 14.900 N/mm2 29.007 psi 200 N/mm2 Th,eGV1I1age° Community Development Districts VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 1071 CANAL STREET THE VILLAGES, FLORIDA 32162 PHONE: (352) 751-6700 * FAX: (352) 751-6715 E-mail: crvstal.ford(csdistrictgov.orq Addendum #1: RFP # 24P-007 Storm Pipe Inspections, Cleaning and Repairs. January 22, 2024 A. Notice to Contractors: Whenever a conflict appears between this addendum and the initial solicitation, or plans, this addendum shall prevail, and as such shall constitute a binding portion of the contract documents. All provisions of the original specifications shall remain in force, except as specifically modified or changed herein. B. Additions, Deletions, and/or Clarifications: This addendum forms a part of the Contract Documents and modified the original Quote Documents as noted below and supersedes all contrary information and requirements. Contractors shall acknowledge receipt of this Addendum. Vendor Question(s) and Answer(s): Q1. What is the Engineer's Estimate/budget? Al. The estimated budget for each District under contract is different based on the storm pipe types and quantities of that District. The overall approximate annual budget for the first year of this contract is: $1,045,000. Q2. Will the District allow for a General Contractors License instead of Florida State Underground License? A2. Yes, We will accept a General Contractors License as per FL Statute 489.105(b) Q3. Will UVGRP liner be accepted as "an equal" for traditional felt pipe liner for project RFP #24P-007? I have attached our HK Solutions data sheets for UVGRP, thank in advance. A3. No, the district will not accept UVGRP liners for this contract. Q4. What is your annual budget for this project? A4. Answered with question one. Q5. Is there a bid bond due? A5. There is no Bid bond required for submittal. 1 Q6. Does The Villages MS4 permit include approval to decant water from stormwater system cleaning and release potable water from pressure washing of pipes, catch basins, or manhole structures to the stormwater system that will be cleaned or CIPP lined under request for proposal# 24P-007? If not, does the associated pollution prevention/reduction plan, O&M plan, housekeeping plan, or other best management practices plan prepared for the MS4 permit allow for the decanting of water from stormwater system cleaning and the release of potable water from pressure washing to the stormwater system? A6. No, the Villages District Property Management does not have a permit for Decant water. Any of the debris that is collected along with the water that is used during the cleaning is to be removed by the contractor as per EPA guidelines. Q7. Does The Villages have state or federal authorization to release decant water or potable water associated with stormwater system cleaning into the stormwater system? If such an approval does not exist, does The Villages plan to obtain authorization from the state or federal environmental agency for the work under request for proposal #24P-007? Will this authorization include approval for controls to be used at outfalls to catch and contain any cleaning water associated with stormwater cleaning that cannot be captured in the pipe system? A7. No, the Villages District Property Management does not have a permit for Decant water. Any of the debris that is collected along with the water that is used during the cleaning is to be removed by the contractor as per EPA guidelines. Q8. If an authorization to release decant water or potable water associated with stormwater system cleaning into the stormwater system is not present in The Villages MS4 permit or related plans, where should decant water be disposed? A8. It will be the contractor's responsibility to find a suitable means of disposal for any of the debris that is collected along with the water that is used during the cleaning. Q9. If captured potable or cleaning water is to be disposed into a sanitary system, does The Villages have a permit or formal approval to discharge into the sanitary system? If not, is the contractor responsible for obtaining approval from the sanitary sewer system owner\operator? A9. It would be the contractor's responsibility to obtain approval. Q10. Are bid tabulations from the previous contract for this work available to prospective bidders? A10. There are no previous proposals as this work has never been solicited out for contract. Q11. Items 115 — 121 have a N/A as a quantity — I want to confirm are we to bid those or are they excluded from the bid? Al1. The items should be priced, they should not be excluded from your pricing. We did not have estimated quantities for those items, but they should be included with your submitted pricing. 2 Q12. Does the District have previous detailed & itemized bid tabulations for any proposals, work orders for similar project scope? Al2. There are no previous bid tabulations or proposals for this work since this contract has never been solicited before. Q13. What work orders has the district released in the past year that show quantities for complete project scope? A13. Answered with question #12. Q14. Is a Bid Bond Required for this project? A14. See answer to question #5 3 Th,eGV1I1age° Community Development Districts VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 1071 CANAL STREET THE VILLAGES, FLORIDA 32162 PHONE: (352) 751-6700 * FAX: (352) 751-6715 E-mail: crystal.ford(csdistrictgov.orq Addendum #2: RFP # 24P-007 Storm Pipe Inspections, Cleaning and Repairs. January 26, 2024 A. Notice to Contractors: Whenever a conflict appears between this addendum and the initial solicitation, or plans, this addendum shall prevail, and as such shall constitute a binding portion of the contract documents. All provisions of the original specifications shall remain in force, except as specifically modified or changed herein. B. Additions, Deletions, and/or Clarifications: This addendum forms a part of the Contract Documents and modified the original Quote Documents as noted below and supersedes all contrary information and requirements. Contractors shall acknowledge receipt of this Addendum. Vendor Question(s) and Answer(s): Q1. Would The Villages allow UV cure as an approved lining method? Al. The Villages does not want a fiberglass UV liner to be used. For clarification, can you describe in detail how the dewaterinq / pumping / discharge and disposal is performed currently: Q2. Do you have a SOP or in-house document or procedure that is for these purposes? A2. The Villages District Property Management (DPM) does not have a SOP for dewatering. We have a complex system consisting of over 800 stormwater retention basins. The dewatering in most cases consists of isolating the pipes being inspected and pumping the water back into the same storm system beyond the area being inspected. For work needing to dewater a basin, we would isolate the basin with pipe plugs and manually pump the water into a different portion of the stormwater system, such as into a roadway inlet or adjacent basin. Whenever possible, we may have the ability to move the water into an adjacent basin with bleed valves through the existing gravity system. This complexity was considered when writing the contract, such as the "Additional Services" category including plug installations and pumps as a billable line item if dewatering services are necessary. 1 Q3. Where is the discharge hose placed for discharge? A3. See A2. Q4. What body of water or structure is the discharge, discharging into? A4. See A2. Q5. Is vac -truck -water, removed from the system transported off -site for discharge? A5. It is the responsibility of the contractor to determine the most appropriate discharge location based on the BMPs of NPDES and the awareness of potential public concerns. Q6. Where is vac -truck -water currently being discharged? A6. See A5. Q7. Are debris in the vac -truck disposed of on -site? A7. See A5. Q8. Where are the vac -truck debris currently being disposed of? A8. Per the contract scope, "The District will not pay for illegal or improper disposal of debris/waste. Whenever possible DPM will provide a dumping site/location at no cost to the Contractor/Supplier. Contractor/Supplier will invoice DPM for reimbursement of fees. No mark-up shall be allowed." The only dumpsite location available from the District is located near CR 42 and offers only an extremely limited area. Correction: Line item 119 previously requested pricing per SF INJECTION GROUTING AND STRUCTURE REPAIR 115 Drill Injection Hole for Soil Stabilization NIA EA $4.44 116 Set Up Charge for Sail Stabilzation NIA EA $4.44 117 Hydrophobic Polyurethane Grout for Soil Stabilization N.+'A LB $4.44 118 Storm Structure Sealing Set Up Fee N/A EA $4.44 119 Storm Structure Injection Grout for Sealing N./A SY $0.44 Revised: Line item 119 now requests pricing per gallon. Please use REVISED proposal forms that will be uploaded to both demandstar and the district website. INJECTION GROUTING AND STRUCTURE REPAIR 115 Drill Injection Hole for Soil Stabilization N/A EA $4.44 116 Set Up Charge for Soil Stabilzation N/A. EA $4.44 111 Hydrophobic Polyurethane Grout for Soil Stabilization N/A Per Gallon $4.44 118 Storm Structure Sealing Set Up Fee N/A EA $4.44 119 Storm Structure Injection Grout for Sealing N/A Per Gallon $4.44 2 JUJU!! ripuwpecuurw, L.raanrr►y, anu ► i'pana rcrr •rc•rr-uu► PROPOSAL COVER PAGE Name of Firm, Entity or Organization: Atlantic Pipe Services, LLC Federal Employer Identification Number (EIN): 81-4515509 State of Florida License Number (If Applicable): CGC1525525 Number of years as a Contractor/Supplier in this type of work: 7 Years Name of Contact Person: Bob Barker Title: Project Manager E-Mail Address: bbarker@atlanticpipe.us Mailing Address: 1420 Martin Luther King Jr Blvd Street Address (if different)1420 Martin Luther Kinp Jr Blvd City, State, Zip: Sanford, FL 32771 Telephone: (o) 407.792.1360 (c) 407.595.5459 Fax: info@atlanticpipe.us If applicable, Previous Business Names of Firm, Entity or Organization in the last 7-10 years: EIN n/a EIN EIN Organizational Structure — Please Check One: Corporation ❑ Partnership i 1 Proprietorship ❑ Joint Venture ❑ Other ® LLC If Corporation: Date of Incorporation: 01/01/2017 State of Incorporation: Florida States Registered in as Foreign Corporation: N/A Does your firm accept MasterCard® for payment? Yes ® No I Authorized Signature: Print Name: Allan Cagle Title:: President 0.110.64 Signature: Phone: 407.792.1360 Email: acagle@atlanticpipe.us This document must be completed and returned with your Submittal. Village Community Development Districts Page 2 of 29 Purchasing Department Storm Pipe Inspections, Cleaning and Repars RFP #24P-007 ITEM # REVISED RFP #24P-007 Storm Pipe Inspections, Cleaning, and Repairs DIVING, PLUGGING, AND DEWATERING ITEM DESRIPTION SIZE UNIT PRICE 1 Plug Set in Structure or Outfall 00 - 24 INCH EA $550.00 2 Plug Set in Structure or Outfall 30 - 54 INCH EA $750.00 3 Plug Set in Structure or Outfall 60 - 72 INCH EA $950.00 4 Plug Rental 15 INCH WK $315.00 5 Plug Rental 18 INCH WK $315.00 6 Plug Rental 24 INCH WK $331.00 7 Plug Rental 30 INCH WK $710.00 8 Plug Rental 36 INCH WK $805.00 9 Plug Rental 42 INCH WK $815.00 10 Plug Rental 48 INCH WK $1,100.00 11 Plug Rental 54 INCH WK $1,150.00 12 Plug Rental 60 INCH WK $2,430.00 13 Plug Rental 66 INCH WK _$2,430.00 14 Plug Rental 72 INCH WK $3,500.00 15 Plug Removal in Structure or Outfall 00 - 24 INCH EA $300.00 16 Plug Removal in Structure or Outfall _ 30 - 54 INCH EA $500.00 17 Plug Removal in Structure or Outfall 60 - 72 INCH EA $700.00 18 Certified Dive Team for Exploratory Dive N/A HR $185.00 19 Certified Dive Team: Swim Plug Up Pipe to Embankment to Prevent Pipe from Floating N/A EA $160.00 20 Easement Access for Plug Set, Removal N/A EA $350.00 21 Underwater Dredging for Plug Set N/A HR $265.00 22 Pump Delivery to Job Site and Set Up N/A EA $350.00 23 Dewatering 00 - 24 INCH LF $0.80 24 Dewatering 30 - 36 INCH LF $1.20 25 Dewatering 42 - 48 INCH LF $1.80 26 Dewatering 54 - 60 INCH LF $3.60 27 Easement Access for Pump Set Up and Delivery N/A EA $450.00 STORM CLEANING AND INSPECTION SERVICES 28 Light cleaning, storm 00 - 24 INCH LF $2.25 29 Light cleaning, storm 30 - 36 INCH LF $2.75 30 Light cleaning, storm 42 - 48 INCH LF $3.65 31 Light cleaning, storm 54 - 60 INCH LF $5.00 32 Light cleaning, storm 66 - 72 INCH LF $9.00 33 Medium cleaning, storm 00 - 24 INCH LF $2.93 34 Medium cleaning, storm 30 - 36 INCH LF $4.80 35 Medium cleaning, storm 42 - 48 INCH LF $8.40 36 Medium cleaning, storm 54 - 60 INCH LF $12.30 37 Medium cleaning, storm 66 - 72 INCH LF $16.25 38 Heavy cleaning, storm 00 - 24 INCH LF $4.88 39 Heavy cleaning, storm 30 - 36 INCH LF $7.80 40 Heavy cleaning, storm 42 - 48 INCH LF $12.60 41 Heavy cleaning, storm 54 - 60 INCH LF $16.80 42 Heavy cleaning, storm 66 - 72 INCH LF _ $33.75 43 Easement Set Up and Cleaning (additional fee for cleaning) N/A LF $0.62 44 Structure Cleaning N/A EA $85.00 45 Transportation Fee for Delivering Debris Removed to Disposal Location N/A EA $195.00 46 Pump Station/Storm Lift Station Cleaning N/A HR $285.00 47 CCTV Storm 00 - 30 INCH LF $2.10 48 CCTV Storm 36 - 60 INCH LF $2.75 Storm Pipe Inspections, Cleaning and Repars RFP #24P-007 49 CCTV Storm 66 - 72 INCH LF $3.50 50 Easement Set Up and Inspection (Additional Fee to CCTV) N/A LF $0.30 51 Structure Inspection PRESSURE GROUT MAINLINE N/A EA $65.00 52 Pressure grout - Storm, 5 or less per callout 00 - 24 INCH EA $1,280.00 53 Pressure grout - Storm, 5 or less per callout 30- 48 INCH EA $1,980.00 54 Pressure grout - Storm, 5 or less per callout 54 - 72 INCH EA $2,650.00 55 Pressure grout - Storm, 5 or more per callout 00 - 24 INCH EA $980.00 56 Pressure grout - Storm, 5 or more per callout 30 - 48 INCH EA $1,250.00 57 Pressure grout - Storm, 5 or more per callout 54 - 72 INCH EA $2,200.00 REPAIR BANDS 58 Mechanical Repair Sleeve - Storm 15 INCH EA $3,200.00 59 Mechanical Repair Sleeve - Storm 18 INCH EA $3,400.00 60 Mechanical Repair Sleeve - Storm 24 INCH EA $3,700.00 61 Mechanical Repair Sleeve - Storm 30 INCH EA $4,200.00 62 Mechanical Repair Sleeve - Storm 36_INCH EA $4,785.00 63 Mechanical Repair Sleeve - Storm 42 INCH EA $5,475.00 64 Mechanical Repair Sleeve - Storm 48 INCH EA $6,150.00 65 Internal Seal - Storm 18 INCH EA $1,800.00 66 Internal Seal - Storm 24 INCH EA $1,800.00 67 Internal Seal - Storm 30 INCH EA $1,925.00 68 Internal Seal - Storm 36 INCH EA $2,100.00 69 Internal Seal - Storm 42 INCH EA $2,250.00 70 Internal Seal - Storm 48 INCH EA $2,325.00 71 Internal Seal - Storm 54 INCH EA $2,410.00 72 Internal Seal - Storm 60 INCH EA $2,600.00 73 Internal Seal - Storm 66 INCH EA $2,900.00 74 Internal Seal - Storm 72 INCH EA $3,200.00 CIPP SECTIONAL LINER 75 Sectional Liner - Storm 15 INCH LF $1,380.00 76 Sectional Liner - Storm 18 INCH LF $1,480.00 77 78 79 80 Sectional Liner - Storm Sectional Liner - Storm Sectional Liner - Storm Sectional Liner - Storm 24 INCH 30 INCH 36 INCH 42 INCH LF LF LF LF $1,480.00 $1,500.00 $1,900.00 $2,100.00 81 Sectional Liner - Storm 48 INCH LF $2,400.00 CIPP MANHOLE TO MANHOLE LINING 82 83 CIPP Manhole to Manhole Lining - Diameter: 7.5mm 15" CIPP Thickness Variance: 1 5mm 15 INCH 15 INCH LF LF $100.64 $4.26 84 CIPP Manhole to Manhole Lining - Diameter: 9mm 18 INCH LF $146.81 85 86 18" CIPP Thickness Variance: 1 5mm CIPP Manhole to Manhole Lining - Diameter: 10 5mm 18 INCH 24 INCH LF LF $4.55 $205.03 87 24" CIPP Thickness Variance: 1.5mm 24 INCH LF $6.45 88 CIPP Manhole to Manhole Lining - Diameter: 13.5mm 30 INCH LF $313.85 89 30" CIPP Thickness Variance: 1.5mm 30 INCH LF $7.88 90 CIPP Manhole to Manhole Lining - Diameter: 15mm 36 INCH LF $361.63 91 92 36" CIPP Thickness Variance: 1 5mm CIPP Manhole to Manhole Lining - Diameter: 19mm 36 INCH 42 INCH LF LF $9.14 $471.57 93 94 42" CIPP Thickness Variance: 1 5mm CIPP Manhole to Manhole Lining - Diameter: 22.5mm 42 INCH 48 INCH LF LF $12.35 $495.30 95 48" CIPP Thickness Variance: 1.5mm 48 INCH LF $18.13 96 97 CIPP Manhole to Manhole Lining - Diameter: 25.5 mm 54" CIPP Thickness Variance: 1 5mm 54 INCH 54 INCH LF LF $622.05 $18.38 Storm Pipe Inspections, Cleaning and Repars RFP #24P-007 98 CIPP Manhole to Manhole Lining - Diameter: 28 5mm 60 INCH LF $791.29 99 60" CIPP Thickness Variance: 1 5mm 60 INCH LF $18.32 100 CIPP Manhole to Manhole Lining - Diameter: 31.5mm _ 66 INCH LF $888.69 101 66" CIPP Thickness Variance: 1.5mm 66 INCH LF $20.10 102 CIPP Manhole to Manhole Lining - Diameter: 33 mm 72 INCH LF $1,044.65 103 72" CIPP Thickness Variance: 1.5mm 72 INCH LF $21.85 CONCRETE SPINCASTING 104 Concrete Spin cast - Storm 15 INCH LF $90.00 105 Concrete Spin cast - Storm 18 INCH LF $108.00 106 Concrete Spin cast - Storm 24 INCH LF $144.00 107 Concrete Spin cast - Storm 30 INCH LF $180.00 108 Concrete Spin cast - Storm 36 INCH LF $216.00 109 Concrete Spin cast - Storm 42 INCH LF $252.00 110 Concrete Spin cast - Storm 48 INCH LF $288.00 111 Concrete Spin cast - Storm 54 INCH LF $324.00 112 Concrete Spin cast - Storm 60 INCH LF $360.00 113 Concrete Spin cast - Storm 66 INCH LF $396.00 114 Concrete Spin cast - Storm 72 INCH LF $432.00 INJECTION GROUTING AND STRUCTURE REPAIR 115 Drill Injection Hole for Soil Stabilization N/A EA $1,500.00 116 Set Up Charge for Soil Stabilzation N/A EA 1 $750.00 117 Hydrophobic Polyurethane Grout for Soil Stabilization N/A Per Gallon $465.00 118 Storm Structure Sealing Set Up Fee N/A EA $550.00 119 Storm Structure Injection Grout for Sealing N/A Per Gallon $143.75 MOT/TRAFFIC CONTROL 120 MOT City or County ROW N/A DAY $450.00 ADDITIONAL SERVICES 121 Nuisance Alligator Removal When Required for Plugging / Dewatering N/A EA $1,650.00 122 Weekly rental Quite Pack pump (with maintenance)* 4 INCH EA $919.00 123 Weekly rental Quite Pack pump rental (with maintenance)* 6 INCH EA $1,026.09 124 Weekly rental 4" discharge hose (100ft) 4 INCH EA $101.12 125 Weekly rental 4" intake hoes (50ft) 4 INCH EA $166.12 126 Weekly rental 6" discharge hose (100ft) 6 INCH EA $101.93 127 Weekly rental 6" intake hoes (50ft) 6 INCH EA $205.43 128 Weekly rental Basket Screen 4 INCH EA $9.03 129 Weekly rental Basket Screen 6 INCH EA $18.06 130 Weekly rental 90 Degree elbow 4 INCH EA $36.11 131 Weekly rental 90 Degree elbow 6 INCH EA $50.56 NOTE(S): • \Wen o:rnpleting your proposal, do :c- adacn any forms which May :ontaln terrrs and :ondibcns tr•,a: conflict with :hose fated it tte Districr.'s proposal dccurnents Inclusion of addi:ior3I tens ir•i r ndir.:ns such as :hose which may c_ on yo.r c:nipany s SZar1+:a?d forms may result in you` proposal ce ng c=:fared non -responsive • The intent is to 9'r;arc up to three r3i Suppliers selectee by their rankings The awards be based on the propossis that art the most advantageous to the District Ont./ the top three (3) ranked Copt -actors n 9y be awarded the -xntract. • riI once in ormatcn to be used it the RFP eValI3tk,n must be on:h3S crcccsal form. • C'istr.ct reserves :he right to ai 3ist any u,3nrity up>,ua=d or domward as may be .,r:arrarted or necessary 'T' e J0:?r5.yn2'.". 2S FrG130.:,, refeuy C3c,3rEo Ghat re-s = r's. '.9forrnscr l.m.aeitcherse r. uv il; rega o 'L- >.Y •:;„lok! Ghs .nn the hGr1ti :0 G: ,790E arlo th2r hashe 3•f 6:l3r1.1^ed !rie .RFP 2rd =,c ec'nc;aron.s for the :}'Crk e, ,j ccrnr?ler!S hererG .r ache'2 The Storm Pipe Inspections, Cleaning and Repars RFP #24P-007 Proposer agrees, if in proposer u acceprea, to convect wren are vOilages L-ounrnimAy oereropmenr txsa>ras NI are horm or an Agreement ro fjrrrish a necessary materials, erp4cfnenn m chrhherv, tools, apparatus. means of transpartatton, Meer anti service necessary to ctrmpteia Ole worry covered by the RFP and Contract Documents for Mt Pralect The Proposer rer5 to accepr .n kW comperrsathon for each perm rr►e prices named In the scheat:Yes incorporated therein PreposF,• agrees AD supply are moth cv service's at the Gashes proposed Wove fir accorv&nce wifrr the terns. connolTiorhs and speclOcatnovns T..crifafried in this RFP r -dtJ AerTho izedAgent.r (F'riirt) altim Authorized - yG Marne of Praponent's FIFTY: 2 /7/z L{ -r-Liki-riAL t re Se tzuC cE-S� This dowmerm must be compfezed and returned with your Suttminaf JwnII 1-INC a►iu rtGNm►a rcrr trc'rr-uui PROPOSER'S STATEMENT OF EXPERIENCE, EQUIPMENT AND PERSONNEL (Proposer may also provide any supplemental information as proof of experience and qualifications of Firm and/or personnel listed on this form) CONTRACTOR/FIRM: Atlantic Pipe Services. LLC 1 How many total years' experience in Storm Pipe Inspections, Cleaning & Repairs? years As Prime Contractor 7 years As Subcontractor 7 years 2. Does your Firm meet the qualifications/requirements to conduct these Storm Pipe Inspections, Cleaning & Repairs? Yes X No . If no, explain below. List all officers and directors of your Firm. Attach additional sheets as needed. NAME POSITION/TITLE Allan Cagle President Keith Carson Manager Jon M Hall Jr Manager Leigh Skat _ CFO 4. Have you ever failed to complete any work awarded to you in the last 3 years? Yes No X . If yes, where and why? Have you previously worked for The Villages or The District? Yes X No _. If yes, list projects. Multiple Task Orders in 2022 & 2023 to perform various methods of storm conveyance cleaning. inspections. repairs. dewatering. etc. To date, work performed has been in excess of $1,250,000.00 EXPERIENCE & REFERENCES The determination of whether a Firm, Principal Individual or Sub -Contractor is responsible or not shall be at the sole discretion of the District. Although the District may request submission of a minimum number of requirements for evaluation, the District's determination of a Firm, Principal Individual or Sub - Contractor's responsibility shall not be solely based on the it's experience. Village Community Development Districts Page 7 of 29 Purchasing Department Jcu►►n r/`.JW :1Ib JWGL►ur►J, l.1Wdr►I1►y, dr►u RWpa►►J r[rr ftL'tr-uur 1. Describe any experience of the Principal Individuals (Foremen, Superintendents, etc.) who are responsible for the actual Storm Pipe Inspections, Cleaning & Repairs of your organization. Attach additional sheets as needed. Bob Barker Project Manager Name Position Sewer and Storm Cleaning & Inspection Coordination, Management, Scheduling, and Estimating Type of Work 37 2 Yrs. Experience Yrs. With Firm Joe McDonough Division Manager Name Position Management of Storm and Sewer Cleaning, Inspections, and Various Repair Methods 10 6 Type of Work Yrs. Experience Yrs. With Firm Butch Lanaville Lining Division Manager Name Position Sewer and Storm Pipe CIPP Lining Management Type of Work Jon Lewis Name 27 1 Yrs. Experience Yrs. With Firm Director of Operations Position Manage all Operations and Equipment For Trenchless Technology Company(s) 13 6 Type of Work Yrs. Experience Yrs. With Firm Allan Cagle President Name Position Manage Operations, Finances, Fleet, Sales, Human Resources, and Marketing for Trenchless Assessment and Rehabilitation Companies and Projects. 25 7 Type of Work Yrs. Experience Yrs. With Firm Mike Lowery Superintendent — Sumter, Lake, and Marion Region Name Position Manage Field Operations of all Storm Cleaning, Inspection, Repair, MOT, and Dive Crews Type of Work 10 6 Yrs. Experience Yrs. With Firm Village Community Development Districts Page 8 of 29 Purchasing Department 4: t c Pipe Servicez, LLC 1420 Martin Luther King Jr Blvd Sei nford, FL 32771 k71 ATLANTIC PIPE SERVICES S c.d 'b _ira:;"_ r Cnm,,,.. R?°C 1j fix` ate_ Notable Clientele • FDOT • TOHO Water Authority • Sunshine Water • Orange County, FL • Seminole County, FL • Lane Construction • Superior Construction • Burnham Construction • Archer Western • Prince Contracting • Hubbard Construction • Junior Davis Construction • Jon M Hall Company • The Villages • DR Horton • Disney World • US Water Corporation • Kimley-Horn • NASSCO • National Utility Contractors Association — NUCA • Florida Utility Contractors Association • Suncoast Utility Contractors Association • Central Florida Utility Contractors Association • Florida Transit Builders Association Business Summary Atlantic Pipe Services was incorporated in Sanford, FL with a goal of being the state's premier trenchless technology provider. At our inception, we were able to achieve that goal out of our office in Sanford. As our client -base grew, so did the geographic footprint of our job sites. It became increasingly evident that if we were going to maintain our premier service, we would need to expand our network of offices. APS opened an office in Bunnell, FL to service Northeast Florida; then West Palm Beach to service Southeast Florida; and most recently we opened our Tampa, FL office to service the Gulf Coast. The three additional offices we added combined with our corporate headquarters in Sanford, FL have allowed us to achieve the growth we desire and maintain an unparalleled service and product for our clients. As our network of offices grew, so did our need for employees. With the evolution of our company, we have now grown our work force to 160 employees throughout the State of Florida. Our Team is what makes everything possible at APS. Our work force is our most valuable asset. A growing footprint and a growing client base necessitated a larger and more diverse fleet of equipment. Throughout Florida we now operate and maintain a fleet of over 80 different vehicles. Our fleet of VAC Trucks, TV trucks, Grout Trucks, Boiler Trucks, Reefer Trucks, Dive Trucks, Support Vehicles, and Trailers are all newer year models and meticulously maintained. Balancing our growth goals and our mission to offer a premier service to our clientele is a delicate balance and one that we monitor daily. Ultimately, our expanded footprint, our large and growing work force, and our diverse and vast fleet of equipment allow us to grow and serve an expanding client base; without sacrificing our mission to offer a premier service and product to our clients. APS' management team has completed over $50 million in trenchless repair and rehabilitation/inspection services. That experience derives from both governmental and private sector projects. There is no job too big or too small for the team at APS. Our private sector projects average $20,000.00 and our Team has completed large scale government contracts in excess of $5 million. Our relationship with Hatcher Insurance and Swiss Re Corporate Solutions America Insurance Corp allows us to bond projects in excess of $20 million. Certifications and Licenses General Contractors License 3 Underground Utility License Confined Space Entry Training Program and Certification ,, Advanced and Intermediate MOT Certified SWPPP (Stormwater Inspector Class) • OSHA 10 Hour Certification , OSHA 30 Hour Certification 3 Trench Safety Training and Certification y atianticpipe.us info zatI.nt cpipe,us President of Atlantic Pipe Services EDUCATION Polk State College Certifications: First Aid, OSHA 10, Confined Space, Advanced MOT, AVANT! Grout Cert., PACP, MACP, LACP PROFESSIONAL AFFILIATIONS NUGA, N ASC,.;U CONTACT Office: Tom; -792- '360 Email acagle@atlanticpipe.us EXPERIENCE Allan has approximately 24 years of experience within the Trenchiess Pipeline Industry As the president of Atlantic Pipe Services Allan oversees the day to day operations of an eighty -member team that services all of Florida and portions of Georgia currently. During his career Allan has performed and managed various infrastructure related projects in the private, municipal, and governmental sectors Allan has used his years of knowledge to develop the APS Team into one of the top trenchless infrastructure contractors in the state of Florida The APS Team along with Allan take pride in providing professional services within the trenchless market to wide range of clientele PRIMARY FOCUS Providing and Creating Florida's Elite Infrastructure Inspection and Rehab Company PROJECT EXPERIENCE ' -- J Di=_trict ::f - Orlando , r .38 t %lam'-/ls'..,i; -� i,,Y' _ _ f✓�T D st lot 2 lE-gr. ,,=ss ✓n. ram'y_a e SC — 'vVest Palm - Ji 2r,-.4 - FOOT T M;an. "e-e County — Tampa -- 41 ,Tim. :_3nrige \Nidening — Tampa T i 754 . P 27 hi SR 50 -terchange — Polk nl!''.i?'; - 33' H.l MMui iple -DOT "Rehab, P;oje.ts$15M-$20M bau:nie Municipal Projects- $40 -50M Alfred (Butch) Lanaville, Jr. Address Profile son . C Contact Tet : 407-955-1113 e-mail : aiaravii'a? 4r-;ail.com. Lining Division Manager, Florida — Responsible for all trenchless technology rehab operations. Qualifications Experienced manager/supervisor, including over 25 years of collection systems/water distribution maintenance, trenchless technology and construction experience; 14 years of contract and project management with an emphasis on municipal government support functions, and specifications development Extensive management, budgeting, emergency response training and experience Freelance photographer for over 30 years including professional sports, portraits, and commercial photography Extremely proficient with computers, Microsoft Office and photo enhancement programs Excellent verbal and written communication skills Goal -oriented team player and team leader Education 2005 Class A Wastewater Collection Technician Florida Water & Pollution Control Operators Association 2003 Supervisory Development Series Orange County Government 2001 to 2003 Business Management University of Phoenix, Reno, NV 1992 to 1995 Business Administration Bay Community College, Escanaba, MI 1991 to 1993 Photography New York Institute of Photography Lining Division Manager Present Atlantic Pipe Services Manage all aspects of safety, operations and administration for lining operations, including budgeting and P&L. Management and safety accountability of all divisional staff Recruiting/hiring employees Oversee the coordination of subcontractors/vendors. Business development and respond to requests for information, proposals and product information Create solicitations for subcontractors and request subcontract agreements Schedule work. Manage project costs and accruals Develope and maintain all customer relationships, both internally and externally Specification review. Attend industry conferences and tradeshows Miller Pipeline 2014 - 2023 Project Manager Manage all aspects of safety, operations and administration for projects scoped with the MSD South area Management and safety accountability of superintendents, administrative staff and field staff Recruiting/hiring employees Oversee and coordinate subcontractors/vendors. Business development and respond to requests for information, quotes, product information Create solicitations for subcontractors and request subcontract agreements Schedule work Manage project costs and accruals Manage and maintain all deliverables to customers Project Manager 2012 - 2014 Sarasota County, FL Manage and monitor multiple projects. Oversee project budgets Coordinate contractors, consultants, inspectors, etc Prepare and present period and special reports and presentations as needed Mentor and work with others in areas of expertise Develop solutions to problems Assist with research and development of technical specifications for term contracts and operations Manage several unit price contracts. Consult and assist other departments, contractors, and entities in trenchless technology, collection system O&M, asset management, maintenance and project management. Customer relations Scheduling Director of Field Services 2007 - 2012 Toho Water Authority Directly responsible for all administrative, operation and maintenance activities of the collection/distribution systems. Manage the entire Field Services Division including supervising staff of over 70 employees, preparing cost estimates, budget preparation and monitoring, coordinating activities, allocating personnel, recruiting/hiring employees, plan review Develop divisional policies & procedures. Develop presentations, cost/budget analysis for projects & personnel management Develop, administer, and evaluate the division's strategic and capital plans and develop, administer and monitor operating and capital budgets. Directly involved in Asset Management Program and consultation. Directly responsiblefor asset inventory for the division. Prepare agenda items and supporting documents for approval by the Board of Supervisors, which included presentations to the Board, if necessary. Meet with FDEP for inspections and staying current with new regulations. Oversee capital projects, emergency repairs and outside contractors Senior level management. Coordinate and recommend rehabilitation efforts. Orange County, FL Sr. Utilities Maintenance Coordinator 2003 - 2007 Manage and monitor contracts and outsource of work for collections section. Research and develop technical specifications for term contracts and operations. Consult and assist other departments, contractors, and entities in trenchless technology, collection system O&M/construction, asset management and project management. Train and supervise multiple crews. Supervise Operations Processing Center staff Assist with budget development. Interview and hire new employees. Supervise and monitor Maximo, GIS and infrastructure acceptance. Customer relations. Scheduling. Respond to emergencies and direct large crews in emergency situations. PACP trainer Freelance Photographer 1993 - Present Photography services including professional and amateur sports, events, commercial, abstracts, portraiture, and landscape. Activities .and Interests Photography, travel, sports, outdoors, spending time with family References Available upon request. Al'S an r rarIC PIP `>zRVKI:ts;Atilantjc P pe Services, iU'UC Employee Name: Joe McDonough Employee Role of Project: NASSCO MACP Coder. As the Project Manager of Atlantic Pipe Services, Joe will be tasked with reviewing all Videos, Reports, Daily Logs, and any other documents associated with the Project. Joe will also be in charge of billing and reviewing Contract Documents as needed. PACP/MACP/LACP Certification Number: U-0519-070306004 Years of Service with Proposer: 5+ Years of Relevant Experience: 12+ Education: MACP, LACP, PACP Certified Training: All Training was done on the Job from Men and Women with 25+ Years of Experience in each Field. Applicable Work Experience: Mr. McDonough has 12+ years' experience in the field of underground storm and sanitary sewer pipe cleaning, inspections, and repairs. Mr. McDonough has 12 years of experience in a supervisory role overseeing storm and sanitary sewer cleaning, inspections, and rehabilitation projects. Mr. McDonough has 6 Years of experience in the CIPP Lining industry installing thousands of feet of Liner all a crossed the United States. In municipalities and major Rail Road yards. Complying with strident safety guide lines in hazardous work environments. Liners ranging in sizes from 4" to 48" using his problem solving skills to work through all kinds of logistic issues for many different jobsites and situations. REPRESENTATIVE SANITARY SEWER INVESTIGATION & TRENCHLESS REPAIR PROJECTS BNSF Rail Road Lincoln, NE. 27,000 ft. CIPP Lining and 18 Structures Epoxy Coating Project # Unknown Start Date: 4/12 Completion: 8/12 Position: Operator BNSF Rail Road Alliance, NE 75,000 ft. CIPP Lining and 84 Structures Epoxy Coating Project # Unknown Start Date: 8/13 Completion: 8/14 Position: Operator City of Tipton, Mo. 92,000 CIPP Lining Project# Unknown Start Date: Approx. 9/14 Completion: 8/16 Position: Operator City of Umatilla, FL. 12,000 CIPP Lining Project # Unknown Start Date: 8/16 Completion: 11/16 Position: Operator City of Jennings, FL. 65,000 ft. of TV and Cleaning/ 85 Manhole Inspections / CIPP Repairs Project # 9009-06-1 Start Date: 9/12/16 Completion: 1/12/17 Position: Project Manager Orlando International Airport 3,000 ft. CIPP Lining Project # Unknown Start Date: 8/17 Completion: 8/17 Position: Project Manager City of Starke, FL. 200,000 ft. of TV Cleaning/ 300 Manhole Inspections / 200,000 Smoke Testing/ CIPP Repairs Project # 1404-18-1 Start Date: 11/1/16 Completion: 11/13/18 Position: Project Manager City of Green Cove Springs, FL. 165,000 ft. of TV and Cleaning / 200 Manhole Inspections / 165,000 Smoke Testing Project # 8905-34-2 Start Date: 11/1/17 Completion: 6/25/18 Position: Project Manager City of Lake Butler, FL. 75,000 TV and Cleaning/ 125 Manhole Inspections/ CIPP Repairs Project # 1802-03-1 Start Date: 6/11/19 Completion: 4/11/20 Position: Project Manager Jonathan C Lewis C: 386-956-8056 W:407-792-1360 O Jlewis@atlanticpipe.us SKILLS Agile CO and CDP Project Lead Proficient in Outlook Word and Excel Quality Systems (ISO 13485) Minitab Experience Validations Test Inspection BPCS Requisitions KAPPA Testing Inventory Management Technical Writing and SOP's Supervisor Maximo WORK HISTORY Current Work History: December 2021 to current: Position: Corporate Director of Operations Reviews, analyzes, and evaluates business procedures Implements policies and procedures that will improve day-to-day operations. Ensures work environments are adequate and safe. Oversees the acquisition of all company equipment and future equipment needs for each division within APS to support the continued growth and ensuring each is reaching goals set by departmental and company leadership. January 2019 to present, Atlantic Pipe Services Position: Division Manager/Fleet Manager for the Orlando Division and entire company • Oversee the day-to-day operations for the division on scheduling work • Project management on overseeing all aspects of each job detail on repair work, CCTV, and desilting projects • Scheduling all service work on all APS equipment • In charge of P&L management as it relates to the Orlando Division budget • Work closely with team members on scheduling upcoming work • Continued support for other divisions that needed assistance • Oversee all hiring within the Orlando Division for the continuation for the growth of the company • Customer follow ups and maintaining a constant line of communication with customer's satisfaction of the services being provided by APS and my ability to service • Managed multiple high -profile contracts • Assisted with completion of upcoming bids • Managed and coordinated with other division managers on equipment needs and concerns with repairs Project Highlights: • Toho Water Authority- $1.6 M on accumulative projects completed with TWA. Projects entailed sewer pipeline cleaning and CCTV inspections, rehabilitation of existing sewer pipes ranging from 4 inches to 24 inches. Completed bypass pumping on a multi system 42 inch mainline. • Utilities Inc/Sunshine Water Services- $1 M on accumulative projects from cleaning and CCTV of sewer pipeline, Rehabilitation of the failed systems and manage quarterly cleaning of 10 different areas throughout each quarter to support continued efforts of maintaining the client's infrastructure • Seminole County Storm Water- Managed $750,000 for desilting and CCTV of failing storm water drainage pipes throughout the entire county for the support of the penny road tax project. • FDOT District 5 Storm Desilting and CCTV Inspection: Managed $800,000 desilting and CCTV inspections on a major travel corridor with all work being conducted at night with a deadline of 280 days with all deliverables being turned on time and acceptable. July of 2016 to January 2018, Cardinal Health/Medtronic Position: Process Specialist IV Manufacturing Engineering • Control materials and collaborate with buyer/planners to ensure levels of inventory are maintained efficiently and effectively • Create requisitions through BPCS to order material for special projects • Perform as acting supervisor for the areas of Magellan, Futaba, Softpack, Rotary, MEC, and Plastics • Drive enhanced performance of production processes by leading improvement efforts to machine performance, technical skills training/mentoring, documentation enhancements and product quality • Utilize skills in process observation, data analysis and technical assessment methods to implement improved process performance by leading the improved blast project in Futaba which lead to better yield and less scrap • Directly drove resolution of production related process problems, coordination of maintenance repairs, modifications tc manufacturing processes and train/mentor others in areas of technical skills within the Futaba department • Analyze existing conditions related to the problem presented and initiated needed changes to achieve increased production and/or eliminate product defects and waste within the Futaba grinding department by identifying the root cause of worn-out components and replacing all electro polish and transfer jigs as well as Hospira molding overhead conveyor mixed product issues with installing a more efficient conveyor • Diagnosed tooling and equipment malfunctions of the Futaba Grinders and Automatic Cannula Cleaning Machine, expedited and coordinated repairs and/or replacement to avoid excessive downtime of the Futaba grinding process Promoted production and scrap reduction through timely response to equipment failures • Assist departmental personnel in monitoring the performance of equipment in Futaba and Magellan. Conducted data analysis of OEE, scrap, product quality to identify needed corrections to processes and openly communicated them to leadership and technicians in both areas • Identified key barriers in the Futaba Grinding department and improved machine reliability by developing technical game plans, obtain alignment/support from Leadership, Technical Services and Engineering and ensured game plan was completed • Write and execute Engineering Change Request (ECR) forms and initiate Change Control process including Change Development Process (GDP) and Validations as needed October of 2012 to June of 2016, Medtronic Position: Project Coordinator IV Manufacturing Engineering • Reviewed documented changes to be in compliance with current FDA standards under 21 CFR and ISO13485 that are affecting the machine/process or product • Involvement in over 20 audits Internal/External by providing documentation that is requested as well as answering questions for cannula as the onsite Subject Matter Expert (SME) • Drafted and executed validations for a facility that manufactures medical devices that is FDA regulated • Key role in making sure that the improvements to the machine, product or processes have been properly documented and have complied with regulatory requirements • Key roles in providing validation assistances for high profile projects (e.g , New High Speed Manufacturing equipment, Relocation of machines within the facility, outsourcing of products, purchasing of newly high-speed automated assembly and molding machines, software changes to automated assembly machines for the installation of vision systems, detection devices and for the addition of product line extensions) • During my time as the validation technician, I have extended my daily responsibilities by assisting the validation department while a new validation engineer was being sought after • Support research, investigation activities and assisted with documentation for CAPA's and Internal/External Audits and Audit findings • Sent out monthly trending reports for validations and qualifications December of 2008 to October of 2012, Tyco Healthcare/ KENDALL/ COVIDIEN Position: Futaba Maintenance Tech L5, 3rd shift • Maintained equipment worth $5 million plus, kept inventory of parts • Ordered spare parts as well as directing associates on all issues that arise during the shift • Planned and coordinated any major maintenance repairs needed on all machines • Provided technical support to various types of projects for streamlining the grinding process for the delivery of ground product to other departments and the installation and maintenance of a coolant water filtering/delivery system • Able to use and understand pressure gauges, optical comparator, calipers, micrometers, pin gauges, angle tester, dial indicator and regulators. • Able to read and understand mechanical drawings • Complete requisitions and work orders • Coordinate scheduled maintenance priorities • Scheduled overtime and production for machines • Facilitated monthly maintenance and set up trainings • Conducted sunrise meetings and communicated any changes in department • Scheduled, Coordinated and assisted with major repairs on machines • Provided leadership in department with little supervision from staff March of 2006 to December 2008, Tyco Healthcare/ KENDALL/ COVIDIEN Position: Setup Technician L3 in K-Grinding, Futaba and Rotary Needle Assembly, 3rd shift • Maintained equipment • Performing scheduled maintenance on machines • Ability to work proficiently in a high speed and sometimes stressful environment • Performed change overs on machines within sufficient amount of time without little to any supervision • Proficient trouble shooting skills was required to be successful in the various departments • Ability to make a sound and quality decision on the floor when machines would go down • Supported team members with machine issues along with change overs • Supported floor as the backup lead setup 2001 to March of 2006, AMERICAN IN -LINE INSPECTION Position: Field Technician, Vac Truck Operator, Camera Truck Operator: • During my employment I was in charge of maintenance on equipment for the cleaning division side • Performed work on all types of wastewater facilities, sanitary sewer, and storm water • Apart of an infrastructure repair team for wastewater systems. During my employment with the company, I was involved with starting the groundwork for multiple avenues of expansion. Some of the various types of projects were repairing lift stations, road extensions, storm pipes, and helping out with environmental spills • Scheduling as well as performing maintenance on trucks • Scheduling and staffing for various jobs (e.g., Major theme parks, environmental spills, major repairs for wastewater and storm runoff for major metropolitan areas ) • In charge of conducting and scheduling the repairs on all cleaning equipment and ancillary systems EDUCATION/TRAINING/CERTIFICATES • AAS Degree in Business Administration • High School Diploma, Deland High • Blue Belt Six Sigma Trained • Corporate Validation Training • Completed Classes for Microsoft Word 2010 at Daytona State College • Microsoft Word, Outlook, Excel, Maximo Maintenance Tracking Data Base and BPCS AS400 Purchasing System • First Aid Trained • Arch Flash Trained • Trainer for straight mast, power pallet and stand-up forklifts • A3 Failure Root Cause Analysis Trained and Certified Certificates for the following: • Management Essentials: Treating your direct reports fairly, managing a diverse team, directing others, developing your direct reports, Delegating, Confronting Difficult Employee Behavior, Caring about your direct reports • Leadership Essentials: Motivating Employees, Leading with Emotional Intelligence, Leading Business Execution, Communicating Vision, Building Your Influence as a leader • Business Writing: How to write Clearly and Concisely, Editing and Proofreading, • Project Management Fundamentals • Class A CDL • Advanced MOT • Certified Installer International Repair Systems Sectional CIPP • Certified Installer of Rausch Quicklock Installer • Certified Installer of HydraTite Seals by HydraTech Engineering Joint seals • Avanti Chemical Grout applier • Confined Space Training Cell: (407) 595-5459 bobanddee83@gmail.com Robert C. Barker Objective Experience To bring my organizational leadership skills, training and development skills and my ability to drive positive experience results to a company which not only has its shareholders and customers best interest in mind, but also with one that feels that one of their strongest assets are the people that make up their organization. 7/2022 - Present Atlantic Pipe Services, LLC Sanford, FL Project Manager (7/2022 - Present) • Assist in the day to day operations of The Villages, FL division which specializes in the cleaning & video inspection of storm lines along with coordinating repair methods when necessary. • Duties include but are not limited to: Direct contact with customers, at all levels of management, either through telephone communications, emails or face to face meetings to establish and/or effectively maintain ongoing relationships. Quoting of projects on an as needed basis in both time & material and lump sum formats. Scheduling & dispatching of crews and equipment to the customer specific location to provide needed services on a 24/7 basis. "After the sale" communications with the customer to ensure that the services provided met or exceeded the customers' expectations leading to optimal customer satisfaction. 1996 — 7/2022 Orange Industrial Services, LLC Bartow, FL General Manager (2007 — 2022) • Assist in the day to day operations of the Davenport, FL division which specializes in the cleaning & video inspection of storm and sanitary systems & lines, hydro -excavation and power plant vacuuming. Duties include but are not limited to: • Direct contact with customers, at all levels of management, either through telephone communications, emails or face to face meetings to establish and/or effectively maintain ongoing relationships. • Quoting of projects to perspective and existing customers on an as needed basis in both time & material and lump sum formats, as well as negotiations of "Annual Contracts" to provide services for Municipalities, Utilities and Theme Parks. • Scheduling & dispatching of crews and equipment to a customer's location in order to provide needed services on a 24/7 basis. • "After the sale" communications with the customer to ensure that the services provided met or exceeded the customers' expectations leading to optimal customer satisfaction. • Purchasing of supplies and services for the daily operations of the facility from a variety of vendors, holding those vendors to an expected standard. • Involved in the proactive hiring, orientation, managing, and development of new employees to maintain a skilled and productive workforce. Education Attributes Sales Manager (1996 — 2007) Responsible for the acquisition of new customers and the maintaining of direct contact with existing customers, throughout the State of Florida, on a regular basis for the Davenport, FL division. Duties included but were not limited to: • Quoting of projects to perspective and existing customers on an as needed basis in both time & material and lump sum formats, as well as negotiations of "Annual Contracts" to provide services for Municipalities, Utilities and Theme Parks. • "After the sale" communications with the customer to ensure that the services provided met or exceeded the customers' expectations. 1986 — 1996 Correct Maintenance Corporation Portage, IN Operations Manager • Day to day operations of a $15 million dollar per year Industrial Cleaning Company. Duties included but were not limited to: • Overseeing of the onsite Equipment Maintenance department, Scheduling/Dispatch office, Equipment Warehouse and grounds and maintenance to ensure all departments met or exceeded all necessary quality assurance requirements. • Purchasing of all job -related supplies, and repair parts necessary to maintain the fleet of equipment, that is required to support the projects Managers/Sales Department. Project Manager • Customer base consisted of all "Food Industry" customers such as corn plants, soybean plants & food processing facilities in IN, MI, IL, IA & WI. Duties included but were not limited to: • Direct contact with customers, at all levels of management, either through telephone communications or face to face meetings to establish and/or effectively maintain ongoing relationships. • "After the sale" communications with the customer to ensure that the services provided met or exceeded the customers' expectations. Scheduler/Dispatcher • Supported the Sales department by assigning the correct personnel and equipment to selected projects. • Duties included but were not limited to: • Responsible for the placement of between 100 -150 employees on a daily basis, based on the employees' area of expertise and training. • Hiring & orientation of all new field personnel. 1984 -1985 Indiana Vocational Technical College • Business Management & Computer Science 1985-1986 Gary, IN Calumet College Hammond, IN • Business Management & Computer Science • Excellent written and oral communications skills. • Knowledgeable in Microsoft Word & Outlook as well as some Excel experience. • Self-starter with strong organizational skills. .�w►rn r►NV nwNrcuv►►a, l.reamny, anu rWNarra ru-t- irc'rr-uu► 2. Proposer should supply a list of five (5) similar projects successfully completed or currently working on by the Proposer, as a Prime or Subcontractor, within the last five (5) years. Failure to provide this information may be cause for rejection of the proposal. For the purpose of this RFP, a similar project is described as follows: • Must have a minimum of five (5) years of experience with similar size agencies and scope. • Must possess the following licenses/certification: • Florida State Underground License • All operators must be PACP (NASSCO Pipeline Assessment Training Certification) trained with current certifications MOT Intermediate certified In the instance that a manufacturer offers training certification for their product or equipment, current training certifications must be held in order to utilize said product and/or equipment *The contact person listed as a reference shall be someone who has personal knowledge of the Proposer's performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the District will be emailing them. (If at all possible, please do NOT use District Staff as a Reference) Owner / Business Name: Seminole County Project Location / Address: Miscellaneous Throughout Seminole County City: 177 Bush Loop, Sanford Point of Contact: Michael Garcia Phone Number: 407.665.5673 State: Florida Zip Code: 32773 Dates of Work: 2019 — Current Fax Number: 407.665.5788 E-mail Address: mgarcia@seminolecountyfl.gov Project Name: Term Contract for Stormwater Culvert CCTV Video Services Contract Amount: $791,666.55 Brief Description of Project and Installation: Stormwater cleaning, video inspections, plugging, dewatering, & MOT Owner / Business Name: City of Belle Isle Project Location / Address: Misc Throughout City Limits City: State: Zip Code: Point of Contact: Phil Price Dates of Work: 2022 — Present Phone Number: 689.500.3473 Fax Number: E-mail Address: pprice@belleisle.gov Project Name: Stormwater Pipe Assessment and CIPP Lining Contract Amount: $528,279.92 Brief Description of Project and Installation: Storm Pipe Cleaning, and MOT CCTV, Lining, Point Repairs, Plugging, Dewtaering, Village Community Development Districts Purchasing Department Page 9 of 29 OLUI I 1-:NW 1n►►y, anu MC`.JaI7a ITrr itZ4r-VV/ Owner / Business Name: Lane Construction Corporation (owner: FDOT) Project Location / Address: 1-4, 429 Toll, and 417 Toll Intersection City: Sanford State: Florida Point of Contact: Steve Johnson Phone Number: 863.978.8962 Zip Code: 32771 Dates of Work: 6/23/2020 — Current Fax Number: E-mail Address: JSJohnson@laneconstruct.com Project Name: Wekiva 8 1 Contract Amount: $465,933.34 Brief Description of Project and Installation: Storm Pipe Cleaning Inspections, Plugging, Dewatering, Grouting, Mechanical Repair Sleeves, and Lining. Owner / Business Name: Seminole County Project Location / Address: Miscellaneous Throughout Seminole County City: 177 Bush Loop, Sanford State: FL Zip Code: 32771 Point of Contact: Owen Reagan Phone Number: 407.665.5946 Dates of Work: 2020 - present Fax Number: E-mail Address: oreagan@seminolecountyfl.gov Project Name: Term Contract for Storm Pipe Lining and Related Services Contract Amount: $1,619,397.00 Brief Description of Project and Installation: Precleaning, CIPP Lining, and Post Inspection of 12" — 84" Storm Pipe. Structure and Box Sealing is Included. MOT and any necessary dewatering are the responsibility of Atlantic Pipe Services. Owner / Business Name: Cathcart Construction Company (owner: University of Central Florida) Project Location / Address: 4000 Central Florida Blvd City: Orlando I State: FL Point of Contact: Ryan Kummer Phone Number: 407.457.9726 Zip Code: 32816 Dates of Work: 6/05/2023 — 9/02/2023 Fax Number: E-mail Address: rkummer(a7cathcartconstructioncompany.com Project Name: UCF Storm Repairs Phase 3 Contract Amount: $600,000.00 Brief Description of Project and Installation: Storm Conveyance Cleaning, Repairs, Inspection, Plugging, Dewatering, and Blockage Removals. Village Community Development Districts Page 10 of 29 Purchasing Department awrrr► r►Ne nwpGctwna, arw r�CNd►►a r�rr ►rc•rr-vv► EQUIPMENT & MATERIAL RESOURCES which will be used on job site 1. List equipment owned (types, number of, make, model, and year) (Separate list is acceptable) 1 See attached list. 2. 3. 4. 5. 6. 7. 8. 9. 10 2. List equipment expected to be purchased for this project. (Separate list is acceptable). 1. None anticipated. APS will notify The District if new equipment is purchased for work bad. 2. 3. 4 5 CONTRACTOR'S AFFIDAVIT State of Florida County of SO Before e personal) appeared ,A4.14 C who is (title) P�'1lSirG+ .�,r+'�' of (the company described herein being duly swarn, deposes and say that the foregoing statements are a true and accurate statement of the posi on of as of the date thereof, and, that the statements and answers to the foregoing experience questionnaire are correct and true as of the date of this affidavit; and, that he/she understands that intentional inclusion of false, deceptive, or fraudulent statements of this application constitutes fraud; and, agrees to furnish any pertinent information requested by The District deemed necessary to verify the statements made in this application or regarding the ability, standing and general reputation of the applicant. Personally Known or Produced Identification Sworn to • s ! •efore me this yr day of NOT "''' � T I IF ORIDA (Signature of NotaFir ubli (Print Name of Notary Publi6 ' JESSICA D. EVERING Notary Public State of Florida Comm# HH149020 Expires 7/16/2025 This document must be completed and returned with your Submittal Vill- • ommunity Development Districts Page 11 of 29 Purchasing Department DIVISION EQUIPMENT NUMBER - EQUIPMENT DESCRIPTION EQUIPMENT TYPE FUEL TYPE Month Took Possession 1-03 BT001 2014 ISUZU BOX TRUCK Diesel 8/8/2019 1-01 CT001 2017 FORD CAMERA TRUCK F550 4x4 TV TRUCK Diesel 5/10/2017 _ 1-02 CT002 2017 FORD CAMERA TRUCK F550 4x4 TV TRUCK Diesel 10/30/2017 1-01 CT003 2018 FORD CAMERA TRUCK F550 4x4 TV TRUCK Diesel 7/23/2018 1-02 CT004 2018 FORD CAMERA TRUCK F550 4x4 TV TRUCK Diesel 11/27/2018 1-01 CT005 2019 FORD CAMERA TRUCK F550 4x4 TV TRUCK Diesel 5/30/2019 1-03 CT006 2018 FORD CAMERA VAN E450 TV TRUCK Unleaded 8/13/2019 1-02 CT007 2019 FORD CAMERA TRUCK F550 4x4 Lateral Launch TV TRUCK Diesel 8/17/2020 1-01 CT008 2019 FORD CAMERA TRUCK F550 4x4 TV TRUCK Diesel _ 8/17/2020 1-04 CT009 2019 FORD CAMERA TRUCK F550 4x4 Lateral Launch TV TRUCK Diesel 10/7/2020 1-05 CT010 2020 Ford F550 4WD CAMERA TRUCK WITH CUTTER TV & CUTTER TRUCK Diesel 10/7/2020 1-04 CT011 2020 FORD CAMERA TRUCK F550 4x4 TV TRUCK Diesel 11/19/2021 1-01 CT012 2020 FORD CAMERA TRUCK F550 4x4 TV TRUCK Diesel 11/19/2021 1-05 CT014 2021 Ford F550 4WD CAMERA TV TRUCK Diesel 9/28/2021 1-01 CT015 2021 Ford F550 4WD CAMERA TV TRUCK Diesel 8/1/2022 1-04 CT016 2021 Ford F550 4WD CAMERA _ TV TRUCK Diesel 9/19/2022 1-02 CT017 2021 Ford F550 4WD CAMERA TV TRUCK Diesel 2/3/2023 1-05 CT018 2022 Ford F550 4WD CAMERA TRUCK TV TRUCK Diesel 7/7/2022 1-02 CT019 2021 Ford F550 4WD Laser CAMERA TRUCK _ TV TRUCK Diesel 7/28/2022 1-01 CT020 2022 Ford F550 4WD CAMERA TRUCK TV TRUCK Diesel 3/8/2023 1-02 CT021 2022 Ford F550 4WD CAMERA TRUCK TV TRUCK Diesel 7/6/2023 1-01 CT022 2023 Ford F550 4WD Camera _ TV TRUCK Diesel 2/1/2024 1-03 CT023 2023 Ford F550 4WD Camera TV TRUCK Diesel 2/4/2024 1-02 CT024 2023 Ford Van TV Truck 1-01 GT001 2018 FORD F750 XL GROUT TRUCK Diesel 10/23/2018 1-02 GT002 2021 FORD F650 GROUT TRUCK Diesel 6/28/2021 1-01 GT003 2022 FORD F-750 GROUT TRUCK Diesel 4/26/2023 1-05 HT001 2020 Kenworth T880 BOILER TRUCK (CIPP) Diesel 12/30/2019 1-05 HT002 2022 Kenworth T880 BOILER TRUCK (CIPP) DIESEL 11/19/2021 1-05 HT003 2020 Kenworth T800 BOILER TRUCK (CIPP) DIESEL 3/14/2022 1-01 SV001 2017 Freightliner 114SD / Sewer Vaccum Truck VAC Truck Diesel 12/19/2016 1-01 SV002 2018 Freightliner 114SD VAC Truck Diesel 9/15/2017 1-01 SV003 2018 Freightliner 1145D TRUCK VAC Truck Diesel 12/26/2017 1-05 SV005 2018 Freightliner 114SD / Sewer Vacuum Truck VAC Truck Diesel 6/5/2019 1-03 SV006 2020 Freightliner 114SD / Vacall 114SD Sewer Vacuum Truc VAC Truck Diesel 7/8/2020 1-02 SV007 2019 Freightliner 114SD Vacall Recycler Sewer Vac Truck VAC Truck Diesel 7/8/2020 1-01 SV008 2020 Peterbilt / Vactor Standard Sewer Vac Truck VAC Truck Diesel 3/1/2021 1-02 SV009 2017 Kenworth T880 /Vactor Recycler Sewer Vac Truck VAC Truck Diesel 6/10/2020 1-01 SVO11 2020 Vactor Standard Sewer Vac Truck VAC Truck Diesel 10/15/2020 1-01 SV013 2020 Freightliner 114SD VACALL 114SD Recycler Sewer Van VAC Truck Diesel 6/15/2021 1-02 SV017 2019 Freightliner 114SD VACALL 114SD Recycler Sewer Vacc VAC Truck Diesel 10/13/2021 1-01 SV018 2021 Freightliner 114SD Vactor Standard Sewer Vac Truck VAC Truck Diesel 6/28/2021 1-02 SV019 2022 Freightliner 114SD Vacall Standard VAC Truck Diesel 8/11/2021 1-04 SV020 2022 Freightliner 114SD Vacall Standard VAC Truck Diesel 6/21/2022 1-04 SV021 2022 Freightliner 114SD Vacall Standard VAC Truck Diesel 6/21/2022 1-05 SV022 2021 Peterbilt 567- Vactor VAC Truck Diesel 7/7/2022 1-01 SV023 2022 PETERBILT 567 VAC Truck Diesel 9/19/2022 1-02 SV024 2021 Kenworth T880- Vactor VAC Truck Diesel 10/20/2022 1-04 SV025 2020 Freightliner 114SD VAC Truck Diesel 10/20/2022 1-01 SV026 2022 Kenworth T880- Vactor VAC Truck Diesel 12/19/2022 1-02 SV027 2020 Freightliner 1145D Vacall Recycler VAC Truck Diesel 9/27/2022 1-03 SV028 2022 PETERBILT 567 VAC Truck Diesel 2/21/2023 1-02 SV029 2022 Kenworth T880- Vactor VAC Truck Diesel 2/21/2023 1-01 SV030 2023 Freightliner 114SD VAC Truck Diesel 4/4/2023 1-04 SV031 2023 Freightliner 114SD VAC Truck Diesel 5/8/2023 1-04 SV032 2023 Freighliner 114SD VAC Truck Diesel 5/8/2023 1-02 SV033 2023 Freightliner 114SD VAC Truck Diesel 12/7/2023 1-03 SV034 2023 Kenworth T880 VAC Truck Diesel 1/16/2024 _ 1-02 SV035 2023 Freightliner 1145D VAC Truck Diesel 6/23/2023 1-05 SV036 2023 Freightliner 114SD VAC Truck Diesel 5/8/2023 1-01 SV037 2023 Kenworth T880 VAC Truck Diesel 6/23/2023 99 - Corp ST001 2019 FORD F550 MECHANIC TRUCK Diesel 9/13/2019 1-02 ST002 2019 FORD F350 MECHANIC TRUCK Diesel 11/22/2019 1-01 ST003 2021 FORD F550 XL DIVE TRUCK Diesel 8/24/2021 99 - Corp ST004 2022 FORD F550 MECHANIC TRUCK Diesel 2/1/2023 1-01 T002 2016 FORD F150 Support/Supervisor TRUCK Unleaded 11/14/2018 1-03 T003 2016 FORD F150 Support/Supervisor TRUCK Unleaded 11/14/2018 1-01 T007 2019 Ford F250 Support/Supervisor TRUCK Diesel 7/8/2019 1-04 TO11 2019 FORD F-150 Support/Supervisor TRUCK Unleaded _ 6/30/2019 99-Corp T012 2018 FORD F-150 Support/Supervisor TRUCK Unleaded 9/13/2019 1-04 T014 2019 FORD F-150 Support/Supervisor TRUCK Unleaded 1/24/2020 1-02 T015 2020 FORD F-150 Support/Supervisor TRUCK Unleaded 7/13/2020 99- Corp T016 2020 FORD F-150 Support/Supervisor TRUCK Unleaded 8/1/2020 1-04 T017 2020 FORD F-150 Support/Supervisor TRUCK Unleaded 8/14/2020 1-01 T018 2020 FORD F-150 Support/Supervisor TRUCK Unleaded 8/14/2020 1-04 T019 2020 FORD F-150 Support/Supervisor TRUCK Unleaded 8/14/2020 1-02 T020 2020 FORD F-250 Support/Supervisor TRUCK Unleaded 1/13/2021 1-01 T021 2021 FORD F-150 Support/Supervisor TRUCK Unleaded 5/19/2021 1-01 T022 2021 FORD F-150 Support/Supervisor TRUCK Unleaded 6/21/2021 1-05 T023 2021 FORD F-350 Support/Supervisor TRUCK Diesel 7/12/2021 1-03 T025 2021 Ford F-150XL Support/Supervisor TRUCK Unleaded 11/12/2021 1-02 T027 2021 Ford F150XLT Support/Supervisor TRUCK Unleaded 1/22/2022 1-01 T028 2022 Ford F150 XLT Support/Supervisor TRUCK Unleaded 1/22/2022 1-04 T029 2021 Ford F250 Crew Cab Support/Supervisor TRUCK Unleaded 1/22/2022 1-05 T030 2021 Ford Supercrew F150XL Support/Supervisor TRUCK Unleaded 2/14/2022 99-Corp T031 2021 Ford supercrew F150XL Support/Supervisor TRUCK Unleaded 2/14/2022 1-01 T032 2021 Ford F350 Flat Bed Support/Supervisor TRUCK Diesel 2/22/2022 1-02 T033 2022 Ford F250 Support/Supervisor TRUCK Unleaded 4/14/2022 1-04 T034 2021 Ford F150 XL Supercrew Support/Supervisor TRUCK Unleaded 4/4/2022 99 Corp T035 2020 Ford F150 4dr Sport Support/Supervisor TRUCK Unleaded 4/14/2022 1-05 T036 2022 FORD F-150 Support/Supervisor TRUCK Unleaded 5/2/2022 1-05 T037 2022 Ford F350 Support/Supervisor TRUCK Diesel 5/25/2022 1-05 T038 2020 FORD F-150 Support/Supervisor TRUCK Unleaded 6/1/2022 1-02 T039 2022 FORD F-150 Support/Supervisor TRUCK Unleaded 6/22/2022 1-04 T040 2022 FORD F-250 Support/Supervisor TRUCK Unleaded 6/22/2022 1-01 T041 2022 FORD F-150 Support/Supervisor TRUCK Unleaded 6/22/2022 99-Corp T042 2022 FORD EXPLORER SUV SAFETY MGR Unleaded 7/1/2022 99-Corp T043 2022 FORD F-150 HYB Support/Supervisor TRUCK Unleaded 8/22/2022 1-01 T044 2022 FORD F-550 Support/Supervisor TRUCK Diesel 8/1/2022 1-05 T045 2022 Ford F-150 Support/Supervisor TRUCK Unleaded 8/1/2022 1-01 T046 2022 Ford F-150 Support/Supervisor TRUCK Unleaded 10/22/2022 99-Corp T047 2022 Ford F-150 Support/Supervisor TRUCK Unleaded 10/1/2022 1-02 T048 2023 F-150 Support/Supervisor TRUCK Unleaded 2/27/2023 1-05 T049 2023 FORD F-150 XLT Support/Supervisor TRUCK Unleaded 4/12/2023 1-01 T050 2023 FORD F-150 XLT Support/Supervisor TRUCK Unleaded 4/13/2023 1-01 T051 2023 Ford F-150 Support/Supervisor TRUCK Unleaded 5/3/2023 1-04 T052 2020 Ford F-250 Support/Supervisor TRUCK Unleaded 5/22/2023 1-02 T053 2023 FORD F-150 XLT Support/Supervisor TRUCK Unleaded 8/24/2023 1-01 T054 2023 FORD F-150 Support/Supervisor TRUCK Unleaded 10/25/2023 1-03 T055 2023 FORD F-250 4X4 CREW CAB Support/Supervisor TRUCK Diesel 11/17/2023 1-02 T056 2023 Ford F-150 4X4 Super Crew Support/Supervisor TRUCK Unleaded 12/13/2023 Corp T057 2023 Ford F-150 Support/Supervisor TRUCK Unleaded 1/29/2024 1-01 MHT001 2021 Rollin Flatbed Trailer/Cement Spray Gooseneck Trailer N/A 3/14/2022 1-01 MHT002 2022 Cargo Mate Utility Trailer/Epoxy Spray Trailer N/A 3/14/2022 1-01 RT002 2020 Arising Industry Trailer TRAILER N/A 9/11/2019 1-02 RT003 2020 Arising Industry Trailer (grout) TRAILER N/A 10/17/2019 1-04 RT004 2020 5x10 Utility Trailer TRAILER N/A 12/23/2020 1-01 RT005 2021 7x20 Utility Trailer TRAILER/Dive N/A 1/11/2021 1-05 RT006 2021 18x8 Big Tex Trailer TRAILER N/A 10/1/2021 1-04 RT008 2022 8.5 x 20 x 6'6 Enclosed Trailer TRAILER N/A 2/15/2022 1-05 RT009 2022 Big Tex 18x8 Trailer TRAILER N/A 2/25/2022 1-04 RT011 2023 20' Bumper Pull Big Tex Trailer DIVE TRAILER N/A 4/18/2023 1-06 RT012 2023 16x7 Utility Trailer Big Tex TRAILER N/A 4/28/2023 1-02 RT013 2024 82"x 16' Tandem Axle Landscape Trailer Trailer/ Dive N/A 1/11/2024 1-02 RT014 2023 Pipehunter Trailer Trailer/Easement N/A 1/6/2024 1-06 RT015 2020 Anderson Full metal Flat Bed 20' w/ Dove Tail Trailer N/A 1/29/2024 1-05 IT001 2021 8X12 Medium Inversion Trailer TRAILER N/A 12/28/2021 1-02 LT001 2020 Rausch Trailer w Laser Equipment TRAILER/LASER N/A 11/18/2020 1-04 LT002 2021 CRMT Trailer w Laser Equipment TRAILER/LASER N/A 6/15/2021 1-03 LT003 2017 CRMTTrailerw Laser Equipment TRAILER/LASER N/A 7/14/2021 1-02 LT004 2011 CRMT Trailer w Laser Equipment (For Parts) TRAILER/LASER Jul-21 CTRX VIDEO EQUIP T150-CUTTER T150-CUTTER 5"-12" PULL TYPE Specialized Equip. N/A 10 Form (Rev. October 20181 Department o- the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. 1 Name (as shown on your income tax rcttunj. Nara is required on th s line, do not leave thus)ine ClEank. Atlantic Pip Services, LLC 2 :Business ail'', name if different from above 3 Check appropnate pox for federal tax classification of the person whose name is entered on lire 1 Check only one of the following seven boxes. Ind v d,.alisole proprietor or sirgle-member LLC J Limited hap lity comoany. Enter :he tax classification (C=C corporation S=S corporation, P=Partnership) ► P Note; Citter:R the mercer ate box n the line above for Uta as cIass.ficat or of :15 s ngle-m4mbsr owns. l)o not t:tisCii LLG a t-se LLC is datssrfica as a single -member LLC Ihat is disregarded from the owner unlees the owner 9f the i.LC s arn'he, LLC that is not d sregarded from the ownsr ton U.S. tedara tax purposes. Otnerwisa, a single -renter LLC that s oisregarded from me owner shoo d check the appropriate box for the tax class fication of its owner. Other (see instructions) ► C Corporation �J S Corporation ❑ Par.nership ❑ Trust/estate 5 Address (number, street, and apt. or suite no.) See instructions 1420 Martin Luther King Jr Blvd. 6 City, state, and 2[5 code Sanford, FL 32771 4 Exempt ons (codes apply only to certain entit es, not Individuals; see instructions on page 3) Exempt payee code ( f any) Exemption from FATCA reporting code of any) 'Fop+yes ro arccLnl5 na nra red,"Isile the i15/ Requester's name and address ioptioita1 7 List account numbefts) nere al UM Taxpayer Identification Number (FIN) Inter your TIN in the apnrnpriata box. The TIN provided must match the name given on Ire 1 to avoid ttackup wlthholdirg. For indtvduals, this i5 generally your social security number (SSN). However. for a resident alien, sole owprieIor, or disregarded entity, see the ,rstructlons for Part I, later. For other entities, it 's your employer identification number (EIN). If you do nor have a number. see How to get a TIN, later. Note: If the account is in more than one name see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter Social security number or Employer identification number 8 4 5 1 5 5 0 9 WM Certification Under penalties of perjury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am wailing for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3, I am a U.S. citizen or other U.S. person (defined below); and 4, the FATCA code(s) entered on this form (if ary) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject -o backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are -not required, G sign the certifr alien, but you must provide your correct TIN. See the instructions for Part II, later, f r ., Sign Here Signature of U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislatio^ enacted after they were published, go to www Irs.gov/FormW9 Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date I. • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (horse mortgage Interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form 1/1W79 to the requester with a TIN, you might be subject to backup withhofrfing. See What is backup withholding, later. Cat. No. 1C231X Form W-9 (Rev 10-2018) .�w►►►► r►Ne u►a/Jeutnnw, I.►emu►vy, anu rW%ia►►a rcrr ►rc'►r-vv► DISCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS AND SUPPLIERS Note: Proposer must sign the appropriate statement below as applicable. The proposer shall not change any Subcontractors, Subconsultants or Suppliers without just cause and approval by the District. ( ) No Subcontractors, Subconsultants or Suppliers will be used in connection with the performance of this contract. Firm: Signature: -OR- (w.1 All Sub -contractors, Sub -consultants or Suppliers to be used in connection with performance of this contract are listed below. (This form may be duplicated and as necessary for additional Firms/Agencies) Firm: Atlantic Pipe Services, LLC Signature: SUB -CONTRACTORS, SU:-CONSULTANTS AND SUPPLIERS Name of Firm or Agency: United Rentals (pump and pump accessories) Address: 706 W Landstreet Rd, Orlando, FL 32824 Telephone: 704.617.6139 Contact Name / Title: Zachary Stilp — Account Manager Circle One: *sub -contractor sub -consultant supplier *What is the estimated percentage of work that the Sub -Contractor will self -perform? Supplier when necessary Name of Firm or Agency: Madewell (spincast material supplier) Address: 7561 Industrial Court, Alpharetta, GA 30004 Telephone: 765.810.3497 Contact Name / Title: Craig Closser — Vice President Circle One: *sub -contractor sub -consultant supplier *What is the estimated percentage of work that the Sub -Contractor will self -perform? Supplier when necessary Name of Firm or Agency: Manufactured Technologies Corporation (CIPP Manhole to Manhole Lining) Address: 17988 Edison Avenue, Chesterfield MO 63005 Telephone: 813.614.1618 Contact Name / Title: Andrew Dietsch — Account Manager Circle One: *sub -contractor sub -consultant supplier *What is the estimated percentage of work that the Sub -Contractor will self -perform? Supplier when necessary Name of Firm or Agency: Address. Telephone: Contact Name / Title: Circle One: *sub -contractor sub -consultant supplier *What is the estimated percentage of work that the Sub -Contractor will self -perform? N/A Name of Proposer's Firm: Atlantic Pipe Services, LLC This document must be completed and returned with your Submittal Village Community Development Districts Purchasing Department Page 13 of 29 Jwnn rip►fl p Ut.►una, L I a1vn►y, dnu ►NGNd►►. ►[rr It '#r-uu► SUBCONTRACTORS STATEMENT OF EXPERIENCE, EQUIPMENT AND PERSONNEL Form ONLY required if your Subcontractor is self -performing 75% or more of the work proposal. (Proposer may also provide any supplemental information as proof of experience and qualifications of Firm and/or personnel listed on this form) SUBCONTRACTOR: N/A - APS intends to self perform all work on contract Federal Employer Identification Number (EIN): State of Florida License Number (If Applicable) 1. How many total years' experience in Storm Pipe Inspections, Cleaning & Repairs? years As Prime Contractor years As Subcontractor years 2 Does your Firm meet the qualifications/requirements to conduct Storm Pipe Inspections, Cleaning & Repairs Yes No . If no, explain below. 3 List all officers and directors of your Firm. Attach additional sheets as needed. NAME POSITION/TITLE 4. Have you ever failed to complete any work awarded to you in the last 3 years? Yes No . If yes, where and why? 5 Have you previously worked for The Villages or The District? Yes _ No — If yes, list projects. Village Community Development Districts Page 14 of 29 Purchasing Department awr►rr rIp arm rceparra mrr irc•rr-vvr SUBCONTRACTOR EXPERIENCE & REFERENCES The determination of whether a Firm, Principal Individual or Sub -Contractor is responsible or not shall be at the sole discretion of the District. Although the District may request submission of a minimum number of requirements for evaluation, the District's determination of a Firm, Principal Individual or Sub - Contractor's responsibility shall not be solely based on the it's experience. 3. Describe any experience of the Principal Individuals (Foremen, Superintendents, etc.) who are responsible for the actual Storm Pipe Inspections, Cleaning & Repairs of your organization. Attach additional sheets as needed. N/A Name Type of Work Position Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Name Position Type of Work Yrs. Experience Yrs. With Firm Village Community Development Districts Page 15 of 29 Purchasing Department Jwrrn L.iianuIy, anu rCGFrana rcrr irctr-vvr 4. Subcontractor should supply a list of five (5) similar projects successfully completed or currently working on by the Subcontractor, as a Prime or Subcontractor, within the last five (5) years. Failure to provide this information may be cause for rejection of the proposal. For the purpose of this RFP, a similar project is described as follows: • Must have a minimum of five (5) years of experience with similar size agencies and scope. • Must possess the following licenses/certification: • Florida State Underground License • All operators must be PACP (NASSCO Pipeline Assessment Training Certification) trained with current certifications • MOT Intermediate certified • In the instance that a manufacturer offers training certification for their product or equipment, current training certifications must be held in order to utilize said product and/or equipment *The contact person listed as a reference shall be someone who has personal knowledge of the Proposer's performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the District will be emailing them. (If at all possible, please do NOT use District Staff as a Reference) Owner / Business Name: N/A Project Location / Address: City: State: Point of Contact: Zip Code: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name: Brief Description of Project and Installation: Owner / Business Name: N/A Project Location / Address: City: Point of Contact: Phone Number: Contract Amount: State: Zip Code: Dates of Work: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation: Village Community Development Districts Page 16 of 29 Purchasing Department awrrrr r-ww uwNGcuurw, corn rwpana r�rr irc'rr-uur Owner / Business Name: N/A Project Location / Address: City: State: Zip Code: Point of Contact: Dates of Work: Phone Number: Fax Number: E-mail Address: Project Name- Contract Amount: Brief Description of Project and Installation: Owner / Business Name: N/A Project Location / Address: City: Point of Contact: Phone Number: State: I Dates of Work: Zip Code: Fax Number: E-mail Address: Project Name: Contract Amount: Brief Description of Project and Installation Owner / Business Name: N/A Project Location / Address: City: State: Point of Contact: Phone Number: Zip Code: Dates of Work: Fax Number: E-mail Address: Project Name: Brief Description of Project and Installation Contract Amount: Village Community Development Districts Page 17 of 29 Purchasing Department OW, ►n rgJG nwNGcuv►►a, L.I dfffffy, CHILI r[tJaua Mr!" H '#r-vvI SUBCONTRACTOR EQUIPMENT & MATERIAL RESOURCES which will be used on job site 1. List equipment owned (types, number of, make, model, and year). (Separate list is acceptable) 1. N/A 2. 3. 4. 5. 6. 7. 8. 9. 10 List equipment expected to be purchased for this project. (Separate list is acceptable) 1 N/A 2. 3. 4. 5. SUBCONTRACTOR'S AFFIDAVIT State of Florida County of Sedeninth_ Before a personals app ared arttA (IL who is (title) Pf4drcQJh•d" of (the company described herein eing duly sworn, deposes and say that the foregoing statements are a true and accurate statement of the posits n of said organization as of the date thereof, and, that the statements and answers to the foregoing experience questionnaire are correct and true as of the date of this affidavit; and, that he/she understands that intentional inclusion of false, deceptive, or fraudulent statements of this application constitutes fraud; and, agrees to furnish any pertinent information requested by The District deemed necessary to verify the statements made in this application or regarding the ability, standing and general reputation of the appl ant Personally Known (_ or Produced Identification Swor • subscn• =d before me this 1 day of ATE OFF y,. IDA Public) 2024 Q�l (Print Name of Notary Public) ,:Cltr JESSICA D. EVERING Notary Public State of Florida Comm# HH149020 Expires 7/16/2025 This document must be completed and returned with your Submittal Village Community Development Districts Page 18 of 29 Purchasing Department JLIJI rINr fnryy, anu rNrNm►a ftc4r-uur EXCEPTIONS OR DEVIATIONS TO SPECIFICATIONS Note: Proposer must sign the appropriate statement below as applicable. ( X ) Proposer understands and agrees to all terms, conditions, requirements and specifications stated herein. Firm: Atlantic Pipe Services, LLC Signature: -OR- Proposer takes exceptions to terms, conditions, requirements or specifications stated herein. (Proposer must itemize each exception below and return with the Proposal Form.) Firm: N/A Signature: Proposer should note that any exceptions taken from the stated terms and/or specifications may, but not necessarily will be cause for their submittal to be deemed "non -responsive", risking rejecting of the submittal. Attached are additional pages Name of Proposer's Firm: This document must be completed and returned with your Submittal Village Community Development Districts Page 19 of 29 Purchasing Department OLUI III r►p a►w ►- rr tFL4r-u1.1► Submit To: PROPOSER'S CERTIFICATION Villages Community Development Districts Purchasing Department 1071 Canal Street The Villages, FL 32162 Phone 352-751-6700 Fax 352-751-6715 VILLAGES COMMUNITY DEVLEOPMENT DISTRICTS REQUEST FOR PROPOSAL (RFP) CERTIFICATION AND ADDENDA ACKNOWLEDGMENT DUE DATE: February 8, 2024 DUE TIME: 3:00 pm TITLE: Storm Pipe Inspections, Cleaning & Repairs VENDOR NAME: Atlantic Pipe Services, LLC VENDOR MAILING ADDRESS: 1420 Martin Luther King Jr Blvd RFP #24P-007 PHONE NUMBER: 407.792.1360 FAX NUMBER: N/A CITY/STATE/ZIP: E-MAIL ADDRESS: Sanford, FL 32771 info@atlanticpipe.us "I, the undersigned, certify acknowledgement and the review of any addenda issued (if applicable, indicate all addenda DATES below)." b 122 '42-4\zz ddendum #1 dum #2 Addendum #3 Addendum #4 Addendum #5 Addendum #6 Addendum #7 Addendum #8 Addendum #9 Addendum #10 *The District may reject as non -responsive, any or all submittals where Respondents fail to acknowledge receipt of Addenda as prescribed. "I, the undersigned, declare that I have carefully examined the Solicitation, specifications, terms and conditions as applicable for this request, and that I am thoroughly familiar with all provisions and the quality and type of coverage and services specified I agree to abide by all conditions of this Solicitation and certify that I am authorized to sign this Certification and that the response is in compliance with all requirements of the Solicitation, including but not limited to certification requirements, insurance requirements and E-Verify participation. I understand that timely commencement will be considered in award of this Solicitation and that cancellation of award will be considered if commencement time is not met, and that untimely commencement may be cause for assessment of liquidated damages claims I further certify that the services will meet or exceed the Solicitation requirements. I certify that this response is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same material, supplies, equipment, or services and is in all respects fair and without collusion or fraud I further declare that I have not divulged, discussed, or compared this submittal with any other Respondent and have not colluded with any Respondents or parties to a Solicitation whatsoever for any fraudulent purpose In conducting offers with an agency for Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Middleton Community Development District — A, Middleton Downtown Community Development District, Coleman Ridge Community Development, Eastport Community Development District, Villages Public Safety Department Dependent District or any Village Community Development Districts 1-15, Respondent agrees that if this submittal is accepted, the Respondent will convey, sell, assign, or transfer to the Districts all rights, title and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States for price fixing relating to the particular commodities or services purchased or acquired by the Districts At the Districts' discretion, such assignment shall be made and become effective at the time the District renders final payment to the Awardee " Atlantic Pipe Services, LLC Allan Cagle — President Authorized Supplier Name Title (Print) Authorized S nature This form must be completed and returned with your Submittal Date Village Community Development Districts Page 20 of 29 Purchasing Department LU1III r►FrG Ill. ptcuuna, t.rearn►►y, anu rItpmra r-rr trcvr-vvr SUPPLIER CERTIFICATION REGARDING SCRUTINIZED COMPANIES' LIST Respondent Supplier Name: Atlantic Pipe Services, LLC FEIN: 81-4515509 Authorized Representative's Name & Title: Allan Cagle — President Address: 1420 Martin Luther King Jr Blvd City: Sanford State: Florida Zip: 32771 Phone Number: 407.792.1360 Email: info@atlanticpipe.us Sections 287.135 and 215.473, Florida Statutes, prohibit Florida municipalities from contracting with companies, for goods or services over $1,000,000 that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or to engage in any Business operations with Cuba or Syria. Sections 287 135 and 215.4725 also prohibit Florida municipalities from contracting with companies, for goods or services in any amount that are on the list of Scrutinized Companies that Boycott Israel. The list of "Scrutinized Companies" is created pursuant to Section 215.473, Florida Statutes. A copy of the current list of "Scrutinized Companies" can be found at the following link: https://www.sbafla.comifsb/FLIndsWeManagefFR SPension Plan/GlobaICove r nanceM andates/QuarterlyReporis. aspx As the person authorized to sign on behalf of the Respondent Vendor, I hereby certify that the company identified above in the section entitled "Respondent Vendor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List; or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; is not participating in a boycott of Israel; and does not have any business operations with Cuba or Syria. I understand that pursuant to Sections 287.135 and 215.473, Florida Statutes, the submission of a false certification may subject the Respondent Vendor to civil penalties, attorney's fees, and/or costs. I understand and agree that the Village Center Community Development District, Sumter Landing Community Development District, Brownwood Community Development District, North Sumter County Utility Dependent District, Wildwood Utility Dependent District, Middleton Community Development District — A, Middleton Downtown Community Development District, Coleman Ridge Community Development, Eastport Community Development District Villages Public Safety Department Dependent District or any Village Community Development District 1-15 may immediately terminate any contract resulting from this solicitation upon written notice if the company referenced above are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) for any contract for goods or services in any amount of monies, it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Certified By: Allan Cagle, who is authorized to sign on behalf of Respondent Print Name and Title: Allan Cagle — President Signature: Date: 2./ 7 /24 Village Community Development Districts Page 21 of 29 Purchasing Department . Lur III rip If IJEJUGUVIIJ, li►Garl►r►y, anu r pa►rJ Rrr fl.L4r-uu► This document must be completed and returned with your Submittal DRUG FREE WORKPLACE CERTIFICATE I, the undersigned, in accordance with Florida Statute 287.087, hereby certify that, Atlantic Pipe Services. LLC (print or type name of firm) • Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against employees for violations of such prohibition. • Informs employees about the dangers of drug abuse in the work place, the firm'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 for drug use violations. • Gives each employee engaged in providing commodities or contractual services that are under proposal or bid, a copy of the statement specified above. • Notifies the employees that as a condition of working on the commodities or contractual services that are under proposal or 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 State of Florida or the United States, for a violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written (*) statement to acknowledge their receipt. • Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. • Makes a good faith effort to continue to maintain a drug free work place through the implementation of the drug free workplace program. • "As a person authorized to sign this statement, I certify that the above named business, firm or corporation complies fully with the requirements set forth herein". State of: 'RarcLa Authoriz_. Signature 2f 7/t1 Date Signed County of: Afro AD (s� Sworn to and subscribed before me this day of ‘Fejyt,(lti)12024 Personally known or Produced Identification (Specify Type of Identification) My Com -sion Expi s (seal JESSICA D. EVERING Notary Public State of Florida Comm# HH149020 1'CE rs Expires 7/16/2025 This document must be completed and returned with your Submittal Village Community Development Districts Page 22 of 29 Purchasing Department .7 LVIIII ripe IIWFJGI:UVIW, I.IGa►II/Iy, dllu ( I JdIIa r�rr Irc•rr-uuI ANTI -COLLUSION STATEMENT By signing, this form, the vendor agrees that this proposal is made without any other understanding, agreement, or connection with any person, corporation, or firm submitting a quote for the same purpose and that the quote is in all respects fair and without collusion or fraud, IT IS AGREED BY THE UNDERSIGNED VENDOR THAT THE SIGNING AND DELIVERY OF THE QUOTE REPRESENTS THE VENDOR'S ACCEPTANCE OF THE TERMS AND CONDITIONS OF THE FORGOING SPECIFICATIONS AND PROVISIONS, AND IF AWARDED, THIS CONTRACT WILL REPRESENT THE AGREEMENT BETWEEN THE VENDOR AND THE VILLAGE COMMUNITY DEVELOPMENT DISTRICTS. NAME OF FIRM AtIar-itic Pi lc) Services, LLC [Sign in ink in the space provided below] SIGNED BY: TITLE: Allan Cagle — President ADDRESS: 1420 Martin Luther King Jr Blvd CITY & STATE: Sanford, FL 32771 TELEPHONE: 407.792.1360 No proposals will be withdrawn for a period of sixty (60) days subsequent to the opening of proposals, without the consent of the Purchasing Director. NO PROPOSAL (Reason): N/A This document must be completed and returned with your Submittal Village Community Development Districts Page 23 of 29 Purchasing Department .�wr►rr VIIJC nrbpUuuvna, 1,,ma►nny, dnu rrINaua INSURANCg REQUIREMENTS mrr ftc4r-1Jv1 The contractor shall maintain, on a primary basis and at its sole expense, at all times while performing work for any of the Districts, the "Standard Insurance Requirements" described herein. Contractors responding to a competitive formal solicitation shall provide with their submittal, a Certificate of Insurance (COI) or a letter from the insurance company staling required coverage is obtainable. Prior to corIImenrement pf any Work for the Districts, a COI fulfilling all Standard Insurance requirements must be received end approved by VCCDD. Work is defined as any service provided to the Districts by a vendor/contractor who must access District property in order to provide the service(s). The requirements contained herein, as well as the District's review or ac(ulewredgemenl, is not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the contractor under this contract Standard Insurance Requirements: Financial Rating of Insurance Companies - All insurance companies must have financial rating of A- or higher by A M Best Company, Inc with the exception of self -insured insurance companies. Commercial General Liability Insurance - The contractor shall maintain Commercial General Liability Insurance at a limit of liability not less than S1,000,000 each occurrence and a S2,000,000 annual aggregate Due to the nature of the work involved, consultants performing program and/or contract management services are required to maintain 51,000.000 each occurrence and S1,000,000 annual aggregate The coverage shall not contain any endorsement(s) excluding nor limiting product /completed operations, independent contractors, broad form property damage, X-C-U Coverage, corlti'acitr01 liability or cross liability. The salf-insured retention or deductible shall not exceed 650,000 • Additional Insured Endorsement The contractor shall endorse all Districts as an "Additional Insured" on the Commercial General Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage In addition, the contractor shall endorse all Distracts as an "Additional Insured" under the contractors Commercial Umbrella/Excess Liability as required herein • • Waiver of Subrogation Endorsement The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract. When required by the insurer, or should a policy condition ftpt permit the contractor to enter into a pre -loss agrfeertant to waive subrogation without an endvserntml, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply to any policy that includes a condition specifically prohibiting such an en dOrsemenl, or voids coverage should the contractor enter into such an agreement on a pre -loss basis Business Automobile Liability Insurance - The contractor shall maintain Business Automobile Liability Insurance at a limit of liability not less than $1,000,000 each occurrence Coverage shall include liability for owned, non -owned, and hired automobiles In the event the contractor does not own automobiles, the contractor shall maintain coverage for hired and non -owned auto liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy • Additional Insured Endorsement The contractor shall endorse all Districts as an "Additional Insured" on the Business Automobile Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractor's Commercial Umbrella/Excess Liability as required herein • • Waiver of Subrogation Endorsement The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and re:a...W RM policy be endorsed verb a waive) of transfer e1 rights of recovery epeeist others, or an equivalent endoreertent This wahrecOl segregation requirement shall not apply to any policy (tal Includes a condition specifically prohibiting patch an endorsement. or voids coverage should the contractor sailer Irate such an agreement on a pre -loss basis Worker's Compensation Insurance and Employers Liability Insurance - The contractor, any sub- consultants or subcontractors shall maintain their own Workers Compensation Insurance and Employers Liability in accordance with Florida Statute Chapter 440 In case any class of employees engaged in hazardous work at the site of the operations is not protected under the Workers Compensation statute, the Vendor shall mead , and cause each sub consultant or subcontractor to provide adequate insurance for the protection of its employees not otherwise protected The Vendor must provide a Certificate of Insurance (COI) showing Worker's Compensation coverage or must provide an exemption certificate issued by the State of Florida snowing that the Vendor is exempt from Workers Compensation insurance requirements. (NOTE: Elective exemptions or coverage through an employee leasing arrangement will be on a case -by -case basis) Umbrella or Excess Liability Insurance (needed for large contracts as determined and approved by the Purchasing Director) - The contractor shall maintain either a Commercial Umbrella or Excess Liability Insurance at a limit of liability not less than $2,000,000 each occurrence and S2,000,000 aggregate The contractor shall endorse all Districts as an "Additional Insured" on the Umbrella or Excess Liability Insurance, unless the Commercial Umbrella/Excess Liability Insurance provides coverage on a pure "True Follow- Form" basis, or the District is automatically defined as an additional protected person Any self- insured retention or deductible shall not exceed S50,000 Professional or Errors and Omissions Liability Insurance (when applicable) - The contractor shall maintain a Professional Liability or Errors and Omissions policy at a limit of liability no less than S1,000,000 per claim/loss and 52,000,000 annual aggregate The contractor shall endorse all Districts as an "Additional Insured" on the Professional and/or Errors and Omissions Liability Insurance • Additional Insured Endorsement The contractor shall endorse all Districts as an "Additional Insured" on the Professional or Errors and Omissions Liability Insurance with a "CG 2010 Additional Insured —Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractors Commercial Umbrella/Excess Liability as required herein ' • Waiver of Subrogation Endorsement The contractor shall provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract When required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then the contractor shall notify the insurer and request the policy be endorsed with a waiver of transfer of rights of recovery against others, or an equivalent endorsement. This waiver of subrogation requirement shall not apply tit env policy that includes a condition specifically prohibiting such an endiorsememt of voids coverage should the connractor enter into such an agreement on a pre -loss basis Professional Liability for IT including Cyber Risk (when applicable) - The contractor shall maintain Professional Liability Insurance for IT Technology including cyber risk policy at a limit of liability no less than 51,000,000 per claim/loss and 52,000,000 annual aggregate The contractor shall endorse all Districts as an "Additional Insured" on the Professional IT Liability Insurance • Additional Insured Endorsement The contractor shall endorse all Districts as an "Additional Insured" on the Professional Liability for IT Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or "CG2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or Organization endorsement," or similar endorsement providing equal or broader "Additional Insured" coverage In addition, the contractor shall endorse all Districts as an "Additional Insured" under the contractor's Commercial Umbrella/Excess Liability as required herein This document must be completed and returned with your Submittal Village Community Development Districts Purchasing Department Waiver of Subrogation Endorsement The contractor shalt provide a waiver of subrogation in favor of the District, contractor, subcontractor, architects, or engineers for each required policy providing coverage during the life of this contract Wnen required by the insurer, or should a policy condition not permit the contractor to enter into a pre -loss agreement to waive subrogation without an endorsement then the c0nlfact01 snarl notify the Insurer and request the policy be endorsed with a viewer 01 transfer of rights of recovery against oMhera ar an equivalent en5or5emerlt This waiver of subrogation reg4rreorertl shell not apply to any policy Vial includes i rxmdil'on specifically prohtbrldng such an endorsement, or voids coverage should the contractor enter into such an agreement on a pre -loss basis -Note: The individual Districts that shall be endorsed and listed as Additional Insureds on all policies are: Village Center Community Development Drstndt. Sumter Landing Community Development Dlslenl. Wormwood Community t7dvelepnonl Qlbbiol. Vioagu Commumly Development ONin0be • — 15, Monh Semler ,nly !Allay Dependent i)+sfrlct, Wldwood Utility Dependent D11frici Mrdddloten A Community Development District. Coleman Ridge Community Development Distinct Midltelen Downtown Community Development Distncl Eastport Community Development District, Villages Public Safety Department Dependent District Development District All at the following street address 984 Old Mill -Run Attention Risk Management The Villages, FL 32162 Indemnification - The contractor shall indemnify, defend and hold harmless all of the Districts, its offices, agents and employees from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injunes, sickness, disease or death to contractor's own employees or damage to property occasioned by a negligent act, omission or failure of the contractor. Builder's Risk Insurance - Required for all projects when a new building is being constructed from the ground up The contractor, prior to notice lo proceed or commencement or wort writhever occurs first. Mall obtain Builder's Risk Insurance providing coverage to prole&& fie rrleress ql the Districts contractor and subcontractors. Coverage shall be written on an All- Risk, Replacement Cost. and Completed Value Form basis in an amount at least equal to 1QO% of the projected completed value of the protect as wet' as subsequent modrfinetrons or Ihal sum Flat dedurtibte(s) s-nsi) not e xceed SSC,051), wind percentage deductible (when eppletable( shalt not exceed ten -percent 110%j. arid Iloott sub Ilmll shall not he lu$S than 751t of the projected c;5mp1elad value of d58 project The contractor snail endorse the policy with a manuscnol endorsement eliminating the automatic termination of coverage rn the event the buildmg rs accupled In whole or In part, or put to its intended use or partially accepted by the District The manure/tot endorsement shalt amend Ma automatic iermrnabon ClaL se to only terminate coverage 11 the policy expires 19 cancelled- the Districts interest in the building ceases, or the building is accepted Or insured by live Distnnl. The contractor shall endorse Me Disbtc1's as 'Additional Insured' or -loss Payee'. an lire Builders RiS4 Policy Builders Risk Insurance Is not required for additions or renovations that will alter and/or add to an existing permanent structure Deductibles, Coinsurance Penalties, and Self -Insured Retention - The contractor shall be fully and solely responsible for any costs or expenses as a result of a Coverage deduclbt0, coinsurance oen8lty. dr self • insured retention. including any boss mot covered because of the operation of such deductible, coinsurance penalty. Sell -insured retention, or coverage exclusion or Irmllatlon For deductible amounts that exceed ire amounts slated herein trial are auceptabte to the District the Contractor snail. when requested by the Dinner,. maintain a Commercial Surely Bond In an amount equal to said deductible amount Right to Revise or Fitted - Tne District re9elves the right. Sul not ire Obligation la review and revise any insurance requrremenl, not kneed IC fimlt6, coverages and endorsements based on Insurance market Cdnditr0n5 alfe0i5g Ilia availability or afbrdablllfy orceverage: or changes in the scope of wnrk/spac:Ncatldns adapting the applicability of coverage Additionally, eta DICtrcA reserves Me rigid but not the dbligelrdn Ira review and reject any Insurance policies failing to meet the entails Flailed herein or any insurer(5) providing coverage due to its poor financial comdrlron or failure Io operate 1@ya11y in Such events. the Risme!. shalt provide the Contractor written notice or such reviSkins or rejections (ID Representation of Coverage Adequacy - The coverages, limits or endorsements required herein protect the primary interests or (rm t)(strict5. and these coverages, limits or endorsements shalt in no way be required bo be felled upon when assessing the extertf or determining appropnaltt types and limits of coverage to protect 'dte cantra0l0r against any loss exposure 5. whether as 8 re1U11 Of the projector 0lhe Noise Cerlificate(s) of Insurance - The contractor shall provide the VCCOD Purchasing Department with a COI dearly e videncng drat alit coverage, limits. one endorsements required herein are rramla'ned end in lull forcer and effect and copies of endorsements (additonal insured and waiver of subrogation) shell be submitted vein the COI A minimum thirty (3U) day endeavor le notify due to cancellation or non -renewal of coverage shall be id0rrl eo on each COP In die event ma District Is notified that b required Insur/NCA Coverage troll cancel or expee during the Period of this pNllf1Ct. the contractor agrees to furnish Inc District poor to the expiration of such insurance. a new COI evidencing replacement coverage When notified by gm District, the Contractor agrees not to GOntiriJe work pursuant, la Ibis contract. unless all required insurance remains in effect Tne DlaVle' shall have Me ng_hi, but not the obligation. of prohibiting the contractor torn entering the project site until a new COI is provided to the District evidencing the replacement coverage. the contractor agrees the District reserves the 0ghl to wien efd payment to the contractor until evidence dt reinstated or replacement coverage is provided to pre Lkalncl If the cantratter farts to maintain the insurance as set torlh herein. the contractor agrees the District: shall have the ng1L but not the dhllgabQn. to purchase replacement insuranceand the contractor agrees to reimburse any premiums or expenses incurred by the District The Contractor Agrees the COI shah: I. agony indicate a9 the Deblois have been endorsed on the Commercial General Liability Insurance and the Business Automobile Liability Insurance with a "CG 2010 Additional Insured — Owners, Lessees, or Contractors," or ''CG 2026 Additional Insured — Owners, Lessees, or Contractors — Scheduled Person or organization endorsement," or similar endorsement providing equal or greater "Additional Insured" coverage II Clearly indicate a waiver of subrogation endorsement in favor of all the Districts on the Commercial General Liability Insurance and Ire sureness Aut0mdblle L'abitrtytrlsurance AONtdes. III Clearly indicate all Districts are endorsed es en -Aadrfidnal insured'...orY7lis Payee" on the Builder's Risk Insurance, and when applicable 'Additional Insuredon the Commerctel Ltimbralla/Excess Liability Insurance as required herein. IV Clearly identify each policy's limits, flat and percentage deductibles, sub limits, or self- insured retentions, which exceed the amounts or percentages set fond harem V Clearly indicate a minimum thirty EIO) day endeavor to notify requirement in the event of cancellation or non - renewal of coverage. VI The original COI and copies of all required endorsements should be forwarded and clearly indicate certificate holder and "Additional Insured" as follows: Village Center Community Development District Sumter Landing Community Development Dt5lriol 0nawnwodd Community Development Dlslrct. Coleman Ridge Community Development piglrl0, Middleton A Community Development Dlstmcl Vil.age Community Development Districts 1 — 15. Noon Sumter County Utility Dependent District, Wldwood Ulrldy Dependdrrt District Middleton Downtown Community Development District, Eastport Community Development Distract, Villages Public Safety Department Dependent District Mailing address: 984 Old Mill Run Attn Risk Management Department The Villages, FL 32162 NOTICE: On rare occasions, exceptions to the required insurance limits are needed The Risk Management department may adjust such requirements if deemed necessary Exceptions are valid only for the applicable project or fiscal year in which they are granted OTHER REQUIREMENTS • W-9: Every Vendor is required to provide a signed and completed current W-9 Request for Taxpayer Identification Number and Certification Fond The District requests an updated form at least every four years • Occupational License: If the county that your business resides in requires you to obtain an Occupational License, a copy of your current County Occupational License or Tax Receipt is required. • Contact Information: Every Vendor should provide a Contact Name, Phone Number and Email Address for notification purposes ACKNO ED: Date Page 24 of 29 Si ature ,�w►rrr rgFre ►rwNeULIVIlb, L.rea y, drvu rce air STATEMENT OF TERMS AND CONDITIONS rcrr PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal/Bid on a contract to provide any goods or services to a public entity, for the construction or repair of a public building or public work, may not submit Proposals/Bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287 017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list INDEMNIFICATION: The successful Supplier agrees to indemnify and hold harmless the Village Center Community Development District, Sumter Landing Community Development District, North Sumter County Utility Dependent District, Wldwood Utility Dependent District, Brownwood Community Development District, Coleman Ridge Community Development District, Middleton A Community Development District, Middleton Downtown Community Development District, Eastport Community Development District, Villages Public Safety Department Dependent District, Village Community Development Districts 1-15 and their elected officials, employees and volunteers and defend and indemnify the Districts and the agents, servants, employees, officers, and officials thereof from and against any and all liability or responsibility for damage to property or person that may arise in connection with the services to be provided hereunder, including reasonable attomey fees and expenses PROHIBITION OF LOBBYING: During the blackout period which is the period between the Issue Date of the Solicitation and the end of the 72-hour period following the Districts posting of the Notice of Intent to Award, excluding Saturdays, Sundays, and state holidays, no proposer, no lobbyist, principal, or other person may lobby, on behalf of a competing party in a particular procurement matter, any member of the Board, or any District employee other than Purchasing Staff Violation of this provision may result in disqualification of the violating party All questions regarding this RFP/ITB must be submitted in wnting to the District Purchasing Staff ANTI TRUST LAWS: By submission of a signed RFP/ITB, the successful Supplier acknowledges compliance with all antitrust laws of the United States and the State of Florida, in order to protect the public from restraint of trade, which illegally increases prices CONFLICT OF INTEREST: The award of the contract hereunder is subject to the provisions of Chapter 112 of the Florida Statutes Respondents shall disclose the name of any Officer, Director, Partner, Associate, or Agent who is also an Officer, Appointee, or Employee of any of the Districts at the time of the RFP/ITB, or at the time of occurrence of the Conflict of Interest thereafter INTERPRETATION, CLARIFICATIONS AND ADDENDA: No oral interpretations will be made to any Supplier as to the meaning of the RFP/ITB Documents Any inquiry or request for interpretation received by the Purchasing Department in writing before the date and time indicated in the RFP/ITB as the last day/time for questions will be given consideration All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be distributed at or after the Pre-Proposal/Pre-Bid Conference, mailed or sent by available or electronic means to all attending prospective Respondents prior to the established RFP/ITB opening date Each Respondent shall acknowledge receipt of such addenda in the form provided In case any Respondent fails to acknowledge receipt of such addenda or addendum, Respondent's offer will nevertheless be construed as though it had been received and acknowledged and the submission of Respondent's RFP/ITB submittal will constitute acknowledgment of the receipt of same All addenda are a part of the RFP/ITB documents and each Respondent will be bound by such addenda, whether or not received or acknowledged at submittal It is the responsibility of each Respondent to verify receipt of all addenda issued before RFP/ITB submittals are opened In the case of unit once items, the quantities of work to be done and materials to be fumished under this RFP/ITB are to be considered as approximate only and are to be used solely for the comparison of RFP/ITB received The District and/or District Consultants do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Supplier plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and other RFP/ITB documents, and it is understood that the quantities may be increased or diminished as provided herein without in any way invalidating any of the unit or lump sum prices submitted by Respondent GOVERNING LAWS AND REGULATIONS: The Supplier is required to be familiar with and shall be responsible for complying with all federal, state and local laws, ordinances, rules and regulations that in any manner affect the work PROPRIETARY/CONFIDENTIAL INFORMATION: Suppliers are hereby notified that all inforrnation submitted as part of, or in support of RFP/ITB, will be available for public inspection ten days after opening of the RFP/ITB or until a short list is recommended whichever comes first, in compliance with Chapter 119, and 287 of the Florida Statutes Any person wishing to view the RFP/ITB must make an appointment by calling the Purchasing Director at (352) 751-6700 Any RFP/ITB submitted in response to this solicitation becomes the property of the District Unless information submitted is proprietary, copy written, trademarked, or patented, the District reserves the right to utilize any or all inforrnation, ideas, conceptions, or portions of any RFP/ITB submittal, in its best interest TAXES: The Village Center Community Development District, Sumter Landing Community Development District, North Sumter County Utility Dependent District, Wldwood Utility Dependent District, Brownwood Community Development District, Coleman Ridge Community Development District, Middleton A Community Development District Middleton Downtown Community Development District, Eastport Community Development District Villages Public Safety Department Dependent District and Village Community Development Districts 1-15 are exempt from any taxes imposed by the State and/or Federal Govemment Exemption certificates will be provided upon request and/ or found on the District website at www.Drslnclaan orq NON -COLLUSION DECLARATION: By signing the RFP/ITB submittal, all Respondents shall affirm that they shall not collude, conspire, connive or agree, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham RFP/ITB submittal in connection with the work for which their RFP/ITB submittal has been developed; or to refrain from responding to the RFP/ITB in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in their RFP/ITB submittal or of any other Respondent, or to fix any overhead, profit, or cost elements of their RFP/ITB price or the RFP/ITB price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful Contract any advantage against any other Supplier, or any person interested in the proposed work. PROPOSER RESPONSIBILITY: Invitation by the Districts to Suppliers is based on the recipient's specific request and application to DemandStar at ',wive DCrnendSfar gprrf to the District website atyny�.n slnct0.o5_Drg or as the result of response by the public to the legal advertisements required by State law Firms or individuals submit their responses on a voluntary basis, and therefore are not entitled to compensation of any kind OWNERSHIP OF SUBMITTALS: All responses, inquiries or correspondence relating to or in reference to this RFP/ITB, and all other reports, charts, displays, schedules, exhibits and other documentation submitted by the Supplier will become the property of the District Reference to literature submitted with a previous RFP/ITB will not relieve the Respondent from including any required documents with this RFP/ITB submittal EXAMINATION OF BID DOCUMENTS: Each Respondent shall carefully examine the RFP/ITB documents to ensure all pages have been received, all drawings and/or Specifications and other applicable documents are included, and shall inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the work to be performed under the Contract Ignorance on the part of the successful Respondent will in no way relieve him of the obligations and responsibilities assumed under the Contract SUPPLIER RESPONSIBILITY: Respondents are fully and completely responsible for the labeling, identification and delivery of their RFP/ITB submittals District Staff will not be responsible for any mislabeled or misdirected submissions, nor those handled by delivery persons, couriers, or the US Postal Service DRUG FREE WORKPLACE: All Respondents shall submit the enclosed, duly signed and notarized foml entitled "Drug Free Workplace Certificate" The Drug Free Workplace Supplier shall have the burden of demonstrating that his program complies with Section 267 087 of the Florida Statutes, and any other applicable state law This document must be completed and returned with your Submittal Village Community Development Districts Purchasing Department The VILLAGE CENTER COMMUNITY DEVELOPMENT DISTRICT, SUMTER LANDING COMMUNITY DEVELOPMENT DISTRICT, NORTH SUMTER COUNTY UTILITY DEPENDENT DISTRICT, BROWNWOOD COMMUNITY DEVELOPMENT DISTRICT, COLEMAN RIDGE COMMUNITY DEVELOPMENT DISTRICT, MIDDLETON A COMMUNITY DEVELOPMENT DISTRICT, WILDWOOD UTILITY DEPENDENT DISTRICT, MIDDLETON DOWNTOWN COMMUNITY DEVELOPMENT DISTRICT, EASTPORT COMMUNITY DEVELOPMENT DISTRICT, VILLAGES PUBLIC SAFETY DEPARTMENT DEPENDENT DISTRICT AND VILLAGE COMMUNITY DEVELOPMENT DISTRICTS 1-15, are political subdivisions of the State rN Florida, arid reserve the right to reject any and/or all submittals, reserve the right to waive any informalities or irreqularllies in the examinsbon process, and reserve the right to award contracts and/or in the best interest of the Districts Submittals not meeting stated minimum terms and qualifications may be rejected by the Districts as non -responsive The Districts reserve the right to reject any or all submittals without cause The Districts reserve the right to reject the submission of any Respondent in arrears or in default upon any debt or contract to the Districts, or who has failed to perform faithfully any previous contract with the Districts or with other governmental agencies PUBLIC RECORDS LAW: Correspondence, materials and documents received pursuant to this RFP/ITB become public records subject to the provisions of Chapter 119, Florida Statutes PREPARATION OF PROPOSALS/BIDS: SIGNATURE OF THE RESPONDENT: The Respondent must sign the RFP/ITB submittal forms in the spaces provided for signature If lie Respondent is an Individual. the Words -doing business as ," must appear beneath such signature In the case of a partnership, the signature of at least one of the partners must follow the fine name and the words, "Member of the Firm" should be written beneath such signature If the Respondent is a corporation, the title of the officer signing the RFP/BID on behalf of the corporation must be stated and evidence of his authority to sign the RFP/BID must be submitted The Respondent shall state in the RFP/ITB submittal forms the name and address of each person interested therein BASIS FOR RFP/ITB SUBMITTAL PRICING: The price proposed for each item shall be on a lump sum or unit price basis according to specifications in the RFP/ITB documents The proposed prices shall remain unchanged for the duration of the Contract and no claims for cost escalation during the progress of the work will be considered, unless otherwise provided herein. TOTAL PROPOSED PRICE/TOTAL CONTRACT SUM PROPOSED: If applicable, the total price bid for the work shall be the aggregate of the lump sum prices proposed and/or unit prices multiplied by the appropriate estimated quantities for the individual items and shall be stated in figures in the appropriate place on the RFP/ITB submittal form In the event that there is a discrepancy on the RFP/ITB submittal form due to unit price extensions or additions, the corrected extensions and additions shall be used to determine the project bid amount TABULATION: Those wishing to receive an official tabulation of the results of the opening of this RFP/ITB are to submit a self-addressed, stamped business size (No 10) envelope, prominently marked on the front lower left side, with the RFP/ITB identification Tabulation requested by telephone, fax or electronic media will not be accepted OBLIGATION OF WINNING RESPONDENT: The contents of the RFP/ITB submittal of the successful Respondent will become contractual obligations if acquisition action ensues Failure of the successful Respondent to accept these obligations in a contract may result in cancellation of the award and such Supplier may be removed from future participation INTENT TO AWARD: It is the Districts intent to select a Supplier within sixty (60) calendar days of the deadline for receipt of the RFP/ITB submittal However, Proposals/Bids will be firm and valid for award for at least ninety (90) calendar days after the deadline for receipt of the RFP/ITB submittal ADDITIONAL REQUIREMENTS: The firms shall furnish such additional information as the Districts may reasonably require This includes information which indicates financial resources as well as ability to provide the services The Districts reserve the right to make investigations of the qualifications of the firm as it deems appropriate PREPARATION COSTS: The Districts shall not be obligated or be liable for any costs incurred by Proposers/Bidders prior to -issuance award of a contract All costs to prepare and submit a response to this RFP/ITB shall be borne by the Propdsef/Bidder. TIMELINESS: All work will commence upon authorization from the District Representative (End Using Department) and Purchasing Department The Supplier shall commence the work upon receipt of Notice to Proceed and/or Order Placed (purchase order presented), and shall deliver in accordance to the leans and conditions outlined and agreed upon herein. All work will proceed in a timely manner without delays DELIVERY: All prices shall be FOB Destination, The Villages, Florida, inside delivery unless otherwise specified ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES ("PIGGYBACK"): By submitting a RFP/ITB, the successful Respondent acknowledges that other Public Agencies may seek to "Piggyback" under the same terms and conditions, during the effective period of any resulting contract — services and/or purchases being offered In their submittal, for the same prices amdtor terms proposed. Successful Respondent has the option to agree or diseglGe to allow contract Piggybacks on a case•by-case basis. Before a Public Agency is allowed 10 Piggyback any contract, the Agency must first obtain the Suppliers's approval — without the Supplier's approval, the seeking Agency cannot Piggyback. PLANS, FORMS & SPECIFICATIONS: RFP/ITB documents for this project are available free of charge 10 download on lM DMIffM web58e el wvx± Diamtfnnv.an 0aoe enls may a{so be ec essed en DemandStar al gems, 0emandSter tom (Supplier must pay any DemandStar fees or any shipping). These packages are available for pickup or by mail If requested to mail, the Proposer/Bidder must supply a courier account number (UPS, FedEx, etc). Respondents are required to use the official RFP/ITB submittal forms, and all attachments itemized herein are to be submitted as a single document. Any variation from the minimum specifications must be clearly stated on the Exceptions/Deviations Sheet(s). Only one set of plans, forms, and specifications will be furnished each company or corporation interested in submitting a proposal/bid. MANUFACTURER'S NAME AND APPROVED EQUIVALENTS: Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and not intended to limit campetlllon unless otherwise indicated. The Respondent may offer any brard for which he is an authorized representative, which meets or exceeds the RFP/ITB specification for any dem(s). If the RFP/ITB is based on equivalent products, indicate in your RFP/ITB submittal the manufacturers product name and literature, and/or complete specifications Reference to literature submitted with a previous RFP/ITB will not satisfy this provision The Respondent shall explain in detail the reason(s) why the proposed equivalent will meet the specifications and not be considered an exception thereto A RFP/ITB submittal which does not comply with these requirements is subject to rejection A RFP/ITB submittal lacking any written indication of intent to quote an alternate brand will be received and considered in complete compliance with the specificaaans as listed in the RFP/ITB. The Purchasing Director is to be notified, in writing, of any proposed changes in matenals used, manufacturing process, or construction. However, changes shall not be binding upon the Districts unless evidenced by a Change Notice issued and signed by the Purchasing Director, or designated representative. QUANTITIES: The quantities as specified in this RFP/ITB are estimates only and are not to be construed as guaranteed minimums SAMPLES: Samples of items, when called for, shall be fumished free of expense, and if not destroyed may, upon request, be retumed at the Respondent's expense Each sample shall be labeled with the Respondent's name, manufacturer brand name and number, RFP/ITB number and item reference Samples of successful Respondent's items may remain on file for the tern of the contract Request for return of samples shall be accompanied by instructions which include shipping authorization and must be received at time of opening Samples not retumed may be disposed of by the Districts within a reasonable time as deemed appropriate DOCUMENT RE-CREATION: Supplier may choose to re-create any document(s) required for this solicitation, but must do so at his own risk. All required information in the original District format must be included in any re-created document Submittals may be deemed non -responsive if required information is not included in any re-created document ACKNOWLEDGED 2. -7 244 Signatur Da e Page 25 of 29 �wnn 11-1HU III p L.twn, ►v►ny, a►vu ► paiia r�rr irc•rr-vvi WILDLIFE HABITAT MANAGEMENT PLAN 54wkeamtt1 .We ire, Ke.na =-. rue. 6adin; Birds 401 of the p,c:reed :o a /dna buds toraa be roue, un , etla:ne a real ate feedingeven ..ass and ingolf s' pasty .oule Da/cab:ea [shun= .u.e and nususe •afpeottucea are re ere ha cat.. t3chests :r, Southern Far Squirrel Th. lathe acuthel •:•t a black headand eon:, long feeds an otne nut, and AC017,3 lanexfraa .HEI{ar r.: ell Fa-: Ilene; ;. ,".1_10• ar tm:e aarla,' :lM3 :I lair �: toii sae:= :: at►- WijdIgte Pr.Ieedo-s The .d-=ea ter et as a prune -a:elopme :ha; nat ed c.caely --nth [_ce:al and sea._ reatdan ;more/ CD inkurcze ada en, tiled heffect/ .atner,ee 3_' d rebo;, numb, of - _ Ndufe and plan:; fo ,an]'+ulu:::nn de, eep: nl Punee: protested apen,s^et` b,,, constructed f hn awan Spe_.: ,e.u.s and ce:.,a:.ns 1,1 .117. s ' •Ileprey.._ other fa cthdes of :lust : r e:opn[ authned _ the a ate ha beat management plans To report ,:clauprotected ataroani uec dpiotec:ed spec _ please call En.a J. ...JJ'- kxhhCS: ,J? Gar G Protected Species and Environmental Compliance Information Breedlove, Dennis & Associates, Inc. Dzuro & Associates Protected Species .A:nencanaw=a::ti '' Baldeae al _a,.em indago sneak:, Flonda burro,,n::g a„1 .•sass _tall car. m-n Fonda pule snake r. +,..-s ass.. ,d:u. Fonda as:i1nll cane Fonda:cr„ b-Jat, • Gophet tortoise Lm!r blue he: an: _va,3 satin n __„-cackle .aqpeck. r..� v Southeinfokaqtarrel Shoe,-tarled make _ outheastnm.irnencankesael Tncolotedlxron lihaoout; c:are cer: Wood stork rkL _4.c s Gopher lortoineburroass and owl burrows are also protected. Pa otectloh The ftder a! EndnnneredS^, ehrt .Act tES:;} pnoiu'ons :he talent; or a::: pro:acted _pease- uocludang egp nests dens It tints or body n tal ng - , uooludeItaraascn_ Iran,,m= possums, h ., _ :tartngn cap:onu _ ot caller. conduct ' such Chanter :P of the O'ddinfe code _. Ronda u:olubns 'akin= o, ana p o:ec:edspecies :,shout a porn: from the Fonda Ash and n-ddbfe Carom anon birds.: nIfvC1 q,lm:aaton ao eprntected 'a; the u5 \Ilea:or, End Treat: .act This includes a rually all :tame Cada _except Eu,epea...1a, _ Perms far „ o aqua: n r. n:o do ea tortarr.re add eiteeffects or protected spear_ such a_ t0r10L1ea atnd kestrels Penalties and Enforcement - peraorrs ho elcnominnl ,miates :Ig or club:too l- of the ESA n ,a, be subject to runes up to 525,000 for each n, rl nolanon and up to 550.000 and or nnondorunrn: for a u,at' :olaoon Vlolshon of the punishable at - se second depee :ondem. troth m,. _ 5500 and coF day u-npnso:nmas for that add:tonal penalnes thereattet Fonda 9urrmmnr Owl i11-. Fli Cl Dos small 3•-,11st 0Cre33 lean r.tons ba :ts burro:, on the pound e pot: : ea,h•: a The Ilea d;; round :oh bnoln -. elloa, eves, :he chest a .icte -sub hes, -. b,ev.n sacs..., and thelan, 1e azr also y:11 , uhe:: : vtbed :1115 o•nl ', II dr• o,d into the b,m or. though:heat a:?en do toed atoundhu:om actor ate, feeding in .aids and golf .au:se na - Gopher Tortoise (ST, FWCI :33 Jam. - . r WILDLIFE HABITAT MANAGEMENT ACKNOWLEDGMENT FORM "1 DO HEREBY ACKNOWLEDGE RECEIPT OF THE TRI-COUNTY VILLAGES PROTECTED SPECIES AND ENVIRONMENTAL COMPLIANCE INFORMATION BROCHURE AND WILL DISTRIBUTE COPIES OF SAID BROCHURE TO ALL EMPLOYEES AND SUBCONTRACTOR EMPLOYEES. 1 UNDERSTAND THAT THE WILDLIFE MANAGEMENT PLAN IS AVAILABLE FOR REVIEW AT MY REQUEST AND THAT I AGREE TO ADHERE TO THE REGULATIONS AND GUIDELINES SET FORTH IN THE WILDLIFE MANAGEMENT PLAN." SUPPLIER Company Atlantic Pipe Services. LLC Authorized Signature Printed Name Allan Cagle Date Title President This document must be completed and returned with your Submittal Village Community Development Districts Page 26 of 29 Purchasing Department aw►►rr ripe ►napecrw►►a, weanmy, anu rrepaIra frc4r-uu1 NO -PROPOSAL RESPONSE Village Community Development Districts Statement of "No Proposal" If you do not intend to submit a proposal for this project, please complete and return this form prior to date shown for receipt of proposals to: Village Community Development Districts, 1071 Canal St., The Villages, FL 32162, Attn: Crystal Ford -Bellamy, Buyer. We, the undersigned, have declined to submit a proposal on the "RFP #24P-007 Storm Pipe Inspections, Cleaning & Repairs Remarks: N/A Specifications are too "tight", i.e. geared toward one brand or manufacturer only (please explain reason below) Insufficient time to respond to the Invitation to Solicitation. We do not offer this product/service or equivalent. Our schedule would not permit us to perform to specifications. Unable to meet specifications. Unable to meet insurance requirements. Specifications unclear (please explain below). Competition restricted by pre -approved owner standards. Other (please specify below). Company Name: Atlantic Pipe Services, LLC Address: 1420 Martin Luther King Jr Blvd, Sanford. FL 32771 Signature and Title Allan Cagle — President Telephone Number 407.792.1360 Date Village Community Development Districts Page 27 of 29 Purchasing Department .w►►►► r►Ne ►►wpecuurw, ',►ea►nny, anu INVIJUna ttc.rr-vv► E-VERIFY SUPPLIER AFFIDAVIT Solicitation No. 24P-007 SUPPLIER AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned Supplier verifies its compliance with State of Florida Executive Order No. 11-116, stating affirmatively that the individual, firm, or corporation which is contracting with the Villages Community Development Districts Board of Supervisors has registered with and is participating in a federal work authorization program * (any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security) to verify information of all persons assigned by the Supplier to perform work pursuant to the Agreement with the District. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this Agreement with the Villages Community Development Districts Board of Supervisors, Supplier will secure from such subcontractor(s) similar verification of compliance with State of Florida Executive Order No. 11-116 on the subcontractor Affidavit provided or a substantially similar form. Supplier further agrees to maintain records of such compliance and provide a copy of each such verification to the Villages Community Development District Board of Supervisors, Purchasing Department at the time the subcontractor(s) is retained to perform such service. 1405613 E-Verify * User Identification Number Atlantic Pipe Services, LLC Company Name By: Authorized Officer r Agent of Supplier President Title of Authorized Officer or Agent of Supplier Allan Cagle Printed Name of Authorized Officer or Agent Subscribed and Sworn before me on this the • ay of 2024 Notary `ub� �`.0r My Com ---- Date k : JESSICA D. EVERINQ Notary Public State of Florida Comm# HH149020 s'tic ►g�� Expires 7/16/2025 e federal work authorization program is "E-Verify" operated by the U.S. Citizenship and Immigration Services Bureau S department of Homeland Security, in conjunction with the Social Security Administration (SSA). Village Community Development Districts Page 28 of 29 Purchasing Department OLUIIn ripe III peuwna, t,►em►►ny, dnu ► U/Jmra r[rr ►t 'tr-vv► E-VERIFY SUBCONTRACTOR AFFIDAVIT Solicitation No. 24P-007 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with State of Florida Executive Order No. 11-116 stating affirmatively that the individual, firm, or corporation which is engaged in the performance of services under a contract between Atlantic Pipe Services, LLC (name of Contractor) and the Villages Community Development Districts Board of Supervisors has registered with and is participating in a federal work authorization program * (any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security) to verify information of all persons assigned by the subcontractor to perform work pursuant to the Agreement with the District. 1405613 E-Verify * User Identification Number Atlantic Pipe Services, LLC Company Name &LA 217 /2L4 By: Authorized 0 cer or Agent of Subcontractor Date President Title of Authorized Officer or Agent of Subcontractor Allan Cagle Printed Name of Authorized Officer or Agent Subscribed and Sworn befor me on this the day of 2024 JESSICA D. EVERING Notary Public State of Florida Comm# HH149020 Nc i14�$ Expires 7/16/2025 `The -ppli ederal work authorization program is "E-Verify" operated by the U S Citizenship and Immigration Services Bureau of th• .. department of Homeland Security, in conjunction with the Social Security Administration (SSA) Village Community Development Districts Page 29 of 29 Purchasing Department Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary d CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489 FLORIDA STATUTES y 41 ` •3. r# Wool a •. • 40, • .111 J 1420 MARTIN LUTHER KING JR BLVD CARSON, KEITH L ATLANTIC PIPE SERVICES. LLC SANFORD , „r.l FL 32773 Etiv. • 4 4 4 • 4 • a • • . 4 LICENSE NUMBER: CGC1525525 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ply 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DIV 2 2 2 2 2 2 2 2 2 2 DIV 3 3 3 3 DIV 4 4 4 4 4 4 4 DIV 5 5 5 5 5 DIV 2 2 4 3 5 Emolo a PACP 1J Expiration Date Email Password Colby Costello U-0518-0703001810 5/14/2024 Chad Hannon U-0519-070305992 5/19/2025 Chase McDonough P0036676-032022 3/25/2025 _ Michael Jones U-0519-070306005 5/13/2025 Michael Lowery _ U-0318-070300284 3/26/2024 _. Jacob Pitchford U-0719-70306548 6/23/2025 Joshua Bamett P0039382-092022 9/23/2025 Barbara Gutierrez U-1119-70307724 11/5/2025 Justin Rosser P0042691-052023 _ 5/19/2026 Tommy Hair Colbie Cagle P0043818-082023 8/26/2026 Christina Cruz P0042699-052023 5/19/2026 Employee PACP n Expiration Date Email Password Joshua Warden PO036795-032022 3/31/2025 I Roger McMlllion U-0820-70310048 8/1/2026 Nicholas Schara P0034525-112021 11/ f2024 Jason Weis U-0820-70310050 8/1/2026 Mark Winters -Smith P0034717-112021 11/18/2024 Alton Smith U-0521-70401883 5/18/2024 _ Darren Dobbyn U-0618-0703110266 6/21/2024 _. Robert Givens P0042369-042023 4/24/2026 John Melendez U-0820-703010166 8/8/2026 _ Isaiah Wright P0043826-082023 8/26/2026 _ Employee PACP Expiration pate Email Password Elijah Durant Andy Wlesbauer P0036728-032022 U-0519-070305660 3/25/2025 5/13/2025 Employee PACP 5 Expiration Date Email Password Chris DeVelder Carlos Reyes Elvis Santana Brandon Cano U-0321-70401238 U-0617-07008367 U-0621-70402198 U-0220-70308667 3/3/2024 11/22/2023 6/11/2024 4/11/2026 CERTIFICATION LAPSED CERTIFICATION LAPSED Brian Smyth Rigoberto Bueno-Maldonado Michael Fugatt Jose Negron Justin Smith P0036994-042022 P0043820-082023 P0043821-082023 P0043825-082023 P0039445-092022 4/14/2025 8/26/2026 8/26/2026 8/26/2026 9/29/2025 Employee Antonio Bellimy Daniel Mackey Jose Molina Jose Molina Barbaro Gutierrez Barbara Gutierrez PACP a P0043824-082023 P0043822-082023 11-0621-70462203 C0044744-112023 U-1119-70307724 CO042536-052023 Expiration Date 8/26/2026 8/26/2026 6/11/2024 11/8/2028 11/5/2025 5/9/2028 Email Password UPCOMING CLASS Employe. PACP Ealairation Date Email Password CEMI8ICATION LAPSED riot certified Tyler Parker Ryan Bennett Colby Allan Henry Urbay Tyler McLane Mike Lowery NEEDS RECERT PACP CIPP PACP CIPP AvANTu Stop Teaks. Stabilize soil. Control groundwater. Permanently. AV-100 CHEMICAL GROUT GRANULES / LIQUID CHEMICALLY REACTIVE GEL DESCRIPTION AV-100 is an ultra -low viscosity chemically reactive gel available as either granules or liquid. Having the same viscosity as water, AV-100 can permeate anywhere water can travel and cures within a controllable time frame anywhere from 5 seconds to ±10 hours. Once it cures. it creates an effective. long-lasting water barrier while providing superb soil stabilization, APPLICATION • Stops water infiltration into manholes, sanitary and storm sewer mainlines. joints, laterals, tunnels, mines, and various other geotechnical applications and underground structures by stabilizing external substrate • Ground modification/slope stability for prevention of landslides, erosion, or any place where site conditions or project requirements dictate modification of the existing soil properties FEATURES AND BENEFITS • Thinnest product on the market • Can be injected through remote packer equipment • Controllable reaction times from seconds to hours • Will not undergo syneresis • Half-life of 362 years as determined by U,S. Dept. of Energy • No suspended solids • Higher strength compared to acrylates • Greater longevity compared to silicates • Available in granular or liquid form GROUTING TECHNIQUES • Tube-a-Manchette (TAM) Grouting • Probe Grouting • Curtain Grouting • Remote Packer HOW IT WORKS AV-100 is injected using a stainless steel, dual -component pump from two containers (see mix procedure). Injecting a 1:1 ratio into the soil or external substrate will produce a strong, impermeable gel obtained via a copolymerization reaction. Additives are available to modify the reactions and cured gel characteristics. OPTIONAL ADDITIVES • AC-50W Root Inhibitor - inhibits future root growth (add to grout tank) • AV-257 Icoset - increases strength and adhesive qualities (add to grout tank) • KFe (Potassium Ferricyanide) - extends gel time (add to grout tank) • AV-105 Gel Guard - reduces freezing point (add equal amounts to both tanks) • Dyes - used extensively for tracking grout flow PACKAGING Product packaged by weight based on specific gravity, • Bag (Granules) = Net Wt. 50 lbs. • Tote (Liquid) = Net Wt. 2,300 lbs. / Volume 258 - 265 gal. • Drum (Liquid) = Net Wt. 130 lbs. / Volume 14.6 - 15 gal, SHIPPING • Motor class 77.5 • Hazard class 6.1 • Motor freight available • Air freight available CLEANING PRODUCTS Use water with light detergent. PROPERTIES* UNCURED (solid) Appearance: Specific Gravity: Bulk Density: Toxicological: UNCURED (liquid) Appearance: Viscosity: Specific Gravity: Weight: Toxicological: CURED Appearance: Hydraulic Conductivity: White granules 1.15 © 72°F (22°C) ±3% 1938 lbs./yd =- 3% (1150 kg/m ± 3%) See SDS Clear water -white liquid 1 - 2 cP CO. 72°F (22°C) in solution 1.04 @ 72°F (22°C) ± 3% 8,66 lbs./gal ± 3% (1.038 kg/L ± 3%) See SDS Clear gel mass/translucent <108m/s Static Pressure: 120 psi (2585 kPa) Toxicity: Non -toxic *Laboratory Results MIX PROCEDURE (See Mixing Instructions) Tank A: Add 10 gallons (37,8 L) of water. add one bag (granules) or one liquid drum of AV-100 to solution, add 0.5 gallons (1,9 L) of AV-101 and fill with water up to 30 gallons. Tank B: Add 10 gallons (37.8 L) of water, add 5 lbs, (2,27 kg) of AV-102. and then bring to 30 gallons with water, Makes a 60 gallon (227 L) batch. Note: Ingredients are only compatible with stainless steel or plastic. PERFORMANCE Performance will be influenced by site conditions. If site temperatures are low. heat the product to recommended operating temperatures of 60°F - 75°F (16°C - 24°C). Decreasing pH may extend cure time. High minerals/metals content may adversely affect gel time. Refer to AV-100 Technical Manual for complete product information, STORAGE Store in temperatures within or near 60°F - 95°F (16°C - 35°C) in a dry atmosphere. SAFETY Use of AV-100 is authorized by Avanti International only after completion of the required Safe Operating Practices Program (SOPP). Always use OSHA -approved personal protective equipment (PPE). Refer to the SDS for complete safety precautions. The SDS, mixing instructions. and Technical Manual are available by request or via download at www.AvantiGrout.com. NOTICE The data, information and statements contained herein are believed to be reliable, but are not construed as a warranty or representation for which Avanti International assumes any legal responsibility. Since field conditions vary widely, users must undertake sufficient verification and testing to determine the suitability of any product or process mentioned in this or any other written material from Avanti for their own particular use. NO WARRANTY OF SUITABILITY OR FITNESS FOR A PARTICULAR PURPOSE IS MADE_ In no case shall Avanti International be liable for consequential, special. or indirect damages resulting from the use or handling of this product, 1100 Hfercu1Ra Ave. Suite 320, Houston. TX 77068 • 800-877-2570 • Fax 281-486-731:10 • www,Avant1Grout.c6m AVANTI Stop leaks. Stabilize soil. Control groundwater. Permanently. Rev. 10.2022 AV-202®MULTIGROUT HYDROPHILIC POLYURETHANE GROUT DESCRIPTION AV-202® Multigrout is a single component, moisture -activated MDI/TDI blended polyurethane injection resin designed for sealing active water leaks in large cracks or joints in concrete structures. AV-202 reacts with moisture and is versatile in that it cures tough and impermeable with superb adhesive qualities at a 1:1 water to resin ratio, or gel at a 10:1 water to resin ratio. APPLICATIONS • Large cracks or joints in concrete, or used in conjunction with AV- 215 Resin RodTM or AV-219 FibrotiteTM (Oakum) • Designed for applications where high -volume water flow is an active and/or potential problem and a high viscosity chemistry is required • Used successfully in manhole sealing and pipe penetrations • Excellent choice for moving cracks and joints FEATURES AND BENEFITS • NSF/ANSI/CAN 61 Drinking Water Systems Component Certified • 100% solids • Free rise expands 400% — 600% • Solvent -free and non -corrosive • Cures flexible with superb adhesive properties • Can accept up to 10X its volume in water • May be used in underwater applications GROUTING TECHNIQUES • Expanded Gasket Placement Technique (EGP) • Variable Pressure Application Technique (V-PAT) — Crack Injection HOW IT WORKS AV-202 can be applied via two techniques: EGP or V-PAT. The resin reacts to moisture to form a resilient, flexible seal accomplished by three mechanisms: the resin seeks out water in the space and adheres to the surface, then begins to expand forming a tight compressive seal, while the network of compressed grout material within all the cracks forms a mechanical lock. Gently shake or stir container(s) before using. RATIOS The preferred ratio is 1:1 (water to resin), however it is effective up to a ratio of 10:1 with water. Pumped as a single component; no pre -mixing required. PACKAGING Product is packaged by weight based on specific gravity. Net Wt. Drum 484 lbs. (220 kg) Pail 44 lbs. (20 kg) Gallon 8 lbs. (3.6 kg) Cartridge —10.1 fl. oz. (— 300 ml) SHIPPING • Motor class 55 • Non -hazardous • Air freight available CLEANING PRODUCTS • AV-208 Technical Grade AcetoneTM (CAS# 67-64-1) — removes moisture from equipment (see Performance section) • AV-222 CleanerTM (Proprietary Blend) — removes cured resin from equipment • AV-284 Pump WashTM (Proprietary Blend) — removes uncured resin from pump hose PROPERTIES* UNCURED Appearance: Viscosity: Flash Point: Specific Gravity: Density: CURED Appearance: Tensile Strength: Elongation: Brown resin 3,200 — 6,000 cP @ 77°F (25°C) 253.4°F (123°C) 1.090 @ 72°F (22°C) ± 3% 9.09 lbs. per gallon ± 3% (1.090 kg/L ± 3%) Milky colored, flexible TBD TBD *Laboratory Results PERFORMANCE Flush equipment with AV-208 Technical Grade AcetoneTM before and after use to remove moisture and clean equipment. For best results, use between 60°F — 90°F (16°C — 32°C). Performance will be influenced by site conditions. If site temperatures are low, use a heat source to warm to —72°F (22°C) and apply. Do not use open flame as a heat source. At temperatures of 45°F (7°C), the viscosity of the product can significantly increase, making the miscibility with the reaction water more difficult. STORAGE Store in temperatures within or near 45°F — 95°F (7°C — 35°C) in a dry atmosphere. Keep container tightly closed when not in use. Packaged under dry nitrogen to keep moisture out and extend shelf life. Note: storage of opened/partial containers at the lower range of the recommended storage temperature is not advised. The moisture in the air of the head space above a partial container might condensate and causes the grout to premature gel in the container. SAFETY Always use OSHA -approved personal protective equipment (PPE). Refer to the SDS for complete safety precautions. The SDS is available by request or via download at avantiorout.com. NOTICE The data, information and statements contained herein are believed to be reliable but are not construed as a warranty or representation for which Avanti International assumes any legal responsibility. Since field conditions vary widely, users must undertake sufficient verification and testing to determine the suitability of any product or process mentioned in this or any other written material from Avanti for their own particular use. NO WARRANTY OF SUITABILITY OR FITNESS FOR A PARTICULAR PURPOSE IS MADE. In no case shall Avanti International be liable for consequential, special, or indirect damages resulting from the use or handling of this product. AV-202® Multigrout is tested and certified by WQA against NSF/ANSI/CAN 61 Drinking Water System Components For product use restrictions visit www.wga org 822 Bay Star Blvd., Webster, Texas 7759 USA • 800-877.2570 • -I. tT" AVANT1 Stop leaks. Stabilize soil. Control groundwater. Permanently. AV-275 SOILGROUTTM DESCRIPTION Injected as a single component, catalyzed AV-275 Soilgrout is a moisture activated MDI-based polyurethane resin. The chemical reaction of this product is catalyzed by using AV-276 Soilcat and uses moisture as an initiator. AV-275 was designed to bind together and waterproof loose granular soils. AV-275 Soilgrout withstands wet/dry cycles, permeates well, and reacts quickly with water to form a dense, impermeable rigid foam.. APPLICATION • Fills voids on the exterior of below -grade structures • Stops high flows in below -grade structures • Ground modification/slope stability for prevention of erosion, or any place where site conditions or project requirements dictate modification of the existing soil properties FEATURES AND BENEFITS • Low viscosity allows for excellent permeation • Expands up to 3,000% • No VOC • Pumped as a single component • Controllable reaction time by adjusting AV-276 volume • Withstands wet/dry cycles GROUTING TECHNIQUES • Curtain Grouting • Probe Grouting • Pressure Injection HOW IT WORKS When injected into the soil, the low viscosity resin will react with moisture and begin to expand. The quick reaction produces a very dense, closed cell, rigid foam impermeable to water. CATALYSTS • AV-276 Soilcat - catalyst, 32 oz. (.95 L) container PACKAGING Product packaged by weight based on specific gravity. • Drum = Net Wt. 484 lbs. • Pail = Net Wt. 44 lbs. • Gallon = Net Wt. 8 lbs. SHIPPING • Motor Class 55 • Non -Hazardous • Air freight available CLEANING PRODUCTS • AV-208 Acetone, Technical Grade (CAS# 67-64-1) - removes moisture from equipment • AV-284 Pump Wash (Proprietary Blend) - removes uncured resin from pump and hose • AV-222 Cleaner (Proprietary Blend) - removes cured resin from equipment STORAGE Store between 45°F - 95°F (7°C - 35°C) in a dry atmosphere. tightly closed when not in use. Packaged under dry nitrogen moisture out and extend shelf life. Keep lid to keep AV-275 Soilgrout is tested and certified by WQA against NSF/ANSI 61 Drinking Water System Components For product use restrictions visit www.wqa.org HYDROPHOBIC PROPERTIES' AV-275 - UNCURED Appearance: Corrosiveness: Solids: Viscosity: Flash Point: Specific Gravity: Density: Specific Weight: AV-275 - CURED" Tensile Strength: Density: Bending Strength: Bond Strength: Shrinkage: Toxicity: Non -Toxic "Cured properties vary depending on application and field conditions. POLYURETHANE FOAM Black/brown liquid Non -Corrosive 100% 30-55 cP @ 77°F (25°C) >200° F (93.3°C) 1.114 @ 72°F (22°C) ± 3% 1,114 kg/m ± 3% 69.5 Ib./ft (9.3 lb./gal) ± 3% ASTM D-4889 AV-276 Soilcat Appearance: Viscosity: Flash Point: 368.1 kPa (56 psi) ± 3% 1,074 kg/m 213 psi 99 psi 0% Light yellow liquid 15-32 cP @ 70°F (21°C) >200° F (93.3°C) 'Laboratory Results MIX PROCEDURE Typically, one container of AV-276 Soilcat is used per pail of AV-275 Soilgrout. Depending on the desired reaction time, AV-276 may be doubled. Mix thoroughly, but slowly, to avoid creating bubbles in the solution. Perform the standard cup test with site water to determine the desired reaction time. PERFORMANCE Flush equipment with AV-208 before and after use to remove moisture and clean equipment. Performance will be influenced by site conditions. If site temperatures are low, heat the product to recommended operating temperatures of 45°F - 95°F (7°C - 35°C) and/or increase catalyst amount by 1 % - 2%. Do not exceed more than 64 oz. of AV-276 Soilcat per pail of AV-275 Soilgrout. Do not use open flame as a heat source. Excess amounts of AV-276 may adversely affect performance. Because catalyzed resin will react to moisture from the air, use product soon after mixing for best results. SAFETY Always use OSHA -approved personal protective equipment (PPE). Refer to the SDS for complete safety precautions. The SDS is available by request or via online download at www.AvantiGrout.com, NOTICE The data, information and statements contained herein are believed to be reliable. but are not construed as a warranty or representation for which Avanti International assumes any legal responsibility. Since field conditions vary widely, users must undertake sufficient verification and testing to determine the suitability of any product or process mentioned in this or any other written material from Avanti for their own particular use. NO WARRANTY OF SUITABILITY OR FITNESS FOR A PARTICULAR PURPOSE IS MADE. In no case shall Avanti International be liable for consequential, special, or indirect damages resulting from the use or handling of this product. Gel (Cure) Times for AV-275 Soilgrout (Min:Sec) f Temperature (°F) Half Catalyst Full Catalyst Double Catalyst 40'F 8:17 4:30 2:55 50°F 7:05 4:08 2:27 60°F 4:30 3:18 2:10 70"F 3:40 2:08 1:00 1100 Horculee Ave_ Suite: 320 Ho on. TX 77058 • 800-3 7-2570 • 'Fax 2. 4':6-71O0 - www.l$var,t1GY'4uf.Cq Rev 20 sat Mainstay° ML-72HPTM Horizontal Pipe Restoration Mortar Madewell RESTORE. PROTECT. SUSTAIN. FEA TURES/BENEFITS HIGHLY IMPERMEABLE SPIN -CAST APPLICATION WATERPROOFS AND SEALS HIGH EARLY AND ULTIMATE STRENGTH HIGH BUILD NON SHRINK/CRACK RESISTANT STRUCTURAL REINFORCEMENT HIGH FLEXURAL AND BOND STRENGTH PRODUCT DESCRIPTION MAINSTAY ML-72HP is a reinforced blend of portland cement, microsilica, densitiers, admixtures, and other mod- ifiers that produces a high strength and low permeability mortar specifically designed for centrifugal application within underground concrete, brick and galvanized corrugated metal pipe (CMP). MAINSTAY ML-72HP pro- vides a uniform, waterproof surface that is extremely dense, abrasion resistant and highly impermeable, while providing ex- cellent adhesion to the substrate. With superior compressive, flexural and tensile strengths, MAINSTAY ML-72HP can help restore structural integrity to deteriorated underground concrete and corrugated metal pipe quickly and economically. PRODUCT DATA COVPOsITIO\': A proprietary mixture of special ce- ments, silica fume, thermoplastic fibers, and modifiers. COLOR: Dark gray. YIELD: 0.54 cubic feet (ft}) per 65-pound (lb) bag when mixed correctly. COI'ER IGE: Approximately 13 square feet (ft'-) per bag at 1/2". Allowances should be made for waste. THICKNESS: Depends on the application. 1" is gen- erally sufficient for smoothing concrete that has experienced surface attack (ex- posed aggregate). Minimum thickness is usually 1/2". Consult a Mainstay Technical Representative for specific recommendations. P-ILK-GING: Normally stocked in 65-Ib bags. Also available in 2,000-Ib and 3,000-Ib bulk sacks. CRFICE PRE.PIR-ITIO\: Generally, pipe surfaces are prepared by Low Pressure Water Cleaning (up to 5,000 psi) or High -Pressure Water Cleaning (5,000-10,000 psi) to remove all loose material, unsound concrete, contaminants, dirt, debris, and/or dete- riorated or loose metal. All material should be flushed from the pipe invert and any active leaks stopped. All large voids should be filled prior to the ap- plication of MAINSTAY ML-72HP. Saturate all concrete surfaces thor- oughly with clean water and allow to surface dry just prior to the application of MAINSTAY ML-72HP. MINING: Add up to 1.2 gallon of clean water per 65-Ib bag. Mix thoroughly using a gasoline, electric, or hydraulically powered paddle -type mixer. Additional water, up to 1 pint per bag MAXI- MUM, may be added to increase work- ability. However, physical strengths will be reduced accordingly. Trial batches and testing concrete materi- als are recommended before con- struction start up. WORKING TIME: Approximately 30 minutes at 80° Fahrenheit (F). The working time will be extended at lower temperatures and shortened when higher. APPL IC ITIO\',' MAINSTAY ML-72HP is designed specifically to be applied using spin - casting equipment such as the Main- stay Horizontal Spinner and Cable Puller. Application thicknesses up to 5" in a single or multiple passes are possi- ble depending on the amount of water added, the condition of the surfaces be- ing treated, and job site conditions. A variety of piston, systolic, and rotor/ stator pumps may be used depending on job requirements and desired pro- duction rates. Consult a Mainstay Technical Representative for informa- tion regarding equipment that is best suited for your job. FINISHING: If finishing is desired, MAINSTAY ML-72HP can be finished using a steel trowel, wood float, sponge float, broom, or brush. If MAINSTAY ML- 72HP is to be topcoated, it is recom- mended that the surface be finished to a smooth, somewhat grainy texture us- ing a sponge or wood float. CURING: When placed under fast drying condi- tions or as required by project specifi- caions, MAINSTAY ML-72HP may Madewell Products Corporation • 7561 Industrial Court Alpharetta, GA 30004 • 770-475-8199 • www.madewell.net Mainstay ML-72HP Horizontal Pipe Restoration Mortar be damp cured or treated with a curing compound per ASTM C-309. Pipe ends should be closed to limit air movement during curing. CLEAN UP: Clean equipment and tools with clean tap water. DELIVER)" & STOR4GE: Check containers for damage, and ver- ify quantities before accepting ship- ments. Store MAINSTAY ML-72HP in a cool, dry place. ADDITIONAL INFORMATION: Go to www.madewell.net for Applica- tion Guides, Technical Bulletins and other product specific information. HELF LIFE: 1 year, depending on storage condi- tions, subject to reinspection thereafter. S. I FETY: KEEP OUT OF REACH OF CHIL- DREN. FOR INDUSTRIAL USE ONLY. MAINSTAY ML-72HP contains port - land cement and chemicals that MAY CAUSE EYE, SKIN, RESPIRATORY, OR NERVOUS SYSTEM SENSITIZA- TION. Adequate health and safety pre- cautions should be observed during all storage, handling, use, and drying peri- ods. For best results and safest usage, user is specifically directed to consult the current Safety Data Sheet for this product. When using this product in a confined space or closed area, consult the current Occupational Safety and Health Administration (OSHA) or American National Standards institute (ANSI) bulletins on safety require- ments. Do not take internally. If swal- lowed, call a physician immediately. Keep away from open flame, and keep containers tightly closed when not in use. R. 20 300 Page 2 W-1RRAR71 : All technical data, recommendations, and services are rendered by the Seller gratis. They are based on technical data that the Seller believes to be reliable and are intended for use by persons having skill and knowledge at their dis- cretion and risk. Seller assumes no re- sponsibility for results obtained or damages incurred from their use by the Buyer whether as recommended herein or otherwise. Such recommendations, technical advice, or services are not to be taken as a license to operate or in- tended to suggest infringement of any existing patent. MADEWELL PROD- UCTS CORPORATION MAKES NO GUARANTEE OR WARRANTIES EXCEPT AS OTHERWISE PRO- VIDED IN WRITING AND DIS- CLAIMS ANY AND ALL WAR- RANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Compressive Strength ASTM C-109 24 Hours 28 Days > 3,000 psi 10,000 psi Flexural Strength ASTM C-293 24 Hours 28 Days > 500 psi 1,500 psi Shringage ASTM C-596 28 Days @90%RH 0% Freeze/Thaw ASTM C-666 300 Cycles No Visible Damage Tensile Strength ASTM C-496 28 Days > 850 psi Bond Strength ASTM C-882 28 Days > 3,000 psi Modulus of Elasticity ASTM C-469 28 Days 4,510,000 psi Rapid Chloride Permeability ASTM C-1202 28 Days Very Low Madewell Products Corporation • 7561 Industrial Court Alpharetta, GA 30004 • 770-475-8199 • www.madewell.net FDOT Approved Temporary Traffic Control Course Completion Last First Intermediate/Advanced TTC # Expires Lowery Michael Intermediate 605523 1/27/2027 Stevenson Misty Intermediate 605524 1/27/2027 Webb Eric Advanced 59969 2/7/2024 Hutson Gage Advanced 615887 10/5/2027 Melendez John Advanced 84202 4/8/2026 Cooney Jr. Robert Advanced 84196 4/8/2026 Winters -Smith Mark Advanced 88055 7/29/2026 Molina Jose Advanced 1 76089 8/4/2025 Strickland Seth Advanced 606025 2/10/2027 Blanchard Morgan Advanced 606024 2/10/2027 Peterson Joshua Intermediate 611084 6/2/2027 Fortenberry Chase Intermediate 611083 6/2/2027 McDonald Trushaun Intermediate 611086 6/2/2027 Cano Brandon Advanced 619581 1/19/2028 CERTIFICATE OF COMPLETION dvidelifigt LOWERY Has Completed a FDOT Approved Temporary Traffic Control (TTC): Intermediate Course Training Provider: I OA 10A Risk Services 1855 W State Rd 434 INSURANCE OFFICE OF 1MEgICl1 Longwood FL 32750 Phone: 800-768-7036 Verify this Certificate by visiting www.motadmin.com 02/05/2023 01/27/2027 J. L 605523 Issue Date Expiration Date Instructor Certificate No. AGREEMENT FOR SERVICES BETWEEN VILLAGE COMMUNITY DEVELOPMENT DISTRICT NO. 1 AND ATLANTIC PIPE SERVICES, LLC FOR STORM PIPE INSPECTIONS, CLEANING & REPAIRS RFP #24P-007 THIS AGREEMENT is made effective this 12th day of April 2024 (hereafter referred to as the :Effective Date", by and between VILLAGE COMMUNITY DEVELOPMENT DISTRICT NO. 1 (hereafter referred to as "DISTRICT"), whose address is 984 Old Mill Run, The Villages, Florida 32162, The Villages, Florida 32162, and ATLANTIC PIPE SERVICES, LLC (hereafter referred to as "CONTRACTOR/SUPPLIER"), whose address Is 1420 Martin Luther King Jr Blvd, Sanford, Florida 32771. RECITALS WHEREAS, the DISTRICT owns or operates certain real property requiring proposals for Storrn Pipe Inspection, Cleaning & Repair Services, and wishes to enter into an Agreement with a party capable of providing suitable Storm Pipe Inspection, Cleaning & Repair Services; and WHEREAS, CONTRACTOR provides Storm Pipe Inspection, Cleaning & Repair Services for properties such as those owned or operated by the DISTRICT, and wishes to enter into a contract whereby the CONTRACTOR performs services for the DISTRICT In consideration of payments from the DISTRICT to the CONTRACTOR; NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, it is agreed as follows: 1. SERVICES BY CONTRACTOR 1,1 SUPPLIER, for and In consideration of the payments hereinafter specified and agreed to be made by DISTRICT, hereby covenants and agrees to furnish and deliver all materials, to do and perform all the work and labor required to be furnished and delivered for Storm Pipe Inspection, Cleaning & Repair Services, Request for Proposals (RFP) #24P-007, hereinafter referred to as RFP. Specifications and other contract documents, as defined in said RFP, and all other related documents cited In the above stated RFP are hereby made part of this Agreement as fully and with the same effect as If the same has been set forth at length in the body of this Agreement. 1.2 All maintenance and repair of equipment shall be the responsibility of the SUPPLIER, and such maintenance and repairs shall not Interfere with completion of required services to be provided pursuant to this Agreement. 1.3 The SUPPLIER shall promptly notify the DISTRICT of any conditions beyond which negatively affect the nature or character of the Property, growth conditions, or that in any way prevent or hinder the maintenance obligations of the SUPPLIER required by this Agreement. SUPPLIER agrees to provide 24 hour a day emergency service, including contacts, phone numbers, etc. 1.4 The SUPPLIER shall collect and dispose of all trash, litter, debris, refuse and discarded materials resulting from SUPPLIER'S operations, including site clean-up and policing on a daily basis. The SUPPLIER shall remove or contract for the removal of debris and refuse In such a manner that no unsightly, unsanitary, or hazardous accumulations occur. The SUPPLIER shall ensure that all handling and disposal of refuse materials performed pursuant to this Agreement is performed in compliance with all local, state and federal regulations. 1.6 All SUPPLIER and Sub -Contractor personnel shall wear personal protective equipment In the performance of their duties to include safety vests, protective eye wear or face shields, respiratory protection as necessary, gloves and protective clothing. 1.6 SUPPLIER shall be responsible for adhering to all federal, state and local safety guidelines and observe all safety precautions when performing services on DISTRICT property, roadways and rights -of -way to Include safe location of parked vehicles, signage, use of safety cones, flag personnel as necessary, use of safety vests on all personnel and vehicles which are clearly identifiable as belonging to the SUPPLIER. 1,7 SUPPLIER acknowledges that the public may associate the SUPPLIER as an employee of the DISTRICT while the SUPPLIER performs services on the DISTRICT's property. SUPPLIER agrees to conduct its services and supervise its employees In a way not detrimental to the DISTRICTS business operation. DISTRICT reserves the right to approve dress codes for the SUPPLIER's employees. Storm Pipe Inspection, Cleaning & Repair Services RFP #24P-007 1.8 SUPPLIER shall comply with all applicable governmental statutes, rules, regulations and orders and any amendments and modifications thereto. 1.9 As per the Immigration and Nationality Act of 1952 (INA), Immigration Reform and Control Act of 1986 (IRCA) and Florida Executive Order Number 11-02, SUPPLIER must only employ individuals who are legally authorized to work in the United States of America. SUPPLIER hereby is required to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all persons (including subcontractors) employed/assigned during the contract term by the SUPPLIER to perform work pursuant to this Agreement. To certify participation in the program, SUPPLIER and any subcontractors to the SUPPLIER, is required to sign an E-Verify SUPPLIER/Subcontractor Affidavit. It is understood that the DISTRICT will not be responsible for any violations of Federal law and the SUPPLIER, solely, will be responsible and liable for any violations and or penalties associated with such violation. 2. PAYMENT 2.1 In consideration of the services provided by the SUPPLIER pursuant to this Agreement, DISTRICT agrees to pay to SUPPLIER the unit prices submitted by SUPPLIER as a result of SUPPLIER's response to RFP #24P-007 as provided for in Exhibit "A" to this Agreement. 2.2 Invoices shall be submitted via email to accountspayable©districtgov.org Payment by the DISTRICT will made per the "Local Government Prompt Payment Act", Florida Statutes, Chapter 218, Part VII. 2.3 The DISTRICT agrees to pay the SUPPLIER for additional work performed by the SUPPLIER pursuant to written orders placed by the DISTRICT, at a rate equal to component unit costs of labor and equipment charged by the SUPPLIER under the terms of this Agreement. 3, UNUSUAL COSTS 3.1 The Contractor may petition the District at any time for an additional rate adjustment on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which, by all reasonable expectations, will continue for at least one (1) year. If the Contractor petitions for such an increase, the Contractor shall also petition for a rate reduction on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which, by all reasonable expectations, will continue for at least one (1) year; failure to make such petition may be grounds for Agreement termination. 3.2 The Contractor's request shall contain substantial proof and justification to support the need for the rate adjustment. The District may request from the Contractor, and the Contractor shall provide, such further information as may be reasonably necessary in making its determination. The District shall approve or deny the request, in whole or in part, within sixty (60) days of receipt of the request and all other additional information required by the District. Any price redetermination shall be solely based upon the documentation provided and the District reserves the right to rescind any price relief granted should the circumstances change and prices go down. 4. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire Contract between DISTRICT and SUPPLIER and which are made part hereof by this reference, consist of the following: 4,1 Request for Proposals 4.2 Instructions, Terms, and Conditions 4.3 Proposal Forms 4.4 Wildlife Habitat Management Plan (if applicable) 4.5 Proposer's Certification 4.6 Insurance Requirements 4.7 General Terms and Conditions 4.8 Scrutinized Companies 4.9 Drug Free Workplace Certificate 4,10 Anti -Collusion Statement 4.11 Statement of Contractor's Experience, Equipment & Personnel 4.12 W-9 4.13 E-Verify Contractor/Subcontractor Affidavit Village Community Development Districts Page 2 of 8 Purchasing Department Storm Pipe inspection, Cleaning & Repair Services RFP #74P-007 4.14 Scope of Work / Specifications 4.15 Agreement for Services 4.16 Permits / Licenses 4.17 All PROPOSAL Addenda Issued Prior to PROPOSAL Opening Date 4.18 All Modifications and Change Orders Issued 4.19 Notice of Award / Notice to Proceed 5. TERM The initial term of each Agreement shall be the Effective Date through September 30, 2026, with the option to renew for one (1) two (2) year period. The prices awarded by SUPPLIER shall remain fixed and firth for the initial term of the Agreement. Following completion of the initial term, the renewal period shall automatically occur on October 1, unless either party provides a minimum ninety (90) day written notice of non -renewal. At a minimum of six (6) months prior to the end of the initial term, Contractor/Supplier may submit a request in writing to the District to negotiate an increase or decrease to the current awarded pricing to become effective for the renewal period. No increase shall exceed 5%. 6. INSURANCE 6,1 General Liability. CONTRACTOR shall obtain, and maintain throughout the Ilfe of the Agreement, General Liability Insurance In an amount no less than $1,000,000 per occurrence and $2,000,000 general aggregate for Bodily Injury and Property Damage. Insurance shall protect the CONTRACTOR, sub consultants and subcontractors from claims for damage for personal Injury, including accidental death, as well as claims for property damages which may arise from operations under the Agreement. DISTRICT(s) shall be named as Additional insured. 6,2 Automobile Liability Insurance covering all automobiles and trucks the CONTRACTOR may use In connection with this RFP. The limit of liability for this coverage shall be a minimum combined single limit of $1,000,000 per occurrence for bodily injury and property damage. This Is to include owned, hired, and non -owned vehicles. DISTRICT(s) shall be named as Additional Insured. 6.3 Excess Liability Insurance (Umbrella Policy) may compensate for a deficiency in general liability or automobile insurance coverage limits. 6,4 Waiver of Subrogation: By entering Into any contract as a result of this RFP, CONTRACTOR agrees to a Waiver of Subrogation for each policy required above. 6.5 Workers' Compensation Insurance, as required by the State of Florida. As required by the State of Florida. CONTRACTOR and any sub consultants or subcontractors shall comply fully with the Florida Worker's Compensation Law. CONTRACTOR must provide certificate of Insurance showing Worker's Compensation coverage. 6,6 Certificate(s) shall be dated and show: 6.6.1 The name of the insured CONTRACTOR, the specified job by name and/or RFP number, the name of the insurer, the number of the policy, its effective date and its termination date. 6.6.2 Statement that the Insurer will mail notice to the DISTRICT at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. 6.6.3 Subrogation of Waiver clause. 6.6.4 The Village Center Community Development District and any other governmental agencies using this Agreement in cooperation with the DISTRICT shall be a named additional insured on Public Liability Insurance and Automobile Liability Insurance. 6.6.5 The CONTRACTOR shall require of each its sub consultants and/or subcontractors to procure and maintain during the Iife of its subcontract, Insurance of the type specified above or insure the activities of Its sub consultants and/or subcontractors in Its policy as described above. 6.6.6 All insurance policies shall be written on companies authorized to do business In the State of Florida. 7, TERMINATION BY THE DISTRICT 7.1 The performance of work under this Contract may be terminated by DISTRICT in accordance with this clause in whole or from time to time in part, whenever DISTRICT determines that SUPPLIER Village Community Development Districts Page 3 of 8 Purchasing Department Storm Pipe inspection, Cleaning & Repair Services RFP #24P-007 is in default of the terms of this Agreement. Any such termination shall be effected by delivery to SUPPLIER a Notice of Termination specifying the extent to which performance or work under the contract is terminated, and the date the termination becomes effective. 7.2 After receipt of a Notice of Termination, and except as otherwise directed, SUPPLIER shall: Stop work under this Agreement on the date and to the extent specified in the Notice of Termination. 7.2.2 Place no further orders or subcontract for materials, services, or facilities except as may be necessary for completion of such portions of work under this Contract. 7.2.3 Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the Notice of Termination. 7.2.4 Settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts and request the approval or ratification by the DISTRICT to the extent SUPPLIER may require, which approval or ratification shall be final for all purposes of this clause. 72.5 Continue to perform under the terms of the Contract as to that portion of the work not terminated by the Notice of Termination. 7.3 After receipt of a Notice of Termination, SUPPLIER shall submit to DISTRICT SUPPLIER's termination claim in satisfactory form. Such claim shall be submitted promptly, but in no event later than one month from the effective date of termination unless one or more extensions in writing are granted by DISTRICT. No claim will be allowed for any expense Incurred by SUPPLIER to after the receipt of the Notice of Termination and SUPPLIER shall be deemed to waive any right to any further compensation. 7.4 SUPPLIER and DISTRICT may agree upon the whole or any part of the amount or amounts to be paid to SUPPLIER by reason of the total or partial termination of work pursuant to this clause, provided that such agreed amount or amounts, exclusive of settlement costs shall not exceed the total Contract price as reduced by the expenditures necessary to complete the job covered by this Contract. 7.5 DISTRICT may, for any reason, terminate performance under this Agreement by the SUPPLIER for convenience upon thirty (30) days written notice. DISTRICT will not be held responsible for any loss incurred by SUPPLIER as a result of DISTRICT's election to terminate this Agreement pursuant to this paragraph. 8. WARRANTY. 8.1 The SUPPLIER warrants to the DISTRICT that all materials and equipment furnished under the Agreement will be of good quality, new, and fit for the purpose intended. Unless otherwise required or permitted by the Agreement Documents, the work will be free from defects not inherent in the quality required or permitted, and the work will conform to the requirements of the Agreement Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized may be considered defective. The SUPPLIER's warranty excludes remedy for damage or defect cause by abuse or modifications not executed the SUPPLIER, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. a. If applicable, all installed Wallpaper Installation & Removal material shall be under SUPPLIER warranty for a period of ninety (90) days. Such warranty period shall begin on the date the final payment to SUPPLIER by the DISTRICT is Issued. b. All other labor and workmanship shall be under SUPPLIER warranty for a period of one (1) year; all materials shall be per Manufacturer's warranty. Such warranty period shall begin on the date of the final payment to SUPPLIER by the DISTRICT is issued. 9. SELF HELP BY DISTRICT 9.1 Within twenty-four (24) hours after being notified by DISTRICT in writing of defective or unacceptable work, if the SUPPLIER fails to correct such work, DISTRICT may cause the unacceptable or defective work to be corrected. If the DISTRICT corrects the work, the DISTRICT shall be entitled to deduct from any monies due, or which may become due to SUPPLIER, the Village Community Development Districts Page 4 of 8 Purchasing Department Storm Pipe Inspection, Cleaning 8 Repair Services RFP #24P-007 reasonable cost of remedying the defective or unacceptable work. Provided, however, if the corrective work cannot reasonably be completed within such twenty-four (24) hour period, and the SUPPLIER immediately begins corrective work, and DISTRICT reasonably determines that the SUPPLIER is diligently pursuing the completion of such corrective work, DISTRICT agrees to allow SUPPLIER to complete correction of the defective or unacceptable work. In addition, if the SUPPLIER, for any reason, falls to perform any portion of the services required by the SUPPLIER pursuant to this Agreement, the DISTRICT shall be entitled to deduct from any monies due or which may become due to SUPPLIER the actual expenditures that are necessary to complete the services not performed. 9.2 Ali costs and expenses incurred by DISTRICT pursuant to this section shall be deducted from monies due, or which may become due to SUPPLIER for its obligations herein. 9.3 The provisions of this paragraph are cumulative to all other provisions of the Agreement and it is not intended that any deductions in payment taken pursuant to this paragraph shall diminish or waive DISTRICT's right to declare the SUPPLIER in default in accordance with applicable provisions of the Agreement. 9.4 The accumulation of two (2) 24-hour notices within a six (6) month period may result in termination of the Agreement as determined by the DISTRICT. 9.5 SATISFACTORY PERFORMANCE 9.5.1 It is estimated that the frequency and guidelines set forth 1n this Scope of Work will provide the quality desired. However, in the event It does not, SUPPLIER agrees to provide such reasonable additional services without further compensation. Satisfactory performance of work under this contract shall be based on these maintenance specifications, as measured by the DISTRICT In Its discretion. 9.5.2 The determination of satisfactory performance will be based upon the satisfactory appearance of the grounds, not whether anticipated projections of cycle frequencies have been performed. The appearance and quality of the grounds will be reviewed on a daily basis by the DISTRICT. SUPPLIER performance will be evaluated and adjustments to the technical maintenance specifications, if required, will be made. 9.5.3 Any damage to DISTRICT property by the SUPPLIER shall be repaired by the respective tradesmen initiated though the DISTRICT Representative so all warranties remain effective. All billing for said repairs will be directed to the SUPPLIER responsible for said area and cost of repairs. 10. ASSIGNMENT 10.1 This Agreement shall not be assigned, nor may any portion of the obligations contemplated in this Agreement be subcontracted to another party without prior written approval of DISTRICT. No such approval by DISTRICT of any assignment or subcontract shall be deemed in any event or In any manner to provide for the incurrence of any obligation of the DISTRICT. All such assignments and subcontracts shall be subject to the terms and conditions of this Agreement and to any conditions of approval that DISTRICT shall deem necessary. 11. p1OTICE OF SALE OR MERGER 11.1 SUPPLIER may not merge with, or otherwise sell all or any portion of Its business to any third party without first providing DISTRICT with at least one hundred twenty (120) days' written notice prior to any such merger or sale. In the event SUPPLIER Intends on merging with, or otherwise selling all or any portion of Its business to a third party that does not intend on providing the services required of SUPPLIER under this Agreement, or to a third party that is not approved by DISTRICT, then SUPPLIER shall remain responsible for providing the services to DISTRICT through the term of this Agreement despite the merger or sale. Any merger or sale in violation of this paragraph shall constitute a default entitling DISTRICT to damages from SUPPLIER for its breach of contract, in addition to any other remedy provided for in this Agreement. 12. BREACH OF CONTRACT 12.1 The failure of SUPPLIER to comply with any of the terms, provisions, covenants, or conditions of this Agreement shall constitute a material breach of contract by SUPPLIER. In such event, the DISTRICT may, and in addition to any other remedies available at law or in equity, or otherwise specified in this Agreement, suspend or debar the SUPPLIER from future bids and/or solicitations in accordance with DISTRICT's Purchasing Policies and Procedures Manual. Village Community Development Districts Page 5 of 8 Purchasing Department Storm Pipe Inspection, Cleaning & Repair Services RFP #24P-007 13. OTHER MATTERS 13.1 SUPPLIER shall not utilize, nor store, any drums of material exceeding 5-gallon containers on any of the DISTRICT's property. 13.2 SUPPLIER shall maintain complete and current Material Safety Data Sheets on premises for inspection andlor use at all times, and furnish updated documentation to the DISTRICT's Human Resources Department; however, the SUPPLIER acknowledges that the DISTRICT shall have no responsibility for making any disclosures to SUPPLIER's employees or agents. 13.3 The obligations of the SUPPLIERS under this Agreement may not be delegated without the prior written consent of the DISTRICT. The DISTRICT may freely assign this Agreement to any entity acquiring the real estate which is subject to this Agreement. 13.4 In the event of default by any party to this Agreement, the prevailing party shall be entitled to recover from the defaulting party, all costs and expenses, including a reasonable attorney's fee, whether suit be instituted or not, and at the trial court and appellate court level incurred by the prevailing party enforcing its right hereunder. 13.5 The venue for the enforcement, construction or interpretation of this Agreement, shall be the District or Circuit Court for Sumter County, Florida, and SUPPLIER does hereby specifically waive any "venue privilege" and/or "diversity of citizenship privilege" which It has now, or may have in the future, In connection with the Agreement, or its duties, obligations, or responsibilities or rights hereunder. 13.6 SUPPLIER does hereby specifically promise and agree to "hold harmless", defend and indemnify the DISTRICT and the agents, servants, employees, officers, and officials thereof from and against any and all liability or responsibility for damage to property or person that may arise in connection with the services to be provided hereunder, Including reasonable attorney fees and expenses. 13.7 SUPPLIER shall not be construed to be the agent, servant or employee of the DISTRICT or of any elected or appointed official thereof, for any purpose whatsoever, and further SUPPLIER shall have no express or implied authority of any kind or nature whatsoever, to incur any liability, either in contract or on a tort, as the agent, servant or employee of the DISTRICT. 13.8 These Contract Documents constitute the entire understanding and Contract between the Parties and supersedes any and all written and oral representations, statements, negotiations, or contracts previously existing between the Parties with respect to the subject matters of this Contract, The SUPPLIER recognizes that any representations, statements, or negotiations made by DISTRICT staff do not suffice to legally bind the DISTRICT in a contractual relationship unless they have been reduced to writing and signed by an authorized DISTRICT representative. This Contract shall inure to the benefit of and be binding upon the Parties, their respective assigns, and successors In interest. 13.9 It may become necessary that additional areas are to be routinely maintained under the same specifications, or as amended by the management or its representative. It is the Intent to be able to add or delete areas as necessary with the related cost increases or decreases to be handled through the execution of an amendment to the Agreement, Cost increases or decreases will be based an the unit prices proposed by the SUPPLIER as provided for in Exhibit "A" to the Agreement. 13.10 No amendment to this Agreement shall be effective except those agreed to In writing and signed by both of the parties to this Agreement. 13.11 Time is of the essence in the performance of this Contract. The SUPPLIER specifically agrees that it will commence operations on the date specified in the Notice to Proceed and that all work to be performed under the provisions of this Contract shall be done according to specifications, subject only to delays caused through no fault of the SUPPLIER. 13.12 Award of this project shall impose no obligation on the District to utilize the successful proposer for all work of this type, which may develop during the contract period. This is not an exclusive contract. The District specifically reserves the right to concurrently contract with other companies for similar work If it deems such action to be in the District's best interest. Village Community Development Districts Page 6 of 8 Purchasing Department Storm Pipe inspection, cleaning & Repair Services RFP #24P4007 14. SUPPLIER'S REPRESENTATIONS 14.1 SUPPLIER makes the following representations: 14.2 SUPPLIER has familiarized himself with the nature and extent of the Contract documents, work, locality, and all local conditions, and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of work. 14.3 SUPPLIER declares that he has visited and examined the site of the work and Informed himself fully in regard to all conditions pertaining to the place where the work is to be done, that he has examined the plans for the work and other Contract Documents relative thereto and has read all the addenda furnished prior to the bid, and that SUPPLIER has satisfied itself relative to the work to be performed. 14.4 SUPPLIER has investigated and is fully informed of the construction and labor conditions, of obstructions to be encountered, of the character, quality and quantities of work to be performed, materials to be furnished, and requirements of the plans and other Contract Documents. 14.5 SUPPLIER has given the DISTRICT written notice of all conflicts, errors, or discrepancies that he has discovered In the Contract Documents. 14.6 SUPPLIER declares that submission of a bid for the work constitutes an incontrovertible representation that the SUPPLIER has complied with every requirement of this Section, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of work. 14.7 Equal Opportunity: SUPPLIER assures that no person shall be discriminated against on the grounds of race, color, creed, national origin, handicap, age or sex, in any activity under this Contract. 14.8 Public Entity Grimes: In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted Respondent list following a conviction for a public entity crime 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 on leases or real property to a public entity, may not be awarded or perform work as a SUPPLIER, supplier, subcontractor, or consultant with any public entity, and may not transact business with any public entity In excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted Respondent list. 14.9 Public Records Act/Chapter 119 Requirements: SUPPLIER /Respondent agrees to comply with the Florida Public Records Act to the fullest extent applicable, and shall, if this Agreement is one for which services are provided by doing the following: • Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform this service; • Provide the agency access to public records at a cost that does not exceed the cost provided in Chapter 119, Florida Statues or as otherwise provided by law; • Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and • Meet all requirements for retaining public records and transfers to the DISTRICT, at no cost, all public records In possession of the SUPPLIER upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the DISTRICT in a format that is compatible with the current information technology systems of the DISTRICT, Village Community Development Districts Page 7 of 8 Purchasing Department Storm Pipe Inspection, Cleaning & Repair Services RFP #24P-007 IF THE SUPPLIER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUPPLIER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: JENNIFER FARLOW, DISTRICT CLERK 984 OLD MILL RUN, THE VILLAGES FL 32162 PHONE: 352-751-3939 EMAIL: jennifer.farlow@DISTRlCTgov.org IN WITNESS WHEREOF, said DISTRICT has caused this Agreement to be executed in its name by the Chairman of the VILLAGE COMMUNITY DEVELOPMENT DISTRICT NO. 1, attested by the clerk of said DISTRICT, and ATLANTIC PIPE SERVICES, LLC has caused this Agreement to be executed in its name by its authorized representative, attested to and has caused the seal of said corporation to be hereto attached (if applicable), all on the day and year written above. VILLAGE COMMUNITY DEVELOPMENT DISTRICT NO. 1 Bv: Print Name U Lg--- ekekiAr— aSivrkszA Print Title 4 id ti 3/ 2/ 26 2-14 Print Title ATLANTIC PIPE SERVICES, LLC By: Olizu,‘ Afl C Lale Print Name Pr 5 intPil+ Date Village Community Development Districts Page 8 of 8 Purchasing Department Storm Pipe Inspections, Cleaning and Repars ITEM # REVISED RFP #24P-007 Storm Pipe Inspections, Cleaning, and Repairs DIVING, PLUGGING, AND DEWATERING ITEM DESRIPTION SIZE UNIT RFP #24P-007 PRICE 1 Plug Set in Structure or Outfall 00 - 24 INCH EA $550.00 2 Plug Set in Structure or Outfall 30 - 54 INCH EA $750.00 3 Plug Set in Structure or Outfall 60 - 72 INCH EA $950.00 4 Plug Rental 15 INCH WK $315.00 5 Plug Rental 1.8 INCH WK $315.00 6 Plug Rental 24 INCH WK $331.00 7 Plug Rental 30 INCH WK $710.00 8 Plug Rental 36 INCH WK $805.00 9 Plug Rental 42 INCH WK $815.00 10 Plug Rental 48 INCH WK i $1,100,00 11 Plug Rental 54 INCH WK 161,150.00 12 Plug Rental 60 INCH WK ' $2,430.00 13 Plug Rental 66 INCH WK $2,430.00 14 Plug Rental 72 INCH WK $3,500.00 16 Plug Removal in Structure or Outfall 00 - 24 INCH EA $300.00 16 Plug Removal in Structure or Outfall 30 - 54 INCH EA 1 $500.00 17 Plug Removal in Structure or Outfall 60 - 72 INCH EA $700.00 18 Certified Dive Team for Exploratory Dive NIA HR $185.00 19 Certified Dive Team: Swim Plug Up Pipe to Embankment to Prevent Pipe from Floating N/A EA $160.00 20 Easement Access for Plug Set, Removal N/A EA $350.00 21 Underwater Dredging for Plug Set N/A HR $265.00 22 Pump Delivery to Job Site and Set Up N/A EA S350.00 23 Dewatering 00 - 24 INCH LF $0.80 24 Dewatering 30 - 36 INCH LF 61.20 25 Dewatering 42 - 48 INCH LF $1.80 26 Dewatering 54 - 60 INCH LF $3.60 27 Easement Access for Pump Set Up and Delivery N/A EA $450.00 STORM CLEANING AND INSPECTION SERVICES 28 Light cleaning, storm 00 - 24 INCH LF $2.25 29 Light cleaning, storm 30 - 36 INCH LF $2.75 30 Light cleaning, storm 42 - 48 INCH LF $3.65 31 Light cleaning, storm 54 - 60 INCH LF $5.00 32 Light cleaning, storm 66 - 72 INCH LF I $9.00 33 Medium cleaning, storm 00 - 24 INCH LF $2.93 34 Medium cleaning, storm 30 - 36 INCH LF $4.80 35 Medium cleaning, storm 42 - 48 INCH LF $8.40 36 Medium cleaning, storm 54 - 60 INCH LF $12.30 37 Medium cleaning, storm 66 - 72 INCH LF I $16.25 38 Heavy cleaning, storm 00 - 24 INCH IF I $4.88 39 Heavy cleaning, storm 30 - 36 INCH LF $7.80 40 Heavy cleaning, storm 42 - 48 INCH LF $12.60 41 Heavy cleaning, storm 54 - 60 INCH LF $16.80 42 Heavy cleaning, storm 66 - 72 INCH IF $33.75 43 Easement Set Up and Cleaning (additional fee for cleaning) N/A LF $0.62 44 Structure Cleaning N/A EA $85.00 45 Transportation Fee for Delivering Debris Removed to Disposal Location N/A EA $195,00 46 Pump Station/Storm Lift Station Cleaning N/A HR $285.00 47 CCTV Storm 00 - 30 INCH LF $2.10 48 CCTV Storm 36 - 60 INCH LF $2.75 EXHIBIT A Atlantic Pipe Services, LLC Page 1 of 4 Storm Pipe Inspections, Cleaning and Repays RFP #24P-007 49 50 51 CCTV Storrn Easement Set Up and Inspection (Additional Fee to CCTV) Structure Inspection 66 - 72 INCH NIA N/A LF LF EA $3.50 $0.30 $65.00 PRESSURE GROUT MAINLINE 52 Pressure grout - Storm, 5 or less per callout 00 - 24 INCH EA S1,280.00. 53 Pressure grout - Storm, 5 or less per callout 30- 48 INCH EA $1,980,00 54 Pressure grout - Storm, 5 or less per callout 54 - 72 INCH EA $2,650.00 55 Pressure grout- Storm, 5 or more per callout 00 - 24 INCH EA $980,00 56 Pressure grout - Storm, 5 or more per callout 30 - 48 INCH EA $1,250,00 57 Pressure grout - Storm, 5 or more per callout 54 - 72 INCH EA $2,200.00 REPAIR BANDS 58 Mechanical Repair Sleeve - Storm 15 INCH EA $3,200.00 59 Mechanical Repair Sleeve - Storm 18 INCH EA 53,400.00 60 Mechanical Repair Sleeve - Storm 24 INCH EA $3,700.00 61 Mechanical Repair Sleeve - Storm 30 INCH EA $4,200.00 62 Mechanical Repair Sleeve - Storm 36 INCH EA 54,785.00 63 Mechanical Repair Sleeve - Storm 42 INCH EA $5,475.00 64 Mechanical Repair Sleeve - Storm 48 INCH EA $6,150.00 65 Internal Seal - Storrn 18 INCH EA $1,800.00 66 Internal Seal - Storm 24 INCH EA $1,800.00 67 Internal Seal - Storm 30 INCH EA $1,925.00 68 Internal Seal - Storm 36 INCH EA $2,100.00 69 Internal Seal - Storm 42 INCH EA $2,250.00 70 Internal Seal - Storm 48 INCH EA $2,325.00 71 Internal Seal - Storm 54 INCH EA $2,410.00 72 Internal Seal - Storrn 60 INCH EA $2,600.40 73 Internal Seal - Storm 66 INCH EA 2,900.00 74 Internal Seal - Storm 72 INCH EA 53,200.00 CIPP SECTIONAL LINER 75 Sectional Liner - Storm 15 INCH LF $1,380.00 76 Sectional Liner - Storm 18 INCH LF $1,480.00 77 Sectional Liner - Storrn 24 INCH LF $1,480.00 78 Sectional Liner - Storm 30 INCH LF 1$1,500.00 79 Sectional Liner - Storm 36 INCH LF $1,900.00 80 Sectional Liner - Storm 42 INCH LF $2,100.00 81 Sectional Liner - Storm 48 INCH LF $2,400.00 CIPP MANHOLE TO MANHOLE LINING 82 CIPP Manhole to Manhole Lining - Diameter: 7.5mm 15 INCH LF $100.64 83 15" CIPP Thickness Variance: 1.5mm 15 INCH LF $4.26 84 CIPP Manhole to Manhole Lining - Diameter. 9mm 18 INCH LF $146.81 85 18" CIPP Thickness Variance: 1.5mm 18 INCH LF $4.55 88 87 CIPP Manhole to Manhole Lining - Diameter: 10.5mm 24" CIPP Thickness Variance: 1.5mm 24 INCH 24 INCH LF LF $205.03 $6.45 88 CIPP Manhole to Manhole Lining - Diameter: 13.5mm 30 INCH LF $313.85 89 30" CIPP Thickness Variance: 1.5mm 30 INCH LF $7.88 90 CIPP Manhole to Manhole Lining - Diameter. 15mm 36 INCH LF $ 361.63 91 36" CIPP Thickness Variance: 1.5mm 36 INCH LF $9.14 92 CIPP Manhole to Manhole Lining - Diameter. 19mm 42 INCH LF $471.57 93 42" CIPP Thickness Variance: 1,5mm 42 INCH LF $12.35 94 95 CIPP Manhole to Manhole Lining - Diameter: 22.5mm 48" CIPP Thickness Variance: 1.5mm 48 INCH 48 INCH LF LF $495.30 $18.13 96 CIPP Manhole to Manhole Lining - Diameter. 25.5 mm 54 INCH LF 5622.05 97 54" CIPP Thickness Variance: 1.5mm 54 INCH LF 518.38 EXHIBIT A Atlantic Pipe Services, LLC Page 2 of 4 Storm Pipe Inspections, Cleaning end Repots RFP 1i24P-007 98 CIPP Manhole to Manhole Lining - Diameter. 29 5mm 60 INCH LF $791,29 99 60" CIPP Thickness Variance: 1 5mm 60 INCH LF $18.32 100 CIPP Manhole to Manhole Lining - Diameter: 31.5rnm 66 INCH LF $888,69 101 66" CIPP Thickness Variance: 1.5mm 66 INCH LF $20.10 102 CIPP Manhole to Manhole Lining - Diameter: 33 mm 72 INCH LF 0,044.65 103 72- CIPP Thickness Variance: 1.5mm 72 INCH 1 LF 521.85 CONCRETE SPINCASTING 104 Concrete Spin cast- Storm 15 INCH LF 590.00 105 Concrete Spin cast - Storm 18 INCH LF $109.00 106 Concrete Spin cast - Storni 24 INCH LF $144.00 107 Concrete Spin cast- Storm 30 INCH LF $189.00 108 Concrete Spin cast - Storm 36 INCH LF $216.00 109 Concrete Spin cast - Storm 42 INCH LF $252.00 110 Concrete Spin cast - Storm 48 INCH LF $288.00 111 Concrete Spin cast - Storm 54 INCH LF $324.00 112 Concrete Spin cast - Storm 60 INCH LF 5360.00 113 Concrete Spin cast - Storm 66 INCH LF $396.00 114 Concrete Spin cast - Storm 72 INCH LF I $432.00 INJECTION GROUTING AND STRUCTURE REPAIR 115 Drill Injection Hole for Soil Stabilization NIA EA $1, 500.00 116 Set Up Charge for Soil Stabilzation NIA EA 5754.00 117 Hydrophobic Polyurethane Grout for Soil Stabilization N/A Per Gallon $465.00 118 Storm Structure Sealing Set Up Fee N/A EA 6E50.00 119 Storm Structure Injection Grout for Sealing NIA Per Gallon .$143.75 .t -1.. ` A _ :.MOT/TRAFFIC CONTROL,- ___ T i ` , ..- - : :' _ _: 124 MOT City or County ROW N/A DAY I .$450..00j _ - _77"--- _ a; , 7 71-_M1 ADDITIONAL SERVICES `7 .r `"7 - - 121 Nuisance Alligator Removal When Required for Plugging / Dewaterirg WA EA 51,650.00 i22 Weekly rental Quite Pack pump (with maintenance)' 4 INCH EA $91.9.00 123 Weakly rental Quite Pack pump rental (with maintenance' 6 INCH EA $1,026.09 124 Weakly rental 4' discharge hose (100ft) 4 INCH EA $101.12 125 Weekly rental 4" intake hoes (50ft) 4 INCH EA $166.12 126 Weekly rental 6' discharge hose (100ft) 6 INCH EA 5101.93 127 Weekly rental 6" intake hoes (50ft) 61NCH EA $205.43 126 Weekly rental Basket Screen 4 INCH EA $9.03 129 Weekly rental Basket Screen 6 INCH EA $18.06 130 Weekly rental 90 Degree elbow 41NCH EA $36.11 131 Weekly rental 90 Degree elbow 6 INCH EA 550.56 N OTE(S): • When completing your proposal, do not attach any forms which may contain terms and conditions that conflict with those listed In the District's proposal documents. Inclusion of additional terms and conditions such as those which may be on your company's standard forms may result In your proposal being declared non -responsive. o All price information to be used in the RFP evaluation must be on this proposal form. • District reserves the right to adjust any quantity upward or downward as may be warranted or necessary. o The District maintains the right to utilize other vendors/contractors to address any unforeseen conditions as they may arise. "The undersigned, as Proposer, hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the RFP and Specifications for the work and comments hereto attached. The Proposer agrees, if this proposal is accepted, to contract with the Villages Community Development Districts in the form of an Agreement, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the RFP and Agreement Documents for this Project. The Proposer agrees fo accept in full compensation for each item the prices named in the schedules incorporated herein. Proposer agrees to supply the products or services at the prices proposed above in accordance with the terms, conditions and specifications contained in this RFP." EXHIBIT A Atlantic Pipe Services, LLC Page 3 of 4 Autholized Agen (la `- s.icr '.J r" (mew pi,g 247/2.14 Name of Proposer's Firm: This document must be completed and returned with your Submittal EXHIBIT A Atlantic Pipe Services, LLC Page 4 of 4 Community Development Districts District 1 AGENDA REQUEST TO: Village Community Development District No. 1 FROM: Melissa Schaar, Purchasing Director Mike Harris, District Property Management, Director DATE: April 12, 2024 SUBJECT: Award of Request for Proposal (RFP) #24P-007 Storm Pipe Inspections, Cleaning & Repairs ISSUE: Review and approval of awards to Atlantic Pipe Services, LLC, Vortex Services, LLC and Hinterland Group Inc. for Request for Proposals (RFP)#24P-007 Storm Pipe Inspections, Cleaning & Repairs. ANALYSIS/INFORMATION: On January 11, 2024, staff issued RFP #24P-007 Storm Pipe Inspections, Cleaning & Repairs. The intent of this contract is to have multiple qualified contractors to complete the approved methodology for the rehabilitation of a sectionalized portion of a structurally damaged or leaking gravity flow system, service line, joint, crown failure, and the bridging of offset pipe joints using the installation of ambient cured -in -place, thermal epoxy impregnated structural liner system. The contractors will also be responsible for supplying the approved materials for the rehabilitation/repairs. In addition, contractors will be responsible for the cleaning and inspections of conduits, bypass pumping, line obstruction removal, reestablishment of services, pre -installation video recording, installation of Resin Impregnated Cured -in -Place Pipe including installation television inspection, post -installation video recording, connections, testing, and final inspections are all included in this contract's scope of work. Nine (9) responsive proposals were received, and were presented to the Selection Committee members for review. The Selection Committee met on February 29, 2024, to score and rank all respondents according to the criteria set forth in the RFP, see attached Evaluation Criteria. When evaluating proposals, the Selection Committee considers each Respondent's experience, references, qualifications of manpower, machinery and equipment, cost, and the thoroughness of their overall proposals. Below are the Selection Committee scores for all Respondents based on the evaluation of these criteria: Ran.1 3 Contractors Selection Committed Score= (out of 5. OD pc :LW. 1 Atlantic Pipe Services, LLC 4-90 2 Vortex Seri. ices_ LL.0 470 3 Hinterland Group. Inc.. =63 4. Tnliner Soli .us_ LLC 45E 5 Shenandoah General Construction. LLC -420 6 Flotech Environmental, LLC 370 7 Gulf Coast Underground, LLC 326 S Nu -Pipe, LLC 264 9 Rowland I I Sodutioas. LLC 1.50 This RFP allowed for up to three contractors to be awarded agreements. Based on the evaluation scores and rankings, staff is requesting that #1 ranked Atlantic Pipe Services, LLC, #2 ranked Vortex Services, LLC and #3 ranked Hinterland Group Inc. be awarded agreements for RFP #24P-007 utilizing the unit pricing submitted as stated on their respective Exhibit A. If approved, the term of these Agreements for Services will be April 12, 2024 through September 30, 2026 with the option to renew for one (1), two (2) year period. Prices will remain firm and fixed for the initial term. BUDGET IMPACT: Work performed under this Agreement will be performed as needed at the contractors' respective unit pricing contained in Exhibit A of RFP #24P-007. The FY 2023-24 Budget includes $50,000.00 for Storm Pipe Inspections and $25,000.00 for Storm Pipe Repairs in the General Fund for a total budget of $75,000.00. STAFF RECOMMENDATION: Staff requests approval to awards RFP #24P-007 Storm Pipe Inspections, Cleaning & Repairs to the top three ranked contractors, Atlantic Pipe Services, LLC, Vortex Services, LLC and Hinterland Group Inc. on an as needed basis, based on the fixed and firm unit pricing as shown in Exhibit A. MOTION: Motion to approve awards for RFP #24P-007 Storm Pipe Inspections, Cleaning & Repairs to the top three ranked contractors, Atlantic Pipe Services, LLC, Vortex Services, LLC and Hinterland Group Inc. on an as needed basis, based on the fixed and firm unit pricing as shown in Exhibit A and authorize the Chair/Vice Chair to sign the Agreement. ATTACHMENTS: 1. 24P-007 Atlantic Pipe VCDD1 Agreement & Exhibit A 2. 24P-007 Hinterland VCDD1 Agreement & Exhibit A 3. 24P-007 Vortex VCDD1 Agreement & Exhibit A 4. 24P-007 Scores & Rank 5. 24P-007 Scores by Committee Member 6. 24P-007 Evaluation Worksheet GI1eGVd1age% PROPERTY MANAGEMENT 05/15/2025 To Whom it May Concern: On January 11th, 2024 The Villages Community Development Districts (hereafter The District) released RFP #24P-007 Storm Pipe Inspections, Cleaning, and Repairs. The intent of the RFP was to secure Contractors to provide the services outlined in the RFP to The District. The District is comprised of 8 individual districts, each with an individual budget ranging from $75,000.00 - $300,000.00 making up a total budget for The District of $838,000.00. This total budget of The District is a base budget for the subsequent contract that was awarded through the RFP. The District could expand the budget if a situation arises during the fiscal year. If you should have any further questions, please feel free to contact me at any time. Jaime Denton Special Projects Manager District Property Management 4890 Morse Blvd I Wildwood, FL 34785 Direct: 352.753.4022 I Fax: 352.753.4296 Taime.Denton@DistrictGov.org I www.DistrictGov.org